Installation and Supply of Data TENDER 2/2016 · 1.1.1.17 1 x Cisco Nexus 3064-X, 48 SFP +4 QSFP+...
Transcript of Installation and Supply of Data TENDER 2/2016 · 1.1.1.17 1 x Cisco Nexus 3064-X, 48 SFP +4 QSFP+...
2016 FRCA Installation and Supply of Data Center Hyper-Converged Infrastructure TENDER 2/2016
Requirement Specification Document
Tender Document Due Date: 26 February 2016
Fiji Revenue and Customs Authority
(FRCA)
2016 Installation and Supply of Data Center Hyper-Converged Infrastructure TENDER
The Fiji Revenue & Customs Authority (FRCA) invites tenders from reputable companies and established organizations or individuals to tender for the Installation and Supply of Data Center Hyper-Converged Infrastructure which will be used in FRCA Offices.
A. Technical Specifications B. Primary Site C. Secondary Site D. Integrated Solution Testing and Maintenance
Interested bidders are required to access the tender specifications from the FRCA website. For further information, interested parties may contact [email protected]. Tenders should be submitted on a sealed envelope and clearly marked with the respective tender number and description referred to the above and should be addressed to: The Chairman FRCA Tenders Board Fiji Revenue & Customs Authority Private Mail Bag SUVA Or hand delivered to the FRCA Head Office, Building 3 Floor 3, Revenue & Customs Complex, Cnr of Queen Elizabeth Drive & Rt. Sukuna Rd, Nasese, Suva, Fiji prior to the tender closing date 26th February 2016. Tender Proposal must be received no later than 3.00pm on Friday 26th February 2016. All tenders received before the deadline will be opened at 3.10pm on the closing date. Bidders are welcome to be present during the opening.
1.0 General Terms and Conditions
Following general terms and conditions will apply.
1.1 Format of Response
Each bidder must provide a formal letter of transmittal that must:
a. Be signed by an authorized representative of the organization and
must state that the signing official is authorized to legally bind the
organization;
b. Include the names, titles, office addresses and office telephone
numbers of the persons authorized by the organization to conduct
negotiations on the Proposal, including their expected roles in
negotiations; and
c. Provide a contact name, address, facsimile number and email
address which Fiji Islands Revenue and Customs Authority will use
in serving notices to the bidder.
1.2 Late Submissions
Submissions received within two minutes of the closing time will be
accepted. Two minutes is allowed as variation for any timing difference.
1.3 Applicants to Inform Themselves
Each applicant should:
a. Examine this Specifications Document; and any documents referred
to within; and any other information made available by FRCA to the
applicants;
b. Obtain any further information about the facts, risks and other
circumstances relevant to the tender by making all lawful inquiries;
c. Ensure that the tender submission, and all information on which its
proposal is based, is true, accurate and complete.
By submitting their proposal, applicants will be deemed to have:
a. Examined the tender specifications and any other information made
available in writing by FRCA to the applicants.
b. Examined all information relevant to the risks, contingencies, and other
circumstances having an effect on their proposal and which is
obtainable by the making of reasonable inquiries.
1.4 Bidder’s Risk
FRCA accepts no responsibility, liability, or obligation whatsoever for costs
incurred by or on behalf of any bidder in connection with the tender or any
participation in the tender process.
1.5 Selection of Preferred Applicant
No proposal will necessarily be selected by FRCA as the preferred
solution/s. The FRCA Evaluation Committee may decide not to accept any
proposal or reject all proposals at any time. FRCA reserves the right to
cancel this tender and pursue an alternative course of action at any time.
Selection of Preferred Applicants/s will not be acceptance of the proposal
and no binding relationship will exist between the preferred applicants/s
and FRCA until a written agreement acceptable by FRCA is executed by an
authorized officer of FRCA and the successful applicants/s.
