Академический Документы
Профессиональный Документы
Культура Документы
For
HIGHER ISSION
EDUCATION COMM
Websites: www.hec.gov.pk
Tele no. 051-9040504, 9040435, 9040424 Fax no. 051-9258293
(Rs. 500/-)
RFP for the procurement of Hardware for CMS
Table of Content
1. DEFINITIONS ...................................................................................................................... 3
2. INTRODUCTION ................................................................................................................. 4
3. OBJECTIVE ........................................................................................................................ 4
4. SCOPE OF WORK .............................................................................................................. 5
5. BIDS SUBMISSION REQUIREMENTS ............................................................................... 5
6. SELECTION PROCEDURE................................................................................................. 7
7. TERMS OF PAYMENT ........................................................................................................ 8
8. LIQUITDATED DAMAGES .................................................................................................. 9
9. GENERAL TERMS AND CONDITIONS .............................................................................. 9
10. MINIMUM REQUIREMENTS FOR SERVICE LEVEL AGREEMENT FOR
EQUIPMENT AND MAINTENANCE.................................................................................. 10
11. MEET OR EXCEED SPECIFICATIONS ............................................................................ 13
12. CLARIFICATIONS ............................................................................................................. 13
List of Forms
List of Annexure
2
RFP for the procurement of Hardware for CMS
1. DEFINITIONS
3
RFP for the procurement of Hardware for CMS
2. INTRODUCTION
The Higher Education Commission, Pakistan has initiated the project of Campus Management
Solution implementation at Six (06) public sector universities as a pilot project. Following are
the selected universities,
The project agreement was signed in May 2007 and the implementation of Peoplesoft CMS is
being performed by M/s Techlogix. At present, the solution is in UAT phase at two universities,
i.e. Dow University of Health Sciences, Karachi and NWFP-UETP, and two more universities
are lined up to commence in January 2008 for the implementation of solution. The earlier
started two universities are expected/ targeted to go live in February 2008 and the next two
would go live in Nov 2008, whereas, the remaining two are expected in June 2009.
3. OBJECTIVE
Campus Management will provide the ability to streamline processes reduce manual handling
and consolidate information into one database, eliminating or decreasing the need for
departments to maintain shadow systems. Benefits include improved service to students by
many departments on campus, including Admissions, Advising, Receivable Accounting and
Registrar’s offices. Campus Management Solution will be available 24 hours a day, seven
days a week.
HEC has taken initiative to facilitate universities with the standard off-the shelf campus
management solution to be customized and implemented. As a pilot project six (06) public
sector universities/ degree awarding institutes of different flavors including medical,
engineering and general multiple subject of study from all the regions of country.
4
RFP for the procurement of Hardware for CMS
4. SCOPE OF WORK
Group I:
1. Dow University of Health Sciences, Karachi
2. University of Engineering & Technology, Peshawar
3. Balochistan University of Information Technology &
Management Science, Quetta
Group II:
1. Islamia University, Bahawalpur
2. Quaid-i-Azam University, Islamabad
Group III:
1. University of the Punjab, Lahore
However the bidder must quote for the whole solution of above mentioned
groups in conformance to the provided sizing information listed at Annex V
group vise with minimum specification listed at Form I.
5
RFP for the procurement of Hardware for CMS
5.2. Bids shall comprise of single envelope containing two separate envelopes i.e.
Technical and Financial Proposals, and clearly marked Technical and
Financial proposals on the respective envelopes. Envelopes should also be
labeled with the name, address and contact number of the bidding company.
5.3. Bidders shall submit Three (03) copies of Technical Proposal and one copy of
Financial Proposals.
5.4. Bidders shall submit a signed letter with Official stamp affixed on it as per the
format given in Annex I as a cover letter to the Bid/Proposal. Bids/Proposals
submitted without this cover letter will not be accepted and bids will be
rejected straightaway.
5.5. Bidders are required to indorse original letter from Principal vetting/Verifying
the quoted solution with the technical bid.
