Autonomous Institution of the Dept of Atomic Energy,

Government of India and a Deemed University

21,BrundavanColony,Narsinghi,GandipetRoad,Hyderabad – 500 089

Telephone: +91-40-2419 5025, email:, website:

TENDER NO. : TCIS/Pch-1012/2013-14

Enquiry dt : 22.05.2013

DUE DATE : 17.06.2013

Mode of tender : Limited (this being limited tender enquiry, suppliers’ representatives are not permitted to participate in the tender opening)

TYPE OF TENDER : TWO PART

DESCRIPTION OF MATERIAL

High performance computing cluster

Technical specifications as per attached sheet

Due date: 17.06.2013

Both Technical Bid (Part A) and Price Bid (Part B) to be submitted within the due date in separate envelopes and marked on top as either Part A or Part B. These two sealed envelopes should be further put in one Master Envelope super scribed with the Tender No., Due Date in bold letters.

Please see attached sheet for conditions of tender.

P.S.Murthy

Senior Administrative Officer

Terms and Conditions

1. PART “A” (Technical Bid) consisting of Technical Bid & Commercial Terms and PART “B” (Price Bid) consisting of the details same as Part A with the Price shall be submitted in separate sealed envelopes duly superscribed with the tender enquiry number, and the due date in bold letters, addressed to the Senior Administrative Officer, Tata Institute of Fundamental Research Centre for Interdisciplinary Sciences, Narsingi, Gandipet Road, Hyderabad 500 089. The envelopes should be clearly marked on top as either PART “A” or PART “B”. The two sealed covers should be further put in a master cover superscribed with the Tender Enquiry No., Due Date in bold letters, addressed to, Tata Institute of Fundamental Research Centre for Interdisciplinary Sciences,Narsingi, Gandipet Road, Hyderabad 500 089. The sealed master envelop has to be delivered by hand/courierTIFR on or before the due date specified. Late quotations will not be considered.

2. In case the PART ‘A’ and Part ‘B’ bids are not sealed in separate envelopes the tender will be rejected.

3. The technical bid should not contain any indication of the price.

4. After scrutiny of Technical Bids, Commercial bids of only those bidders who are shortlisted on technical basis will be opened at a later date.

5. Quotations must be valid for a period of 120 days from the due date.

6. Tenders containing correction, overwriting will not be considered. Late or delayed/Unsolicited quotations/offers shall not be considered at all.

7. Tenderer should sign on all the pages of the technical bid and the price bid.

8. For Import items offer should be on the basis of Ex-works, duly packed airworthy / seaworthy and of international standard Whereas for local item/supply, offer should be the total landed cost for delivery at TIFR,Hyderabad.

9. If equipment offered is to be imported, arrangements for import will be made by us.

10. Tenders who do not comply with any of the condition are liable to be rejected.

11. The Institute shall be under no obligation to accept the lowest or any other tender received in response to this tender notice and shall be entitled to reject any tender without assigning any reason whatsoever.

12. TIFR reserves the right to place the order for part/reduced quantity than what is specified in the tender.

13. PAYMENT TERMS: The payment shall be made through irrevocable L/C. 80% of the purchase order value will be released on presentation of complete and clear shipping documents and balance 20% of the amount will be released after the receipt, installation, commissioning and acceptance of the equipment and on receipt of the performance guarantee.

14. For Import cases: No Agency commission will be paid as per Govt. of India rules.

15. We are exempted from payment of Excise Duty under notification number 10/97 dated 01.03.1997and Customs Duty under notification No.51/96 dated 23.07.1996 for all procurements/supply meant exclusively for scientific and research purpose. No charges than those mentioned clearly in the quotation will be paid.

16. The delivery period should be specifically stated in the quote and earlier delivery may be accepted on prior intimation.

17. COMMENCEMENT OF WARRANTY PERIOD: The warranty period of an item shall commence from the date of receipt of the item in good working condition and satisfactory installation/commissioning/demonstration at the project site.

18. ANNUAL MAINTENANCE CHARGES: The party must mention in the quotation, the rate/amount of annual maintenance charges, if we opt for maintenance contract after expiry of the warranty period.

19. Specifications are basic essence of the product. It must be ensured that the offers must be strictly as per our specifications. At the same time it must be kept in mind that merely copying our specifications in the quotation shall not make the parties eligible for consideration of the quotation. A quotation has to be supported with the printed technical leaflet/literature of the quoted model of the item by the quoting party/manufacturer.

20. OBSERVANCE OF LOCAL LAWS: Wherever applicable (particularly for Local vendors), the vendor / contractor shall comply with all law, statutory rules & regulations etc. The vendor/ contractor shall obtain all necessary permits / approval from the local Governing Body, Police, and other concerned Authorities as may be required under law. The vendor /contractor shall pay all types of taxes, fees, license charges, deposits, duties, tolls, royalty or other charges that may be leviable on account of any the operations connected with the execution of this work/ contract.