1.6 Conduct of Applicants
Conduct of Applicants or any of their consortium members, may affect the
outcome of their tender responses, including non-consideration of the
proposal. Applicants warrant to FRCA that they (and their consortium
members) have not and will not engage in any of the following activities in
relation to this tender process:
a. Lobbying of or discussions with any politician or political groups
during this tender process;
b. Attempts to contact or discuss the tender process with officers, any
member or staff or contractor currently working in FRCA or any
agent of this Department; Exception to Evaluation Committee
members.
c. Provision of gifts or future promise of gifts of any sort to the
previously mentioned personnel;
d. Accepting or providing secret commissions;
e. Seeking to influence any decisions of FRCA by an improper means;
or otherwise acting in bad faith, fraudulently or improperly.
1.7 Currency
All currency in the proposal shall be quoted in Fiji Dollars and prices shall
be VAT Inclusive.
1.8 Corporate Information
Each applicant must provide the following information:
a. Details of the corporate and ownership structure, including
identification of any holding company or companies and parent
companies;
b. Profiles of the company and any parent entity. If the company is a
subsidiary, the applicant must provide full details of the legal and
financial relationship between the subsidiary and parent. The names
of all directors and officers of the company;
c. A full description of current operations of the company including
audited financial statement for the last 3 years;
d. A copy of the company’s Certificate of Incorporation;
e. Confirmation that the company has the capacity to bid for the
Services and that there is no restriction under any relevant law to
prevent it from bidding;
f. Provision of details of any legal proceedings that are being done
against the company.
1.9 Mandatory Compliance Submissions
As a precondition for tender validity it is necessary that the tenderer
provide the following:
· Tax Compliance Certificate this must be valid as at the date of
submission
· FNPF Compliance
· Business License
Be able to demonstrate that it will be able to meet its financial obligations
under this tender.
1.10 Mergers, Acquisitions, Sales of Applicant
Where such information is publicly accessible, the Applicant must indicate
whether any mergers, acquisitions or sales are planned presently or during
the year following the submission of the proposal.
1.11 Inquiries
All questions and inquiries regarding the tender are to be made in
writing via email.
All questions and inquiries will be responded to in writing by email.
Verbal responses will not have any binding on either party.
2.0 Locations
The company should have sufficient workforce and equipment to carryout
quality and satisfactory delivery throughout FRCA Ports Fiji Wide.
3.0 Other Information
The company should provide information about the warranty period, replacement
strategy of faulty parts, spare parts stock status, length of repair period.
3.1 Cost Matrix
The company should provide their cost breakdown in the following format as well.
A soft copy of this format will be made available upon request. COST MATRIX
Category Description Cost Annual Support Fees
Products Hardware
‐‐ add rows as needed
Software
‐‐ add rows as needed
Licenses
‐‐ add rows as needed
Services
Requirements/Design/Implementation
Off‐Site Work
Rate/Day
No. of Resources
No. of Days
Total
On‐Site Work
Rate/Day
No. of Resources
No. of Days
No. of return flights to FIJI
Total
Project Management
Training
Onsite Training
Infrastructure Installation / Configuration Training
System Installation Training
Certified Training
Certified Trainer – Online/Off Site (Must Specify)
Testing/Maintenance/Service
Consumables
Others (specify)
‐‐ add rows as needed
Total
3.2 Payment Schedule
The company needs to note the FRCA Payment schedule according to the
following table. This is to ensure that both you and FRCA manage the risks and
rewards of undertaking projects indexed to clearly defined outcomes.
Milestone Percentage On Placement of Order 30% On Completion of Environment Deployment 25% On Completion of Tests 30% On Completion of Tendered Engagement 15% Total 100%
4.0 Technical Architecture
4.1 Current WAN
4.2 Desired Enterprise Infrastructure Architecture
4.3 Application Architecture
Vmware/Acropolis Vmware/Acropolis
Cluster Based Replication
4.4 Detailed System/Equipment Requirements
A. Technical Specifications – The Tender should clearly specify and state the methodology,
architecture, and design to implement the project. The entire schedule, with specific milestones must also be presented.