5.6. Technical proposals shall contain Company profile, Authorization &
relationship with principal firms, location of branch offices, company
experience in related field, technical staff details (branch-vise), project
completed, major clients’ list as per the format given in Annex II “Firm’s
References”, equipment’s technical details (brochures, etc) mentioning
compliance and properly highlighted all the compliance specification as
requested in Form I “Technical Information …..” using florescent highlighter of
quoted hardware/equipment and material with their make, model, part
number, etc.
5.7. Bidders are required to fill and sign the Technical Information Form I, as
provided in this RFP and must submit it along with Technical Proposal.
5.8. Bidders shall provide all the information in context as well as in sequence as
set forth in “Technical Evaluation Criteria”. Bidders should provide filled
Technical Evaluation Criteria as for self assessment and provide page
number reference of the proposal for the claims of scores.
5.9. The bidder must provide Project Execution Plan, Design Proposal with
layouts, diagrams, etc. along with Technical Proposal.
5.10.Bidders are required to fill and sign all pages of the Annex VI “Bill of
Quantity(ies)” while following the format given, and submit it as Financial
Proposal. Financial Proposals not following the given format may lead to the
rejection of bid.
5.11.Bidders are required to submit their financial proposals in PAK Rupees (Rs.).
5.12.A bank draft equal to 2% of the total bid value should accompany the bid as
part of financial proposal as earnest money drawn in favor of D.G. (Finance),
Higher Education Commission, Islamabad. The bid shall not be considered
without earnest money.
5.13.If a bidder has quoted multiple options, in this case bidder should submit the
earnest money equal to 2% of highest quoted option.
6
RFP for the procurement of Hardware for CMS
5.14.The bidder must quote the solution of above mentioned universities groups in
conformance to the provided sizing information listed at Annex V group vise,
with minimum specification listed at Form I.
5.15.The bidder must submit letter from principle verifying that the quoted solution
complies with provided sizing information and will meet the required
performance parameter.
5.16.Bidder must quote for complete solution given in the Technical Information
Form I.
5.17.The proposed solution must be configurable in high availability hardware
module.
5.18.Bidder must include Warranty/Services (as per minimum SLA requirement)
for equipment cost of first year.
5.19.Extended warranty must be quoted as per SLA requirement at Section 7 and
its subsections for next years on yearly Basis.
5.20.Bidders must include the cost of training of atleast 10 people one from each
university and 4 from HEC in equipment cost. The training shall comprise of expert
level track of server, storage, Backup server, blade servers , Virtualization etc
followed by principle certification.
6. SELECTION PROCEDURE
6.1. In first stage only Technical proposals will be opened in the presence of
bidder’s representatives that choose to attend.
6.2. Technical evaluation of the firms shall be based on information provided in
Technical Proposals.
6.3. As a part of technical evaluation, bidders will be asked to conduct
presentation/demonstration.
6.4. On the basis of technical evaluation, the financial proposal of only technically
responsive bidder (qualified bidder) will be opened in the presence of their
representatives that choose to attend.
6.5. For this tender weightage of Technical and Financial proposals shall be 70%
and 30% respectively.
6.6. For qualifying in Technical responsiveness, bidders shall fulfill all the
requirements as laid out in Part A “Mandatory Requirements” of Technical
Evaluation Criteria. If any of the mandatory requirements is not met by the
bidder, the bid will be cancelled straightaway. Moreover, bidders will have to
secure 60% score in each part (i.e. Part B “General Evaluation – Corporate
Profile and Part C “Presentation”) totaling to 70% weightage assigned to
Technical Evaluation.
6.7. Financial proposals of bids found technically non-responsive will be returned
un-opened.
6.8. The bid found lowest evaluated bid or highest scorer will be accepted.
7
RFP for the procurement of Hardware for CMS
6.9. After the approval of contract award, a contract agreement on the stamp
paper worth Rs. 100/- shall be executed by the firm with selected bidder
within 15 days from the date of issuance of Letter of Intent.
6.10.For ordering purpose the price evaluation will be done against
complete/whole items except optional items of the bid.
