request for proposals (rfp) the supply of graphical ... 3182-09-03-2018... · the supply of...

27
Request for proposals (RFP) The supply of Graphical Processing Unit (GPU) Cluster to the CSIR CSIR RFP No. 3182/09/03/2018 Date of Issue 22 February 2018 Site Inspection of Data Centre & Venue: (Optional) Thursday, 01 March 2018 at 10:00 to 12:00 CSIR - CHPC, 15 Lower Hope Road, Rosebank, Cape Town Closing Date Friday, 09 March 2018 @ 15:00 Submission Place: Tender Box - CSIR Campus - Security Gate 15 Lower Hope Road, Rosebank, Cape Town Enquiries Strategic Procurement Unit E-mail: [email protected] CSIR business hours 08h00 16h30 Category Computer Hardware and Software

Upload: trinhnguyet

Post on 05-Mar-2019

213 views

Category:

Documents


0 download

TRANSCRIPT

Request for proposals (RFP)

The supply of Graphical Processing Unit

(GPU) Cluster to the CSIR

CSIR RFP No. 3182/09/03/2018

Date of Issue 22 February 2018

Site Inspection of Data Centre & Venue: (Optional)

Thursday, 01 March 2018 at 10:00 to 12:00 CSIR - CHPC, 15 Lower Hope Road, Rosebank, Cape Town

Closing Date Friday, 09 March 2018 @ 15:00

Submission Place: Tender Box - CSIR Campus - Security Gate 15 Lower Hope Road, Rosebank, Cape Town

Enquiries Strategic Procurement Unit E-mail: [email protected]

CSIR business hours 08h00 – 16h30

Category Computer Hardware and Software

CSIR RFP No. 3182/09/03/2018 Page 1 of 27

TABLE OF CONTENTS SECTION A – TECHNICAL INFORMATION 3

1. INTRODUCTION 3

2. BACKGROUND 4

3. CURRENT HPC Cluster - Lengau 4

4. INVITATION FOR PROPOSAL 5

5. PROPOSAL SPECIFICATION 5

6. FUNCTIONAL EVALUATION CRITERIA 14

7. ELIMINATION CRITERIA 15

8. NATIONAL TREASURY CENTRAL SUPPLIER DATABASE (CSD) REGISTRATION 15

SECTION B – TERMS AND CONDITIONS 16

9. VENUE FOR PROPOSAL SUBMISSION 16

10. TENDER PROGRAMME 16

11. SUBMISSION OF PROPOSALS 17

12. DEADLINE FOR SUBMISSION 18

13. AWARDING OF TENDERS 18

14. EVALUATION PROCESS 18

15. PRICING PROPOSAL 19

16. VALIDITY PERIOD OF PROPOSAL 19

17. APPOINTMENT OF SERVICE PROVIDER 20

18. ENQUIRIES AND CONTACT WITH THE CSIR 20

19. MEDIUM OF COMMUNICATION 20

20. COST OF PROPOSAL 20

21. CORRECTNESS OF RESPONSES 21

22. VERIFICATION OF DOCUMENTS 21

23. SUB-CONTRACTING 21

24. ENGAGEMENT OF CONSULTANTS 22

25. TRAVEL EXPENSES 22

26. ADDITIONAL TERMS AND CONDITIONS 23

27. CSIR RESERVES THE RIGHT TO 24

28. DISCLAIMER 24

DECLARATION BY TENDERER 25

29. ANNEXURE A – Technical Score Card 26

30. ANNEXURE B - Applications 26

CSIR RFP No. 3182/09/03/2018 Page 2 of 27

31. ANNEXURE C - Cooling system as CHPC 26

32. ANNEXURE D - CHPC Lengau Network 26

33. ANNEXURE E - Data Centre 26

CSIR RFP No. 3182/09/03/2018 Page 3 of 27

SECTION A – TECHNICAL INFORMATION

1. INTRODUCTION

The Council for Scientific and Industrial Research (CSIR) is one of the leading

scientific research and technology development organisations in Africa. In partnership

with national and international research and technology institutions, CSIR undertakes

directed and multidisciplinary research and technology innovation that contributes to

the improvement of the quality of life of South Africans. The CSIR’s main site is in

Pretoria while it is represented in other provinces of South Africa through regional

offices.

