TENDER 10/2017 Installation and Supply of Data Center Hyper-Converged Infrastructure. Requirement Specification Document

Similar documents
TENDER 3/2018 Installation and Supply of a Cloud Security Gateway. Requirement Specification Document

Desktop PC and Laptops TENDER 3/2017. Requirement Specification Document

INVITATION FOR BIDS For a Nutanix Hyper-Converged Platform (CIP# AHW1801)

REQUEST FOR PROPOSAL (RFP)

PROVISION, INSTALLATION, COMMISIONING & DEPLOYMENT OF BLADE SERVERS WITH CHASSIS

WEBSITE DESIGN, DEVELOPMENT AND HOSTING SERVICES

Deadline for bid submissions: 9:00 a.m. CST, Friday, August 31, INTRODUCTION

Request for Proposal (RFP)

Request for Proposal for Technical Consulting Services

Hosted VoIP Unified Communications Service

GLOBAL TENDER NOTICE NO.: 05/ Last date of receipt of the sealed quotations: Upto 3 P.M. of

City of North Kansas City Request for Proposals Microsoft Office 365

TENDER # WAF 14/02/28/FIN/ICT. FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF SERVER, STORAGE and DR VIRTUALIZATION SOLUTION FOR

INVITATION FOR BIDS For RO PLANT #2 PLC SYSTEMS UPGRADE (CIP# WTR1702)

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR WEBSITE AND DOMAIN HOSTING SERVICES

Tender Schedule No. Figure: Active-Active Cluster with RAC

Bidding Document. Renewal and Maintenance Support of Intrusion Detection System / Intrusion Prevention System (IDS/IPS)

Indian Institute of Engineering Science and Technology, Shibpur Howrah Advt. No. DE/D(AA)/16/71 dated 16/12/2016 TENDER

Phase I CAQH CORE 102: Eligibility and Benefits Certification Policy version March 2011

Request for Quotation RFQ SUBJECT: PRINT: TRANSCRIPT PAPER AND ENVELOPES

vendor guide CONNECTED DEVICES HELP CONTROL ELECTRICITY USE Smart Meter Connected Devices Service LOOK WHAT YOUR HOME S SMART METER CAN DO FOR YOU

REQUEST FOR QUOTATIONS (RFQ) SUPPLY AND DELIVERY OF LHDA COMPUTERS

BCDC 2E, 2012 (On-line Bidding Document for Stipulated Price Bidding)

WIRELESS NETWORK: BID Montville Public Schools High School

Request for Qualifications for Audit Services March 25, 2015

Request for Quotation RFQ SUBJECT: FT-IR SYSTEM

INSTRUCTIONS TO BIDDERS

ICBA Migration to IaaS Cloud Platform REQUEST FOR PROPOSAL

Lincoln County, Georgia. Office 365 & Antivirus

REQUEST FOR PROPOSALS Rolling Plains Management Corporation Request for Proposal Cellular Phone Services

Anna Independent School District

Subject: Request for proposal for a high-performance computing cluster

Phase II CAQH CORE 202 Certification Policy version March 2011 CAQH 2011

REQUEST FOR PROPOSAL (RFP) NO Computer Equipment Desktop, Laptops, Chromebooks, Chromeboxes

REQUEST FOR PROPOSALS

Town of Gilmanton, New Hampshire SELECTMENS OFFICE

Quotations invited. 2. The supplied hardware should have 5 years comprehensive onsite warranty (24 x 7 call logging) from OEM directly.

Tender for Purchase of One Number of Chassis & One Number of Blade Server for Permanent Campus of the Institute at Okhla Phase-III, New Delhi

UNITED NATIONS INDUSTRIAL DEVELOPMENT ORGANIZATION. The National Quality Infrastructure Project for Nigeria (NQIP) Project ID

Supply, Delivery of Information Technology Hardwares for ETDP SETA

Great Northern Corporation Request for Proposal for Network Server Installation and Service

SECTION 10 CONTRACTING FOR PROFESSIONAL SERVICES CONSULTANT COMPETITIVE NEGOTIATION ACT (CCNA)

Indian Institute of Corporate Affairs. Ministry of Corporate Affairs (Govt. of India)

SERVICE DESCRIPTION DEDICATED SERVER

THE CO-OPERATIVE BANK OF KENYA LIMITED

IBM Case Manager on Cloud

New Jersey LFN Packet Check List

Supply, Installation & Commissioning of CPU

VOLUNTARY CERTIFICATION SCHEME FOR MEDICINAL PLANT PRODUCE REQUIREMENTS FOR CERTIFICATION BODIES

General Data Protection Regulation April 3, Sarah Ackerman, Managing Director Ross Patz, Consultant

REQUEST FOR PROPOSAL (RFP)

Request For Quotation

What information do we collect online and how is it used?