6.11.If any thing not quoted, it may lead to cancellation of whole bid.
7. TERMS OF PAYMENT
8
RFP for the procurement of Hardware for CMS
excess of the agreed amount, the difference will be recovered from the
second party.
7.13. Bidder should mention the installation and any other chargers/optional
charges in financial bid deem necessary to complete the scope of work
which will be payable to contractor after final acceptance test.
8. LIQUITDATED DAMAGES
8.1. In case of delay, the Executive Director, HEC reserves the right to impose a
penalty not exceeding 10% of the total amount of the contract at the rate of 1%
of the bill for each week of delay.”
8.2. If the work is not executed according to the satisfaction of the Executive
Director, the ED reserves the right to reject it altogether or impose a penalty
not exceeding 50% of the amount contract.
9
RFP for the procurement of Hardware for CMS
Following requirements for SLA apply to this RFP for this project:
10
RFP for the procurement of Hardware for CMS
10.1. Selected Bidder shall provide Warranty/Services for the equipment and
Software Support and Bidder shall ensure that all equipment (items) and its
parts supply to Universities are new (non-refurbished and not reaching end
of life before 4 years) and free from any sort of defects for the warranty
period.
10.2. An SLA shall be signed with successful bidder for 3Years Warranty/
Services after the commissioning of equipment mentioned in BOQ.
10.3. Escalation response time shall be 30 minutes in working hours and 1-3
hours in non-working hours at all sites of system installation that includes
six universities.
10.4. Maximum restoration time shall be three (3) hours for critical events.
10.5. The backup of an item and any of its parts with same specification shall be
provided as per the table below and replacement shall be provided within 2
weeks.
11
RFP for the procurement of Hardware for CMS
10.6. Subsequent to each fault, the bidder must provide a report on the nature of
the fault, the action taken to correct it, and the time to restore service with
some SLA management software. Should there be more than one fault
during any calendar month, a single report covering all fault in that month
will be sufficient.
10.7. The following table illustrates the response time and maximum times
required to restore to normal operating condition.
10.8. If onsite intervention is needed, the Restoration time and resolution time will
include the time of travel.
10.9. The Selected bidder must submit a sample SLA that describes service
levels and fault severity levels.
10.10. The Selected bidder shall provide a comprehensive methodology of spare
part management and equipment swapping and repairing procedures.
10.11. The Selected bidder shall provide a complete technical (information sharing,
help desk, telephone support, onsite support and emergency service),
software (annual software support), central portal for (universities group
discussions, product knowledge base with principal technical support
available) and hardware (repair service) support.
12
RFP for the procurement of Hardware for CMS
The specifications provided in this RFP are the minimum requirements of HEC.
The vendors must meet or may exceed these specifications to meet the actual
requirements of this Project and its successful practical implementation. But in
such a case additionally proposed or altered specifications should clearly be
highlighted to enable HEC to clearly identify modified specifications.
12. CLARIFICATIONS
Queries regarding this RFP shall be submitted in writing to:
13
RFP for the procurement of Hardware for CMS
Sir
We, the undersigned, offer to provide the consulting services For “Procurement of
Hardware for CMS in accordance with your Request for Proposal dated
____________, and our Proposal. We are hereby submitting our Proposal, which
includes this technical proposal, and a financial proposal sealed under separate
envelopes.
We understand you are not bound to accept any Proposal you receive and reserves
the right to accept or reject any offer and to annul the bidding process and reject all
proposals without assigning any reason or having to owe any explanation whatsoever.
The decision of evaluating committee shall be final and cannot be challenged on any
ground at any forum and the evaluating committee will not be liable for any loss or
damage to any party acting in reliance thereon.