1.1. CENTRE FOR HIGH PERFORMANCE COMPUTING (‘the centre’)

The Centre for High Performance Computing (CHPC), under the management of the

Meraka Institute, a unit of the CSIR, is one of three primary pillars of the national

Cyber-infrastructure (NICIS) intervention supported by the Department of Science

and Technology (DST). The South African National Research Network (SANReN)

and the Data Intensive Research Infrastructure of South Africa (DIRISA) and GRID

facilities complement the CHPC through the provision of low latency, high-bandwidth

connectivity, and the effective curation of a variety of notably large and critical

databases. The CHPC infrastructure is updated and maintained meticulously to

comply with international standards.

The mission of the CHPC is to provide a world-class High Performance Computing

(HPC) facility that enables cutting-edge research with high impact on the South

African Economy.

The main objectives of the centre are to enable South Africa to become globally

competitive and to accelerate Africa's socio-economic upliftment through the effective

application of high-end.

CSIR RFP No. 3182/09/03/2018 Page 4 of 27

In its vision, the centre wants to become an accomplished and preferred partner for

High Performance Computing solutions.

2. BACKGROUND

The CSIR launched a Petaflop system, Lengau in June 2016. The system was

officially handed over to the research community on the 3rd of May 2016. Since the

handover of Lengau to the user community, the system utilization has increased

significantly and is hovering between 80% and 90%, sometimes touching the 100%.

These indicate that there is a demand in the use of HPC resources from the South

African researchers. Lengau is a 1 Petaflop CPU based system; hence the addition of

co-processors is very critical.

A large number of users at the CHPC belong to the Chemistry and Material Science

domains. All of the codes hosted at the CHPC for users support multi-CPU

simulations and, as of late, a lot of these codes have been ported over to the GPU.

There is also a growing need of the Research Community and Industry to pursue

Artificial Intelligence and Machine Learning, even though there are no specific

applications currently, this is need is feasible in the foreseeable future, which require

different configuration of GPUs.

3. CURRENT HPC Cluster - Lengau

3.1. System Architecture

CHPC has recently launched a one (1) Petaflop homogeneous HPC Cluster. The Dell

HPC system is comprised of 1,368 Dell PowerEdge servers, based on Intel Xeon

processors totalling 24 racks of compute nodes and storage.

It has a total Dell Storage capacity of five petabytes, and uses Dell Networking

Ethernet switches and Mellanox FDR InfiniBand with a maximum interconnect speed

of 56 GB/s.

CSIR RFP No. 3182/09/03/2018 Page 5 of 27

3.2. Detailed Architectural Table

System Configuration

Total

Dell PowerEdge C6320 Servers:

Standard Compute nodes 128GB (64GB) / node 1 368

2x Intel Xeon E5-2690 v3 (Haswell) processors, 12 core each --> 24

cores / node 32 832

Dell PowerEdge R930 Servers:

Large Memory Compute nodes 1024GB / node 5

4x Intel Xeon E7-4850 v3 Processor 14 core each – 56 core/node 280

InfiniBand FDR 2:1 Blocking (56 Gbps)

Parallel Storage ( Useable) PB 4

Total number of Racks (including Compute, Login, Management and

Storage nodes) 24

Centos 7.3 Compute nodes (OS)

Centos 7.2 with Bright Cluster Manager v7.3 and PBSPro Resource Manager

v13.0.2

Total Linpack Performance (Tflops) 1 039

4. INVITATION FOR PROPOSAL

Proposals are hereby invited for the supply of a GPU Infrastructure to the CSIR.

5. PROPOSAL SPECIFICATION

All proposals are to be submitted in a format specified in this enquiry. However,

tenderers are welcome to submit additional / alternative proposals over and above

the originally specified format.

CSIR RFP No. 3182/09/03/2018 Page 6 of 27

5.1 TECHNICAL REQUIREMENTS

The goal of this project is to provide the CSIR with the GPU infrastructure, which can

support and provide real value to South Africa’s research community now and into

the future. The HPC arena is dynamic with many subtle technological opportunities

and challenges. The CHPC therefore expects to be able to leverage the knowledge

and experience of the successful Supplier in order to obtain the best solution to fulfil

its needs.