1 Solution Architecture Design 2 Implementation methodology along with Node and connectivity details 3 Issue, Suggestion & Risks 4 Project time schedule & dependency 5 Integration & Acceptance Test
B. Item Description: Primary Site – minimum requirements Bidders are required to quote an Enterprise grade Appliance Chassis and
Storage for the Primary Site COMPLIANCE should be
i. YES ii. NO or iii. PARTIAL
Functionality Type Compliance
Hardware Specifications
1. Enterprise Hyper-Converged (Primary Cluster/Site)
1.1.1.1 Proposed solution must have Enterprise grade Appliance with Rack Mounted type infrastructure
Requirement
1.1.1.2 Rack Cabinet and mountings to cater for Appliance Requirement
1.1.1.3 Rack Cable Management mountings Requirement
1.1.1.4 Rack PDU’s to provide power connections to Appliance and other relevant equipment for the solution
Requirement
1.1.1.5 Appliance must have redundant power supply Requirement
1.1.1.6 Appliance must have redundant fans Requirement
1.1.1.7 Appliance must have redundant (or) shared I/O Requirement
1.1.1.8 Minimum of 4 Server Nodes Requirement Processor Comment
1.1.1.9 Total minimum number of vCPUS = 132 for Primary Site Requirement
1.1.1.10 Server node to have minimum Intel 2.6 GHz clock speed, 8C Requirement
1.1.1.11 Server node supports Hyper Threading Requirement Memory Comment
1.1.1.12 Each Server Node to have minimum 192GB Memory Requirement
1.1.1.13 Each Server Node to have capacity for Memory growth Requirement Network Comment
1.1.1.14 Each Server node to have minimum 1 x IPMI, 2 x 1GB NIC and 2 x 10GB SFP+ NIC
Requirement
Functionality Type Compliance
Storage Comment
1.1.1.15 Primary Cluster to provide minimum of 30TB total usable storage 1.1.1.16 Each Server Node to have minimum controller redundancy to avoid
any single point of failure
Requirement
Requirement
Network Switch Comment
1.1.1.17 1 x Cisco Nexus 3064-X, 48 SFP + 4 QSFP+ ports Requirement
1.1.1.18 Must have IP base license, Smartnet 3 year support Requirement
1.1.1.19 Must have redundant fans, cables and Accessories required for the network switch solution
Requirement
KVM Switch Comment
1.1.1.20 An internal KVM switch should be provided in the Appliance Requirement Management Comment
1.1.1.21 Appliance Management software should be included and installed for management of the solution. For E.g. Prism.
Requirement
1.1.1.22 Acropolis Hypervisor should be installed and configured Requirement
1.1.1.23 Migration of existing Vmware Infrastructure to the new Hypervisor Infrastructure
Requirement
1.1.1.24 Configuration of the replication between the Primary Site and DR Site Requirement
1.1.1.25 Install and activate all feature sets required for the solution. For e.g. Clusters, Compression, Deduplication, Encryption, RestAPI’s etc.
Requirement
1.1.1.26 Integration with FRCA’s Active Directory Requirement Training Comment
1.1.1.27 Training must be provided to named FRCA staff for all aspects of Configuring and administering the Appliance, nodes and storage.