We remain,
Yours’ sincerely
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
14
RFP for the procurement of Hardware for CMS
Firm’s Name:
15
RFP for the procurement of Hardware for CMS
Compliance
Reference
Type No
Yes/No
Part Brochure
S. No Attributes Required Specs Comment is at
No
page #
1. Database Server
1.1 Form factor Rack-mount
1.2 Architecture RISC/EPIC
1.3 Rack Unit Upto 7U
64 bit Processor @ 1.6 GHz or
1.4
Processor higher
4 core processor x 2
1.5 Minimum No of Or
Processor Capable 2 core processor x 4
Number of core
1.6
Installed 6
Number of Minimum
1.7 cores/processor
Capable 2 Core
1.8 L3 Cache per core Minimum 12MB per core
16GB DDR2 SDRAM Memory
1.9 Memory installed (Min. 25% memory bank free for
upgradation)
1.10 Memory capable Minimum 64 GB
1.11 Minimum Bus Speed 533 MHz
1.12 I/O internal Slots Minimum 5
Minimum 4 PCI-X slots
1.13 I/O slots -2 PCI-X 64-bit, 133MHz (long)
-2 PCI-X 64-bit, 66MHz (short)
1.14 RAID Support Minimum RAID 5
1.15 Internal Disk Bays Minimum 6
1.16 Disk Type SAS/SCSI
Minimum disk
1.17
installed 3 x 146 GB Hot Plug HDDs
Minimum Internal
1.18
storage 1,200 GB
1.19 CD/DVD Drive DVD RAM
1.20 Network interface Dual 10/100/1000 Ethernet
2 x Dual Port 4 GBPS fiber
1.21
FC HBA installed Channel
1.22 Operating System 64-bit Server’s manufacturers own
16
RFP for the procurement of Hardware for CMS
2 Console Kit
17” Console kit with TFT Foldable
2.1
Rack Mount Console display
Integrated KVM 1 x 8 Ports KVM switch with cables
2.2
switch to connect above solution
Keyboard/Mouse Rack mountable USB Keyboard
2.3 with integrated Trackball/pointing
device (English)
17
RFP for the procurement of Hardware for CMS
18
RFP for the procurement of Hardware for CMS
on blade server
Network Dual GbE (TCP/IP Offload Engine
5.9
(TOE) enabled)
Operating system Windows enterprise 2003 R2
installed edition (support with Peoplesoft 9.0
5.10
and all its component) (best
recommended)
Antivirus Installed/ Backup Mgmt
5.11
Application installed SW (tivoli, veritas)
5.12 Warranty 3 years As Per SLA
HBA Dual port 4GBPS Fiber Channel
5.13
Adapter
6 Reporter / Backup Blade Servers
6.1 Processor 2.33 GHz Quad Core
Processor Installed / Dual Installed
6.2
Capable
6.3 Processor Cache 8MB L2 Cache
6.4 Front-side bus 1333 MHz
Memory 4GB (2 x 2GB)
6.5
Expandable to 16GB
Internal HDD Up to two Small Form Factor (2.5")
6.6 10,000rpm SAS/SCSI HDDs
installed on each blade
6.7 Internal storage 2 X 146GB Installed
RAID support Integrated RAID-0 or -1 standard
6.8
on blade server
Network Dual GbE (TCP/IP Offload Engine
6.9
(TOE) enabled)
HBA Dual port 4Gbps Fiber Channel
6.10
Adapter
Application installed Backup Management Software
6.11
(Tivoli, veritas)
Operating system Windows enterprise 2003 R2
installed edition both 32 bit and 64 bit
6.12 (support with Peoplesoft 9.0 and all
its component) (best
recommended)
6.13 Application installed Antivirus Installed
6.14 Warranty 3 years As Per SLA
7 Storage
7.1 RAID Controllers Dual Active
7.2 Cache 2GB Battery-Backed
7.3 Host Interface 4 x 4Gbps host ports, Fibre
19
RFP for the procurement of Hardware for CMS
9 Rack
20
RFP for the procurement of Hardware for CMS
21
RFP for the procurement of Hardware for CMS
22
RFP for the procurement of Hardware for CMS
13 Storage
13.1 RAID Controllers Dual Active
13.2 Cache 2GB Battery-Backed
Host Interface 4 x 4Gbps host ports, Fibre
Channel (FC) Switched
13.3 Architecture,
Auto-sensing 1 Gbps/2 Gbps/4
Gbps
Storage capacity Minimum 18TB FC or higher
13.4 (after accommodating existing
requirements).