There are currently a large number of users at the CHPC that belong to the

Chemistry and Material Science domains. All of the codes hosted at the CHPC for

these users support multi-CPU simulations and, as of late, a lot of these codes have

been ported over to the GPU. Codes that currently have GPU support include:

● Amber

● CP2K

● Gromacs

● NAMD

● VASP

● LAMMPS

To this end the centre wishes to ensure that the potential Supplier is fully aware of

the following requirements;

5.1.1. The Supplier should describe in detail how their solution will integrate into the

existing CHPC HPC cluster with special attention being given to networking,

provision and management of the proposed solution.

● A detailed description of how the networking will be integrated is required.

● The response should include the detail on the recommended OS, system

monitoring and system management.

● Also detail the installation and commissioning required for each of these

elements.

CSIR RFP No. 3182/09/03/2018 Page 7 of 27

5.1.2. The Supplier should provide a proof of experience and projects on Bright

Cluster Management, PBSPro Resource Management, InfiniBand networking

and HPC system integration covering the aforementioned elements.

5.1.3. It should be noted that the current compute nodes of Lengau are not suited to

the addition of GPUs, thus the Supplier should propose a new rack of compute

nodes to accommodate the GPUs, preferable but not limited to a 42U rack

5.1.4. The Supplier should provide two (2) GPUs per compute node

5.1.5. In addition, the need for Artificial Intelligence and Machine Learning indicates

that high-density GPU architecture with enhanced linkages amongst the GPUs

and the host-processor in a node could be beneficial. We thus request a

proposal to provide a single Node of this feature, with the same

microprocessor architecture with the rest of the proposed Nodes.

5.1.6. The Supplier should provide the Bright Cluster Manager Licenses for the

proposed solution.

5.1.7. Pricing should be quoted for the core system (i.e. the rack, power, cooling,

cabling, switch, and other needed infrastructure) and then for a single compute

node (including cabling and other per-node equipment needed) so that the

total price can be computed for differing number of compute nodes.

Total Price = Core Price + N x Compute Node Price, where N is the number of compute nodes in the solution

5.1.8. Proposed rack must have high availability smart PDU`s

5.1.9. The Supplier should supply the GPU cards that produce at least the

following performance:

CSIR RFP No. 3182/09/03/2018 Page 8 of 27

● Double precision of at least 7.0 TeraFLOPS per GPU

● Single precision of at least 14.0 TeraFLOPS per GPU

● The total performance per GPU equiped compute node should be at least

14 TeraFLOPS in double-precision and 28 TeraFLOPS in single-precision.

5.1.10. The Supplier must conform to minimum hardware system requirements:

The host system architecture must support all codes at the CHPC.

The host system must support the required bandwidth to the on-board GPU

devices.

The host system must support the minimum cores and memory channels

required by the GPU devices and to satisfy the minimum GPU performance

required (above).

The host system must integrate (connect) with the CHPC’s existing network

and interconnect to provide:

access to the current CHPC Lustre file system over IB

MPI communication over IB between all nodes

access to the CHPC NFS file system

Management functions

5.2. Benchmarking Summary

5.2.1. Suppliers should note that some of the applications above will also form the

acceptance tests for the facility once a preferred supplier has been identified.

However at this stage the CHPC seeks to obtain some information on the

capabilities of the proposed solution with reference to the list of applications

provided above and to the capabilities of the CHPC’s current HPC solution.

5.2.2. Please list applications, in addition to the ones prescribed, for which you are

able to provide benchmark information relevant to your proposed solution.

CSIR RFP No. 3182/09/03/2018 Page 9 of 27

5.2.3. Please provide the successful benchmarks run for the following applications:

Gromacs, HPL and HPCG with any relevant system or application

configuration information

5.2.4. If benchmarking information is available for similar applications to those listed,

that you wish the CHPC to be aware of, please provide that information here.

5.3. Results must be reproducible

Suppliers must provide the CHPC with source modifications; build scripts, make-files,

run scripts, output files, important environmental settings, and node description(s).

The benchmarks must be performed on hardware that is similar to what will be

delivered as part of the award. CHPC reserves the right to request that benchmarks

be rerun before an award. CHPC is also interested in the discussions pertaining to

the tuning process and any tools used to aid in that process.