21. Performance Bank Guarantee: You shall have to execute a Performance BankGuarantee for 10% value of the order through your Indian Office. The BankGuarantee has to be executed on an appropriate value of stamp paper interms of Bank Guarantee drawn on any Nationalized/Foreign Bank (FirstClass Bank) and shall remain valid till the completion of the defectliability period/warranty period, with 6 months claim period thereafter. In theevent of any delay in installation, the PBG should be extended for furtherperiod. Financial penalty will be imposed if SLA is not met.

22. Itemized price list for each hardware item, software bundle and service and warranty to be given separately and clearly.

23. The quantity of the order may increase or decrease while placing the order.

24. The entire solution to be implemented in 12 weeks’ time line. Delay in delivery will have penalty of .5 % of order value per week to total of 5% of order value. TIFR reserve the right to cancel the order if it is not deployed even after that.Delay due to TIFR will not be considered in computing time.

25. Order release, material delivery and installation will be done at TIFR Centre for Interdisciplinary Sciences (TCIS), TIFR, 21 Brundavan Colony, Narsingi, Gandipet Road, Hyderabad – 500089.

26. Academic pricing to be considered while submitting the commercial proposal as TIFR being an academic institute.

27. TIFR may order additional equipment after the installation of the current order. Suppliers are requested to hold the prices for six months after the supply of the equipment.

28. TCIS – TIFR will be free to place order in two parts within six months of first order to increase the computing capacity.

Technical Specifications for High performance computing cluster

Item 1 : Master Node : 1 No

  • 2 * 2.7 GHz Intel Sandy bridge Processor E2680 (8 Cores / 8 FLOPS Per Processor)
  • 4GB/Core Memory ECC Memory (64GB Memory)
  • 2*1TB NL SAS with RAID 1 internal HDD
  • DVD ROM
  • Quad GigE Ethernet Port
  • 1 Management Port
  • RPS
  • External Storage – 50TB usable capacity on NL SAS Disks with required cables connected to Master node.
  • Redundant power supply

Item 2 – Compute Servers – 32Nos

  • 2 * 2.7 GHz Intel Sandybridge processor E2680 (8 Cores / 8 FLOPS per Processor)
  • 2GB/Core ECC Memory (32 GB Memory)
  • 1*1TB NL SAS HDD
  • Quad GigE Port
  • 1 Management Port

Item 3: Compute Switch:

  • QDR IB Cards – 33 Numbers
  • QDR IB Switch – 36 port – 1 No
  • Cables – As required.

Item 4: Management Switch:

  • 2numbers of 48 Port GigE Switch with cables.

Item 5: Rack

  • Industry standard Rack/ OEM Rack suitable for Quoted server and Storage.

ITEM 6 :Software :

  • Cent OS Operating System, Intel Compilers – 2 user license, C & Fortran Compiler, Math Libraries.
  • VendorspecificInfiniband stack on Linux OS, ifavailable, should be supplied.
  • Vendorspecific MPI implementation on Linux OS, ifavailable, including MPI over IB and IpoIB, should be supplied.
  • Scheduler – Schedulerproposedshould be compatiable with proposedinfrastructure and fullysupported by bidder. Sun Grid Engine (SGE) or enhanced scheduler in lieu of SGE (PBS pro or LSF) as options. (Scheduler should have the following minimum capabilities: it should support scheduling policies, dynamic priorities, reservations and fairshare capabilities).
  • Cluster Management Tool should have following features:

GUI (Web) Cluster Management (Add, Modify, Delete Compute Nodes)
Profile based compute node, storage node provisioning
Fully automated system provisioning
Managed Services from cluster tool (DNS, DHCP, NIS etc.)
GUI (Web) Monitoring
Cluster tool must support various flavor of Linux OS Redhat, Cent OS, SuSe Linux
Power Management support
Configuration Automation (installation of Application in compute node thru Cluster Management Tool)
Parallel command execution
GUI display of Cluster Hardware & Software configuration
Cluster Tool must support Master Node HA

ITEM 7: Warranty and technical support( NOT OPTIONAL ) :

  • Cluster management and support for 5 years –
  • One skilled L2 or L3 level trained personnel should be available to help at any time either remotely or in person.
  • A helpdesk email account which is regularly monitored should be available to the users.
  • An escalation matrix for issues not resolved by the support personnel, with an expected time line, should be clearly mentioned.
  • The person should have enough experience to handle cluster hardware and software troubleshooting to resolve the problems faced by the users.This should include fine tuning of the scheduler’s various capabilities.
  • The person should be able to produce required status report of the cluster when asked using the software installed in the cluster to manage it.
  • When handing over the cluster the vendor should provide the full design of the cluster installation including the electric connections, network connections, user manual clearly explaining how to use the cluster.
  • Hardware Warranty for 5 years

Item 8: Optional Item:

42U Closed server rack with high density cooling integrated into the rack enclosure with following specifications :

•Integrated high density cooling with horizontal air flow for even cooling

•Automatic back-up ventilation

•Capable of Air-cooled and Water-cooled systems

•Remote monitoring and Smart controls are a nice to have feature (not mandatory)

Acceptable brands are APC, Leibert and APW President.