Installed storage 4 TB usable space (146 GB
13.5
4Gbps 15K FC E-DDM HDD)
Point-in-time Copy Feature required for online
13.7 backups without causing any
disruption in application run-time
13.8 RAID Levels 0,1,3,5,10
Storage Management Storage Management Software
13.9 Software with Dynamic Capacity and
Volume Expansion Capabilities
Storage Capabilities No single point of failure
13.10 Capability of intermixing of SATA
and FC Disk Drives with in SAN
13.11 Power Dual redundant, hot-swappable
13.12 Rack Form Rackmountable, 3U or higher
2 x 16 Ports 4Gpbs SAN
13.13 SAN Switch
Switches with 16 active ports
23
RFP for the procurement of Hardware for CMS
14 Database Server
14.1 Form factor Rack-mount
14.2 Architecture RISC/EPIC
14.3 Rack Unit Upto 10U
64 bit Processor @ 1.6 GHz or
14.4
Processor higher
4 core processor x 4
14.5 Minimum No of or
Processor Capable 2 core processor x 8
Number of cores
14.6
Installed 12
Minimum Number of
14.7 cores/processor
Capable 2 Core
14.8 L3 Cache per core Minimum 12 MB per core
32GB DDR2 SDRAM Memory
14.9 (Min. 25% memory bank free for
Memory installed upgradation)
14.10 Memory capable Minimum 128 GB
14.11 Minimum Bus Speed 533 MHz
14.12 I/O internal Slots Minimum 12
Minimum 6 PCI-X slots
14.13 I/O slots -4 PCI-X 64-bit, 133MHz (long)
-1 PCI-X 64-bit, 66MHz (short)
14.14 RAID Support Minimum RAID 5
14.15 Internal Disk Bays Minimum 4
14.16 Disk Type SAS/SCSI
Minimum disk
14.17
installed 3 x 146 GB Hot Plug HDDs
Minimum Internal
14.18
storage 1,200 GB
14.19 CD/DVD Drive DVD RAM
14.20 Network interface Dual 10/100/1000 Ethernet
2 x Dual Port 4 GBPS fiber
14.21
FC HBA installed Channel
64-bit Server’s manufacturers own
Enterprise OS supporting Oracle
14.22
Operating System PeopleSoft CMS 9 (AIX, HPUX,
Installed Solaris)
24
RFP for the procurement of Hardware for CMS
25
RFP for the procurement of Hardware for CMS
16 Web Server
16.1 Form factor Rack-mount
16.2 Architecture RISC/EPIC
16.3 Rack Unit Upto 10U
64 bit Processor @ 1.6 GHz or
16.4
Processor higher
4 core processor x 4
16.5 Minimum No of or
Processor Capable 2 core processor x 8
Number of core
16.6
Installed 12
Minimum number of
16.7 cores/processor
Capable 2 Core
16.8 L3 Cache per core Minimum 12 MB per core
32GB DDR2 SDRAM Memory
16.9 (Min. 25% memory bank free for
Memory installed upgradation)
16.10 Memory capable Minimum 128 GB
16.11 Minimum Bus Speed 533 MHz
16.12 I/O internal Slots Minimum 12
Minimum 6 PCI-X slots
16.13 I/O slots -4 PCI-X 64-bit, 133MHz (long)
-1 PCI-X 64-bit, 66MHz (short)
16.14 RAID Support Minimum RAID 5
16.15 Internal Disk Bays Minimum 4
16.16 Disk Type SAS/SCSI
Minimum disk
16.17
installed 3 x 146 GB Hot Plug HDDs
Minimum Internal
16.18
storage 1,200 GB
26
RFP for the procurement of Hardware for CMS
17 Report-Backup Server
17.1 Form factor 1U rack-mount
Processor Quad Core Intel Xeon 2x4Mb
17.2
Cache 2.33GHz, 1333MHz. FSB
Number of 1
17.3
processors installed