5.4. Not all applications need to run to completion.

Some of the applications in the test suite have a very long runtime with the data set

of interest. The CHPC does not expect these applications to run to completion. The

CHPC will indicate an acceptable termination point for a run.

5.5. Reporting

Benchmarking should be done using the standard test suites that are provided on the

software vendor websites.

5.6. IMPLEMENTATION

5.6.1. Each proposal must include delivery, installation and setup at the CHPC facility

in Rosebank, Cape Town, to provide the CHPC with a fully functional system

as specified in the response.

5.6.2. The Vendor must provide an engineer on-site, available 8am–4:30pm Monday

through Friday, with the exception of CHPC holidays, beginning on the project

CSIR RFP No. 3182/09/03/2018 Page 10 of 27

initiation date until to project completion. The support engineer will be

expected to work closely with CHPC staff to develop, configure, test the

system until the acceptance stage and it is ready to run the production

workloads.

5.6.3. It is also expected that knowledge transfer of the system configuration,

installation, and maintenance package be communicated to CHPC staff during

this period.

5.7. WARRANTY AND LICENSING INFORMATION

The cost of the proposed system must include all warranties and licensing for all

hardware and software delivered with the system. This must include hardware and

software, which is not manufactured by the primary Vendor. Warranties and licenses

must be for a period of 3 years of operation.

The start date of the year of full production operation is defined as the day of

machine acceptance.

The termination date of the warranties and licenses for all components must be

clearly provided.

5.8. DATA CENTRE ENVIRONMENT

5.8.1. The Current CHPC data centre is specifically designed for water-cooled

racks.

5.8.2. The high temperature loop provides water at 18 deg C. Maximum flowrate =

24 kg/s.

5.8.3. The low temperature loop provides water at 10 deg C. Maximum flowrate = 24

kg/s.

5.8.4. Suppliers to propose water cooled solution using ColdLogik systems and

water cooling doors. Appendix C: Cooling system at CHPC is supplied with

information on the ColdLogik system installed for the main cluster.

CSIR RFP No. 3182/09/03/2018 Page 11 of 27

5.8.5. Every rack, network switch, interconnect switch, node, and disk enclosure

must be clearly labelled with a unique identifier visible from the front of the

rack and/or the rear of the rack, as appropriate, when the rack door is open.

These labels will be high quality so that they do not fall off, fade, disintegrate,

or otherwise become unusable or unreadable during the lifetime of the

system. Nodes will be labeled from the rear with a unique serial number for

inventory tracking. It is desirable that motherboards also have a unique serial

number for inventory tracking. This serial number needs to be visible without

having to disassemble the node, or else it must be able to be queried from the

system management console.

5.8.6. The CHPC is keenly aware of the issues around the powering and cooling of

High Performance Computing infrastructure and urge respondents to provide

as much information on this area as possible. Please provide an estimate of:

● The total power consumption (kW)

● The per rack power consumption (kW) of the proposed solution

5.8.7. The CHPC runs all power cabling in basket trays below the equipment racks

and the networking cabling in basket trays above the equipment racks. Is

your solution able to conform to the CHPC’s current practice? If NO, please

explain.

5.9. KNOWLEDGE TRANSFER AND TRAINING

5.9.1. Supplier must commit to on-site knowledge transfer for system administration

of the equipment and software as part of their proposal.

5.9.2. Knowledge transfer must commence during the development and prior to the

beginning of the Acceptance Testing Period.

5.9.3. The knowledge transfer and training for the technical team should include the

following topics:

● System Operation and Advanced Administration

● Software installation and updating

● System monitoring

CSIR RFP No. 3182/09/03/2018 Page 12 of 27

● System reconfiguration

● User account creation and management

● File system management

● Backup and recovery

● Network configuration and modification

● System security

5.9.4. The Supplier must describe all proposed training and documentation relevant

to the proposed solutions utilizing the following methods:

● Classroom training

● Onsite training

● Online documentation

● Online training

5.10. Value Add

“Value add” refers to any service or product in addition to the requirements of this

tender.