ITEM 9 :Scope of Work with Deliverables to be part of implementation :

S.N / Deliverables
BOM Verification and Hardware Installation
1 / Physical Verifying Hardware items in Bill of Material
2 / Rack mounting all the Hardware and Connecting Power cables, Infiniband& Ethernet cables to all the Nodes
3 / Hardware Installation of Master, Compute Nodes, Switches and Storage
Implementation & Configuration
4 / Installation and configuration of Cluster OS and Cluster Toolkit on Master Node and compute Nodes
5 / Installation and configuration of Infiniband Drivers
6 / Installation and Configuration of Scheduler, queues, users and policies ; policies to be discussed with TIFR before installation process and implemented.
Installation of Compilers & Libraries
7 / Installation and Integration of Intel compilers
8 / Installation and Integration of Open Source compilers and libraries
10 / Integration of Infiniband ,mpi and scheduler with compilers.
11 / Storage Manager Installation and Configuration
12 / Storage Configuration (RAID , creating LUNs)
13 / Mapping LUNs to Cluster
14 / Configuration of LUNs on Cluster according to requirement
15 / Testing and Verification of Complete setup functionality
Applications
16 / Installation and configuration of Applications
17 / Application Testing – LINPACK benchmarking, LAMMPS, FFTW benchmark, CHARM, GROMACS benchmarking, HOOMD benchmarking.
Benchmarking
18 / Demonstration of HPL Benchmark performance of minimum 90%.
Training and Documentation
19 / Cluster Usage Training & Scheduler training to End Users – Good and nicely written user manual on How to use the cluster (Documents should be readable by a new user without much help). Demonstration on details of the scheduler and other necessary cluster related software packages. Remote or in person help for new user to get used to the cluster and troubleshooting of problems faced by different users immediately.
20 / Documentation– a detail document about the cluster including hardware and software details.
21 / Project final Signoff

ITEM 9: Technical Terms and Conditions :

  • All LAN cabling should be done on-site as per the length required using CAT6. Don not use fixed length factory crimped CAT cables.
  • All cabling should be done to provide efficient air circulation and should not block any air circulation behind the servers.
  • Please specify the heat dissipation (in BTU) and max power consumption of each component when configures with above configuration.
  • Do not quote any product which are reaching end of life cycle.
  • Vendor should provide reference of at least two similar or larger installations.
  • Bidder should have an office and support center in Hyderabad and should be able to provide same day (4 hour) onsite support when necessary.
  • Supplier should have direct system integration (SI) with the OEM whose product the vendor is quoting for. The bidder should have a back-to-back agreement with the OEM to supply and support the OEM’s product and solution in India.
  • Itemized price list for each hardware item, software bundle and service and warranty to be given separately and clearly.
  • SLA of minimum 98% uptime with next business day reporting onsite.
  • Vendor shoiuld provide complete documentation about the Rack layout, power, cooling and electrical infrastructure required at TCIS, TIFR along with the bid.
  • Entire solution to be implemented in 12 weeks’ time line. Delay in delivery will have penalty of 0.5% of order value per week to total of 5% of order value. TIFR reserves the right to cancel the order if it is not deployed even after that.
  • Delay due to TIFR will not be considered in computing time.

Bid (Part B) Format

Sr. / Description / Part
No / No. / Qty / Rate / Amount
Master Node / 1
1 / Master node system (as per configuration)
2 / Two 3 TB NL SATA disk in lieu of 1TB disk
3 / QDR HBA (Single port) with cable
4 / FDR HBA (Single port) with cable
5 / 10G ethernet card with cable
Compute Nodes / 32
6 / Compute Node System (as per configuration)
7 / QDR HBA (single port) with cable
8 / FDR HBA (single port) with cable
9 / 10G ethernet card with cable
Networking
48port 1Gbps managed ethernet switch (for system
10 / networking) / 1
48 port 1Gbps unmanaged ethernet switch (for remote
11 / Management networking) / 1
12 / 48 port 10Gbps Managed ethernet switch (optional) / 1
13 / 16 port QDR switch (100% non-blocking) (optional) / 1
14 / 36 port QDR switch (100% non-blocking) ( optional) / 1
15 / 16 port FDR Switch (100% non-blocking) ( optional ) / 1
36 Port FDR Switch (100% non-blocking) (for High Speed
16 / Interconnect ) / 1
Accessories
42U Server Rack with perforated front and back door for air
17 / Circulation / 1
18 / 1U rack mount LCD panel with keyboard and touchpad / 1
19 / 36 Port KVM switch (please quote separately) / 1
20 / 3-phase metered PDU / 1
Software (specify)
21 / Operating system
22 / Compilers / 1
23 / Cluster Management Tool / 1
24 / Scheduler / 1
Misc
25 / Software Support and cluster management for 5 years
26 / Hardware warranty for 5 years