Requirement
1.1.1.28 Training mode preferable would be “Over the shoulder” (hands on) with Instructor led training.
Requirement
1.1.1.29 Detailed training timelines must be tabulated. Requirement
Warranty Comment
1.1.1.30 5 years Onsite Warranty and Subscriptions Requirement
C. Item Description: Secondary Site – minimum requirements Bidders are required to quote Mid-Range/Mid-Enterprise grade Appliance
Chassis and Storage for the Secondary Site COMPLIANCE should be
i. YES ii. NO or iii. PARTIAL
Functionality Type Response
Hardware Specifications
2. Mid-Range Hyper-Converged (DR Cluster/Site)
2.1.1.1 Proposed solution must have Mid-Range grade Appliance with Rack Mounted type infrastructure
Requirement
2.1.1.2 Rack Cabinet and mountings to cater for Appliance. Requirement
Functionality Type Response
2.1.1.3 Rack Cable Management mountings Requirement
2.1.1.4 Rack PDU’s to provide power connections to Appliance, Storage and other relevant equipment for the solution
Requirement
2.1.1.5 Appliance must have redundant power supply Requirement
2.1.1.6 Appliance must have redundant fans Requirement
2.1.1.7 Appliance must have redundant (or) shared I/O Requirement
2.1.1.8 Minimum of 4 Server Nodes Requirement Processor Comment
2.1.1.9 Total minimum number of vCPUS = 70 for Secondary Site Requirement
2.1.1.10 Server node to have minimum 8 cores, 2.6 GHz clock speed Requirement
2.1.1.11 Server node supports Hyper Threading Requirement Memory Comment
2.1.1.12 Each Server Node to have minimum 128GB Memory Requirement
2.1.1.13 Each Server Node to have capacity for Memory growth Requirement Network Comment
2.1.1.14 Each Server node to have minimum 1 x IPMI, 2 x 1GB NIC and 2 x 10GB SFP+ NIC
Requirement
Storage
2.1.1.15 Secondary Cluster to provide minimum of 20TB total usable storage Requirement
2.1.1.16 Each Server Node to have minimum controller redundancy to avoid any single point of failure
Requirement
Network Switch Comment
2.1.1.17 1 x Cisco Nexus 3064-X, 48 SFP + 4 QSFP+ ports Requirement
2.1.1.18 Must have IP base license, Smartnet 3 year support Requirement
2.1.1.19 Must have redundant fans, cables and Accessories required for the network switch solution
Requirement
KVM Switch Comment
2.1.1.20 An internal KVM switch should be provided in the Appliance Requirement Management Comment
2.1.1.21 Appliance Management software should be included and installed for management of the solution. For E.g. Prism
Requirement
2.1.1.22 Install and activate all feature sets required for the solution. For e.g. Clusters, Compression, Deduplication, Encryption, RestAPI’s etc.
Requirement
2.1.1.23 Integration with FRCA’s Active Directory must be included as part of configuration deliverables.
Requirement
Training Comment
2.1.1.24 Training must be provided to named FRCA staff for all aspects of Configuring and administering the Appliance, nodes and storage.
Requirement
2.1.1.25 Training mode preferable would be “Over the shoulder” (hands on) with Instructor led training.
Requirement
2.1.1.26 Detailed training timelines must be tabulated. Requirement
Warranty Comment
2.1.1.27 5 Years Onsite Warranty and Subscriptions Requirement
Functionality Type Response
3. Additional Information
3.1.1.1 Total Number of VMs are 80 for Primary and 30 for Secondary Requirement
3.1.1.2 Monthly Backup increments by 5TB over 3 months. Requirement
3.1.1.3 Provide 5 year costs for Support and Maintenance for Secondary and Primary sites
Requirement
3.1.1.4 If quoting Nutanix solutions, provide options for Software editions for Starter / Pro and Ultimate.
Requirement
3.1.1.5 The servers are listed according to workloads (also available in the Application Architecture stated in 4.3 above):
‐ Oracle DB servers
‐ Oracle Application Servers
‐ MS SQL Database Servers
‐ MS Exchange
‐ Oracle Linux DB servers
‐ MS File Servers
‐ General Servers
Requirement
D. Item Description: Integrated Solution Testing and Maintenance – minimum requirements
1 After the installation is complete, Bidders are required to carry out a complete series of
commissioning and acceptance tests for the complete solution with documentation. 2 The acceptance tests shall be carried out to demonstrate the capacity and effectiveness of
each feature installed 3 Provide all document and materials which may be required to test the solution provided. 4 Tests carried out will be done with the FRCA Project team and sign offs will comply with
payment schedule.
Terms & conditions may vary and will depend on the assessment undertaken by
FRCA. When making a submission, bidders must submit two (2) hard copies with
one marked “original” and the other marked “copy” and one (1) soft copy emailed
to [email protected] or presented to FRCA via a secured USB drive. All
clarifications can be directed via email to [email protected].
End