5.11. ACCEPTANCE TEST SUITE

The delivered system will be subject to an extensive acceptance test which will

include all necessary system software and drivers, as well a full integration test

along with the following application and synthetic benchmarks:

● GROMACS

● HPL

● HPCG

● AMBER

● IOR

● Parallel netCDF FLASH I/O

CSIR RFP No. 3182/09/03/2018 Page 13 of 27

5.12. MAINTENANCE, SUPPORT AND TECHNICAL SERVICES

5.12.1. It is desired that the Supplier provide 2nd line systems support for a minimum

of three (3) years after acceptance. Any cost for support during this period

should be included in the total cost of the system. The Supplier must provide

the qualifications of the person to the CHPC for approval. The availability and

working hours of the on-site engineer should follow the CHPC’s regulation.

The salary as well as other benefits of the engineer should be provided by the

Supplier. The hiring and change of the engineer should be approved by the

CHPC.

5.12.2. Hardware support will require replacement of failed or faulty critical

components by the next business day or sooner. A critical component is

defined as one that is required to enable 90% of the system to be able run

projects successfully. Software support will require telephone and email

response to problem calls and questions. Response to software support calls

to be next business day or sooner.

5.12.3. Supplier should describe both the hardware and software support provided for

the proposed system during the support period. Supplier must provide

documentation to demonstrate a current ability to provide 24x7 supports as the

CHPC may, in the future, decide to take advantage of such a program.

5.12.4. Supplier must specify the location of the nearest parts depot and explain the

conditions under which support will be contracted out to a third party.

5.12.5. Please provide information on how you anticipate delivering and supporting

your proposed solution, paying particular attention to the personnel and skills

available within your organization.

5.12.6. Supplier should provide a recommended set of spares that might be

purchased by the CHPC and kept on site. The supplier must be responsible for

CSIR RFP No. 3182/09/03/2018 Page 14 of 27

the inventory and maintenance of these spares through the life of the warranty

and any warranty extensions. The CHPC will provide space for these spares.

5.13. Documentation

The Supplier must provide documentation for the solution to the operators and

system administrators in order to effectively operate, configure, and use the

system.

5.13.1. The Supplier must provide documentation for solution describing the

configuration; Network topology, labelling schema, hardware layout, etc. of the

system as deployed before the commencement of the system acceptance

testing.

5.13.2. The Supplier must supply support system and user level documentation for all

components of the system. The Supplier must supply additional documentation

necessary for the operation and maintenance of the system.

5.13.3. All documentation must be distributed and updated electronically and in a

timely manner. For example, changes to the system must be accompanied by

relevant documentation. Documentation of changes and fixes may be

distributed electronically in the form of release notes. Reference manuals may

be updated later, but effort should be made to keep all documentation current.

6. FUNCTIONAL EVALUATION CRITERIA

6.1. The evaluation of the functional / technical detail of the proposal will be based on

the criteria and scoring sheet as per Annexure A.

● Proposals with functionality / technical points of less than the pre-determined

minimum overall percentage of 90% and less than 50% on any of the

individual criteria will be eliminated from further evaluation.

CSIR RFP No. 3182/09/03/2018 Page 15 of 27

7. ELIMINATION CRITERIA

● Submission after the deadline;

● Proposals submitted at incorrect location;

● Refer to Annexure A for further Elimination Criteria points

8. NATIONAL TREASURY CENTRAL SUPPLIER DATABASE (CSD)

REGISTRATION

Before any negotiations will start with the winning bidder it will be required from the

winning bidder to:

● be registered on National Treasury’s Central Supplier Database (CSD).

Registrations can be completed online at: www.csd.gov.za;

● provide the CSIR of their CSD registration number; and

● provide the CSIR with a certified copy of their B-BBEE certificate. If no

certificate can be provided, no points will be scored during the evaluation

process. (RSA suppliers only)

CSIR RFP No. 3182/09/03/2018 Page 16 of 27

SECTION B – TERMS AND CONDITIONS

9. VENUE FOR PROPOSAL SUBMISSION

All proposals must be submitted ONLY at the Tender Box located at;

CSIR Campus - Security Gate

15 Lower Hope Road

Rosebank

Cape Town

10. TENDER PROGRAMME

The tender program, as currently envisaged, incorporates the following key dates:

Issue of tender documents

Thursday, 22 February 2018

Site Inspection of CHPC Data centre.

