Installation and Supply of Data TENDER 2/2016 · 1.1.1.17 1 x Cisco Nexus 3064-X, 48 SFP +4 QSFP+...

13
2016 FRCA Installation and Supply of Data Center Hyper-Converged Infrastructure TENDER 2/2016 Requirement Specification Document Tender Document Due Date: 26 February 2016

Transcript of Installation and Supply of Data TENDER 2/2016 · 1.1.1.17 1 x Cisco Nexus 3064-X, 48 SFP +4 QSFP+...

Page 1: Installation and Supply of Data TENDER 2/2016 · 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

 

2016 FRCA Installation and Supply of Data Center Hyper-Converged Infrastructure TENDER 2/2016

Requirement Specification Document

Tender Document Due Date: 26 February 2016

Page 2: Installation and Supply of Data TENDER 2/2016 · 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

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.

Page 3: Installation and Supply of Data TENDER 2/2016 · 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

1.0 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:

Page 4: Installation and Supply of Data TENDER 2/2016 · 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

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;

Page 5: Installation and Supply of Data TENDER 2/2016 · 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

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.

Page 6: Installation and Supply of Data TENDER 2/2016 · 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

1.9 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.

Page 7: Installation and Supply of Data TENDER 2/2016 · 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

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 

Page 8: Installation and Supply of Data TENDER 2/2016 · 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

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

 

 

Page 9: Installation and Supply of Data TENDER 2/2016 · 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

4.2 Desired Enterprise Infrastructure Architecture

 

 

4.3 Application Architecture

 

Vmware/Acropolis  Vmware/Acropolis

Cluster Based Replication

Page 10: Installation and Supply of Data TENDER 2/2016 · 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

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   

   

Page 11: Installation and Supply of Data TENDER 2/2016 · 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

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   

Page 12: Installation and Supply of Data TENDER 2/2016 · 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

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   

Page 13: Installation and Supply of Data TENDER 2/2016 · 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

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