17.4 Chipset Intel 5000 series or equilent
Memory installed 8GB 667MHz (4x2GB) Fully
17.5 Buffered DIMMS (Min. 25%
memory bank free for upgradation)
Drive/RAID controller Integrated SAS/SATA/SCSI Raid 0,
17.6
1 Controller
Internal Storage 2 x 146GB SAS/SCSI Hot Swap
17.7
(Required) HDD
17.8 CD/DVD Drive 24x IDE CD-RW/DVD ROM Drive
Network interface Integrated dual Gigabit Ethernet
17.9
(with TCP/IP Offload Engine)
Power supply Hot Swappable Redundant Power
17.10
(std/max) Supply
Hot-swap Power supplies, fans, hard disk
17.11
components drives
Host Bus Adapter 2 x PCI-X 4 Gbps HBAs (For SAN
17.12
connectivity)
Operating systems Microsoft® Windows® Server™
supported 2003 (Standard and Enterprise
editions 32-bit and x64), Red Hat
17.13 Linux, SUSE Linux, Microsoft
Windows 2000 (Server and
Advanced Server), VMware ESX
Server
Operating system Windows enterprise 2003 R2
17.14
installed edition both 32 bit and 64 bit
27
RFP for the procurement of Hardware for CMS
18 Storage
18.1 RAID Controllers Dual Active
18.2 Cache 4GB Battery-Backed
Host Interface 4 x 4Gbps host ports, Fibre
Channel (FC) Switched
18.3 Architecture,
Auto-sensing 1 Gbps/2 Gbps/4
Gbps
Storage capacity Minimum 18TB FC or higher
18.4 (after accommodating existing
requirements).
Installed storage 6 TB usable space (146GB
18.5
4Gbps 15K FC E-DDM HDD)
Maximum drives Up to 110Drives or higher
18.6
supported
Point-in-time Copy Feature required for online
18.7 backups without causing any
disruption in application run-time
18.8 RAID Levels 0,1,3,5,10
Storage Management Storage Management Software
18.9 Software with Dynamic Capacity and
Volume Expansion Capabilities
Storage Capabilities No single point of failure
18.10 Capability of intermixing of SATA
and FC Disk Drives with in SAN
18.11 Power Dual redundant, hot-swappable
18.12 Rack Form Rack mountable, 3U or higher
2 x 16 Ports 4Gpbs SAN
18.13 SAN Switch Switches with 16 active ports
with SFPs and cables
18.14 Warranty 3 years As Per SLA
19 Tape Library
19.1 Form Factor 4U
28
RFP for the procurement of Hardware for CMS
20 UPS
20.1 Brand European
20.2 Model MGE/APC
20.3 Topology True Online Double Conversion
Rack/Tower Model Rack mountable / tower
20.4
convertible
Input voltage 120-155 Volts at 70% load
20.5
Range 155-280 Volts at 100% load
Battery Type Maintenance free sealed lead-
20.6
Acid battery. Hot Swappable.
20.7 Recharge Time 2.20 Hours or < 3 hours
Back up time at full 20-30 minutes Approx
20.8
load
20.9 Internal Bypass Automatic & Manual
Communication & Web/SNMP, with temperature
Management and humidity probe bundled
with UPS. Interface Port(s) DB-
20.10
9 RS-232, RJ-45 10/100 Base-
T. Infrastructure Manager
Compatible with software
Output Power 10.0 KVA
20.11
Capacity
20.12 Waveform Type Pure Sine wave
Efficiency (at Full 92% or better
20.13
Load )
Input Voltage 220,230 (default),240VAC three
20.14 Phase i.e 1:1 and 3:1 combined
in a single unit.