(Optional)

Thursday, 01 March 2018

10:00 – 12:00

Venue

CSIR Campus - Security Gate

15 Lower Hope Road

Rosebank

Cape Town

Closing / submission Date:

Friday, 09 March 2018

Envisaged appointment date of successful

tenderer 23 March 2018

Estimated contract duration (in

months/years) Three (3) years

CSIR RFP No. 3182/09/03/2018 Page 17 of 27

11. SUBMISSION OF PROPOSALS

11.1. All proposals are to be sealed. No open proposals will be accepted.

11.2. All proposals are to be clearly marked with the RFP number and the name of the

tenderer on the outside of the main package. Proposals must consist of two parts,

each of which is placed in a separate sealed package clearly marked:

Table 6: Tender File Structure

RFP Section

Tender Response Documents

Part 1

Signed ‘Declaration By tenderer’ form page in main RFP document (this

document)

Technical Scoring Sheet (Annexure A)

Project management plan and related information

References related information

This information must not contain any pricing information contained in Part 2 of

the submission

Part 2

Pricing Schedule as per 5.1.5 of the RFP document – Technical requirements

Recent audited financial statement

Any other pricing information the bidder wishes to share as part of the pricing

submission.

Valid B-BBEE certificate

National CSD registration document.

This information must not contain any technical information i.e. Part 2 information.

11.3. Proposals submitted by companies must be signed by a person or persons duly

authorised.

CSIR RFP No. 3182/09/03/2018 Page 18 of 27

11.4. The CSIR will award the contract to qualified tenderer(s)’ whose proposal is

determined to be the most advantageous to the CSIR, taking into consideration the

technical (functional) solution, price and B-BBEE.

12. DEADLINE FOR SUBMISSION

Proposals must be submitted at the address mentioned above no later than the closing date

of Friday, 09 March 2018 at 15:00 during CSIR’s business hours. The CSIR business hours

are between 08h00 and 16h30.

Where a proposal is not received by the CSIR by the due date and stipulated place, it will be

regarded as a late tender. Late tenders will not be considered.

13. AWARDING OF TENDERS

13.1. Awarding of tenders will be published on the National Treasury e-tender portal .

No regret letters will be sent out.

14. EVALUATION PROCESS

14.1. Evaluation of proposals

All proposals will be evaluated by an evaluation team for functionality, price and B-

BBEE. Based on the results of the evaluation process and upon successful

negotiations, the CSIR will approve the awarding of the contract to successful

tenderers.

A two-phase evaluation process will be followed.

● The first phase includes evaluation of elimination and functionality criteria.

● The second phase includes the evaluation of price and B-BBEE status.

Pricing Proposals will only be considered after functionality phase has been

adjudicated and accepted. Only proposals that achieved the specified minimum

qualification scores for functionality will be evaluated further using the preference

points system.

CSIR RFP No. 3182/09/03/2018 Page 19 of 27

14.2. Preference points system

The 80/20 preference point system will be used where 80 points will be dedicated to

price and 20 points to B-BBEE status.

15. PRICING PROPOSAL

15.1. Pricing proposal must be cross-referenced to the sections in the Technical

Proposal. Any options offered must be clearly labelled. Separate pricing must be

provided for each option offered to ensure that pricing comparisons are clear and

unambiguous.

15.2. Price needs to be provided in South African Rand (excl. VAT), with details on

price elements that are subject to escalation and exchange rate fluctuations

clearly indicated.

15.3. Price should include additional cost elements such as freight, insurance until

acceptance, duty where applicable.

15.4. Only firm prices* will be accepted during the tender validity period. Non–firm

prices** (including prices subject to rates of exchange variations) will not be

considered.

*Firm price is the price that is only subject to adjustments in accordance with the

actual increase or decrease resulting from the change, imposition, or abolition of

customs or excise duty and any other duty, levy, or tax which, in terms of a law or

regulation is binding on the contractor and demonstrably has an influence on the

price of any supplies, or the rendering costs of any service, for the execution of the

contract;

**Non-firm price is all prices other than “firm” prices.

15.5. Payment will be according to the CSIR Payment Terms and Conditions.

16. VALIDITY PERIOD OF PROPOSAL

Each proposal must be valid for a minimum period of three (3) months calculated

from the closing date.

CSIR RFP No. 3182/09/03/2018 Page 20 of 27

17. APPOINTMENT OF SERVICE PROVIDER

17.1. The contract will be awarded to the tenderer who scores the highest total number

of points during the evaluation process, except where the law permits otherwise.

17.2. Appointment as a successful service provider shall be subject to the parties

agreeing to mutually acceptable contractual terms and conditions. In the event of

the parties failing to reach such agreement CSIR reserves the right to appoint an

alternative supplier.

17.3. Awarding of contracts will be announced on the National Treasury website and no

regret letters will be sent to unsuccessful bidders.

18. ENQUIRIES AND CONTACT WITH THE CSIR

Any enquiry regarding this RFP must be submitted in writing to CSIR at

[email protected] with “RFP No 3182/09/03/2018 - The Supply of a GPU

Infrastructure to CSIR” as the subject.

Any other contact with CSIR personnel involved in this tender is not permitted during

the RFP process other than as required through existing service arrangements or as

requested by the CSIR as part of the RFP process.

19. MEDIUM OF COMMUNICATION

All documentation submitted in response to this RFP must be in English.

20. COST OF PROPOSAL

Tenderers are expected to fully acquaint themselves with the conditions,

requirements and specifications of this RFP before submitting proposals. Each

tenderer assumes all risks for resource commitment and expenses, direct or indirect,

of proposal preparation and participation throughout the RFP process. The CSIR is

not responsible directly or indirectly for any costs incurred by tenderers.

CSIR RFP No. 3182/09/03/2018 Page 21 of 27

21. CORRECTNESS OF RESPONSES

21.1. The tenderer must confirm satisfaction regarding the correctness and validity of

their proposal and that all prices and rates quoted cover all the work/items

specified in the RFP. The prices and rates quoted must cover all obligations

under any resulting contract.

21.2. The tenderer accepts that any mistakes regarding prices and calculations will be

at their own risk.

22. VERIFICATION OF DOCUMENTS

22.1. Tenderers should check the numbers of the pages to satisfy themselves that none

are missing or duplicated. No liability will be accepted by the CSIR in regard to

anything arising from the fact that pages are missing or duplicated.

22.2. One hard copy and one electronic copy (USB memory key) of each proposal

must be submitted. In the event of a contradiction between the submitted copies,

the hard copy will take precedence.

22.3. Pricing schedule and B-BBEE credentials should be submitted with the proposal,

but as a separate document and no such information should be available in the

technical proposal.

22.4. If a courier service company is being used for delivery of the proposal document,

the RFP description must be endorsed on the delivery note/courier packaging to

ensure that documents are delivered to the tender box, by the stipulated due date.

23. SUB-CONTRACTING

23.1. A tenderer will not be awarded points for B-BBEE status level if it is indicated in

the tender documents that such a tenderer intends sub-contracting more than

25% of the value of the contract to any other enterprise that does not qualify for at

least the points that such a tenderer qualifies for, unless the intended sub-

contractor is an exempted micro enterprise that has the capability and ability to

execute the sub-contract.

CSIR RFP No. 3182/09/03/2018 Page 22 of 27

23.2. A tenderer awarded a contract may not sub-contract more than 25% of the

value of the contract to any other enterprise that does not have an equal or

higher B-BBEE status level than the person concerned, unless the contract is

sub-contracted to an exempted micro enterprise that has the capability and

ability to execute the sub-contract.

24. ENGAGEMENT OF CONSULTANTS

The consultants will only be remunerated at the rates:

24.1. Determined in the "Guideline for fees", issued by the South African Institute of

Chartered Accountants (SAICA); or

24.2. Set out in the "Guide on Hourly Fee Rates for Consultants", by the Department

of Public Service and Administration (DPSA); or

24.3. Prescribed by the body - regulating the profession of the consultant.

25. TRAVEL EXPENSES

25.1. All travel expenses for the CSIR’s account, be it directly via the CSIR’s travel

agent or indirectly via re-imbursements, must be in line with the CSIR’s travel

policy. The following will apply:

25.1.1. Only economy class tickets will be used.

25.1.2. A maximum of R1300 per night for accommodation, dinner, breakfast and

parking will be allowed.