20.15 Input Frequency 45-65 Hz Auto-Selecting
29
RFP for the procurement of Hardware for CMS
21 Microfocus Cobol
Cobol version that is compatible
with peoplesoft version 9.0 and
21.1 Net Express
people tools 8.49 installed on
one application server
Cobol version that is compatible
with peoplesoft version 9.0 and
21.2 Server Express
peopletools 8.49 installed on
one application server
30
RFP for the procurement of Hardware for CMS
10
31
RFP for the procurement of Hardware for CMS
32
RFP for the procurement of Hardware for CMS
33
RFP for the procurement of Hardware for CMS
34
RFP for the procurement of Hardware for CMS
Annex V:
CMS Hardware Sizing
Campus Solution Versions PeopleSoft : 9.0
BEA Tuxedo/Jolt : 9.1
BEA Weblogic : 9.2
Microfocus : Server Express/Net Express 4.0
Oracle DBMS : 10g Release 2 RAC
PeopleTools :8.49
Report Server : Crystal Reports
1. UET, Peshawar
2. Dow University of Health Sciences,
Karachi
3. Balochistan University of Information
University Size wise Technology & Management Science,
Categories Group I Up to 5000 Quetta
1. Islamia University, Bahawalpur
Group II 5001 – 10000 2. Quaid-e-Azam University, Islamabad
Group III 25000 + 1. University of the Punjab, Lahore
Scalability on Machines
required: 1/2 of total named users
What % of User Growth 45%
Planned for 3 years?
What % of Database Growth 50%
Planned for 3 years?
What % of Batch Growth 30%
Planned for 3 years?
35
RFP for the procurement of Hardware for CMS
Crystal
Reporting: reports
Peak Number of Concurrent Running
Reports:
PSFT Cogno
Query SQR Crystal nVision s
HRM 50 25 25 25
ELM 100 50
Total 150 25 75 25 0
CMS Modules
36
RFP for the procurement of Hardware for CMS
d = Σ [ax(b+c)]
Cost of next 2
item years
Total Cost
including warranty
Quantity
1st yr as per
warranty SLA
as per
SLA
CMS Equipment
Unversity of Engineering and Technology
1.
Peshawar
Database Server As per specifications mentioned 3
under Technical information Type 1
and sub clauses of this document.
Add-on price for additional 2 GB 1
memory
Add-on price for additional 4 GB 1
memory
Chassis As per specifications mentioned 1
under Technical information Type 3
and sub clauses of this document.
Application As per specifications mentioned 3
Server under Technical information Type 4
and sub clauses of this document.
Add on price for additional 2 GB 1
memory
Add on price for additional 4 GB 1
memory
Web Server As per specifications mentioned 3
under Technical information Type 5
and sub clauses of this document.
Report Server As per specifications mentioned 1
under Technical information Type 6
and sub clauses of this document
37
RFP for the procurement of Hardware for CMS
38
RFP for the procurement of Hardware for CMS
39
RFP for the procurement of Hardware for CMS
40
RFP for the procurement of Hardware for CMS
41
RFP for the procurement of Hardware for CMS
6. Punjab University
Database Server As per specifications mentioned 3
under Technical information Type 14
and sub clauses of this document.
Application As per specifications mentioned 3
Server under Technical information Type 15
and sub clauses of this document.
Web Server As per specifications mentioned 3
under Technical information Type 16
and sub clauses of this document.
Report Server As per specifications mentioned 1
under Technical information Type 17
and sub clauses of this document
Backup Server As per specifications mentioned 1
under Technical information Type 17
and sub clauses of this document
Rack As per specifications mentioned 2
under Technical information Type 9
and sub clauses of this document
Storage As per specifications mentioned 1
under Technical information Type 18
and sub clauses of this document
Tape Library As per specifications mentioned 1
under Technical information Type 19
and sub clauses of this document
Cobol Compiler As per specifications mentioned 2
under Technical information Type 21
and sub clauses of this document
UPS As per specifications mentioned 2
under Technical information Type 20
and sub clauses of this document
Miscellaneous Any other charges involved in
Charges deployment, configuration, testing and
commissioning required to meet the
scope of work and for the completion
of project. (Please identify these
charges individually)
Total cost of university:
42
RFP for the procurement of Hardware for CMS
43