25.1.3. No car rentals of more than a Group B will be accommodated.

CSIR RFP No. 3182/09/03/2018 Page 23 of 27

26. ADDITIONAL TERMS AND CONDITIONS

26.1. A tenderer shall not assume that information and/or documents supplied to CSIR,

at any time prior to this request, are still available to CSIR, and shall consequently

not make any reference to such information document in its response to this

request.

26.2. Copies of any affiliations, memberships and/or accreditations that support your

submission must be included in the tender.

26.3. In case of proposal from a joint venture, the following must be submitted together

with the proposal:

● Joint venture Agreement including split of work signed by both parties;

● The original or certified copy of the B-BBEE certificate of the joint

venture;

● The Tax Clearance Certificate of each joint venture member;

● Proof of ownership/shareholder certificates/copies; and

● Company registration certificates.

26.4. An omission to disclose material information, a factual inaccuracy, and/or a

misrepresentation of fact may result in the disqualification of a tender, or

cancellation of any subsequent contract.

26.5. Failure to comply with any of the terms and conditions as set out in this document

will invalidate the Proposal.

CSIR RFP No. 3182/09/03/2018 Page 24 of 27

27. CSIR RESERVES THE RIGHT TO

27.1. Extend the closing date;

27.2. Verify any information contained in a proposal;

27.3. Request documentary proof regarding any tendering issue;

27.4. Give preference to locally manufactured goods;

27.5. Appoint one or more service providers, separately or jointly (whether or not they

submitted a joint proposal);

27.6. Award this RFP as a whole or in part;

27.7. Cancel or withdraw this RFP as a whole or in part.

28. DISCLAIMER

This RFP is a request for proposals only and not an offer document. Answers to this

RFP must not be construed as acceptance of an offer or imply the existence of a

contract between the parties. By submission of its proposal, tenderers shall be

deemed to have satisfied themselves with and to have accepted all Terms &

Conditions of this RFP. The CSIR makes no representation, warranty, assurance,

guarantee or endorsements to tenderer concerning the RFP, whether with regard to

its accuracy, completeness or otherwise and the CSIR shall have no liability towards

the tenderer or any other party in connection therewith.

CSIR RFP No. 3182/09/03/2018 Page 25 of 27

DECLARATION BY TENDERER

Only tenderers who completed the declaration below will be considered for

evaluation.

RFP No: 3182/09/03/2018

I hereby undertake to render services described in the attached tendering documents to

CSIR in accordance with the requirements and task directives / proposal specifications

stipulated in RFP No. 3182/09/03/2018 at the price/s quoted. My offer/s remains binding

upon me and open for acceptance by the CSIR during the validity period indicated and

calculated from the closing date of the proposal.

I confirm that I am satisfied with regards to the correctness and validity of my proposal;

that the price(s) and rate(s) quoted cover all the services specified in the proposal

documents; that the price(s) and rate(s) cover all my obligations and I accept that any

mistakes regarding price(s) and rate(s) and calculations will be at my own risk.

I accept full responsibility for the proper execution and fulfilment of all obligations and

conditions devolving on me under this proposal as the principal liable for the due

fulfilment of this proposal.

I declare that I have no participation in any collusive practices with any tenderer or any

other person regarding this or any other proposal.

I accept that the CSIR may take appropriate actions, deemed necessary, should there be

a conflict of interest or if this declaration proves to be false.

I confirm that I am duly authorised to sign this proposal.

NAME (PRINT) …………………………………

CAPACITY ………………………………………

SIGNATURE ……………………………………

NAME OF FIRM ………………………….……

DATE …………………………………

WITNESSES

…….…………………………………..

……….………………………………..

DATE: ……………………………………

CSIR RFP No. 3182/09/03/2018 Page 26 of 27

29. ANNEXURE A – Technical Score Card (Elimination & Functional)

30. ANNEXURE B – Application Codes

31. ANNEXURE C – ColdLogic Cooling system at CHPC

32. ANNEXURE D - CHPC Lengau Network

33. ANNEXURE E - Data Centre Floor Plan