Request for Proposal

Dutch-Bangla Bank Limited

ENQUIRY NO.: IIT/ECE/ENQ/GCF/1/ Date: 26/07/2017 INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

ADMINISTRATION DEPARTMENT TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS TOTAL SECURITTY FOR BUSINESS LICENSES FOR USE AT NIT KARACHI

Community College of Beaver County. Request for Proposal. April 15, 2019

Institute of Physics (An autonomous Research Institute of Dept. of Atomic Energy, Govt. of India) P.O: Sainik School, Bhubaneswar, Orissa ,

Subject: Supply and Installation of Workstation for high performance computing.

Electronic Filing Instructions In re Barrick Gold Securities Litigation

WEST BENGAL UNIVERSITY OF TECHNOLOGY TENDER FORM. Notice No:: CSE/FO/2013/4

The Internet Society. on behalf of. The IETF Administrative Oversight Committee. for. Software Development IDIQ Contract

Lesotho Highlands Development Authority

ALG Associates, LLC ( ALG Associates ) operates a website under. and has created this privacy policy to demonstrate its

جامعة العلوم والتكنولوجيا األردنية

Round Rock Independent School District (Round Rock ISD) Supplier Response

Purchasing Department Finance Group INVITATION TO BID

1 Introduction. 2 Background. 2.1 Organisational context

BOT Notification No (1 September 2017)-check

Mekong River Commission

FSC INTERNATIONAL STANDARD

HOOGHLY PRINTING CO. LTD. (A

Department of Mechanical Engineering, Indian Institute of Technology Madras Chennai 36

Schools and Libraries (E-rate) Program FCC Form 473 User Guide

IBM Content Manager OnDemand on Cloud

Information Technology Security Plan Policies, Controls, and Procedures Identify Governance ID.GV

The Internet Society. on behalf of. The IETF Administrative Oversight Committee. Request for Proposal. Three Software Tools to Support the RFC Editor:

(Detailed Terms, Technical Specifications, and Bidding Format) This section describes the main objective to be achieved through this procurement.

TECHNICAL SPECIFICATIONS + TECHNICAL OFFER

Ferrous Metal Transfer Privacy Policy

REQUEST FOR PROPOSAL DATABASE DEVELOPMENT FOR THE DISTRICT OF COLUMBIA COLLEGE ACCESS PROGRAM

Exhibit A Questionnaire

Tender Dossier. Tender Title: Supply with notebook computers, servers and other IT equipment to RIT Kosovo. Reference Number: RITKOSOVOIT01/2016

Hard Disk: 1 TB TFT (LED) Monitor 21

WHITE PAPER- Managed Services Security Practices

National Wood Products, Inc. FSC Chain of Custody NWP CENTRAL OFFICE Standard Operating Procedure REVIEW DATE: August 17, 2013

CHAPTER 13 ELECTRONIC COMMERCE

Biotech Consortium India Limited

REQUEST FOR PROPOSALS KOOTENAY SPORT FISHING PROJECT

CERTIFICATION CONDITIONS

Vendor must indicate at what level its proposed solution will meet the College s requirements as delineated in the referenced sections of the RFP:

As set out in the Hong Kong ID card, or any relevant identification document referred to in 1(g) above.

ORIGINAL BID - Invitation For Bid Automated External Defibrillator (AED)

Dutch-Bangla Bank Limited

PROCUREMENT OF GOODS UNDER NATIONAL SHOPPING PROCEDURES

REQUEST FOR INFORMATION (RFI) ELECTRONIC FORMS AUTOMATION DEP Solicitation Number: C

REQUEST FOR FORMAL QUOTATIONS. Server Virtualization / SAN Solution

City of Sheridan. RFP No Request for Proposals Computer Replacement Program. Due: August 25, No later than 2:00 P.M.

University of Nebraska-Lincoln

Transcription:

TENDER 10/2017 Installation and Supply of Data Center Hyper-Converged Infrastructure Requirement Specification Document Closing Date: 17 November 2017

TENDER No. 10/2017 Installation and Supply of Data Center Hyper Converged Infrastructure Tenders are invited from reputable vendors for the Installation and Supply of Data Center Hyper-Converged Infrastructure. The Tender Specifications Document is available on the Revenue & Customs Website using the following link: http://www.frcs.org.fj/tenders-3/. Interested parties may email tenders@frcs.org.fj for further clarification. Sealed bids marked TENDER 10/2017 INSTALLATION AND SUPPLY OF DATA CENTER HYPER-CONVERGED INFRASTRUCTURE must be addressed and posted to: The Chairman Revenue & Customs Tenders Board Fiji Revenue and Customs Service Private Mail Bag Suva Or hand delivered to: Revenue & Customs Service Complex, Building 3, Level 3, Corner of Ratu Sukuna Road and Queen Elizabeth Drive, Nasese, Suva, Fiji no later than 3:00pm on Friday 17 November 2017. An electronic version in CD or USB format should be included with the submission. 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. Our Vision A world class revenue service delivering excellence in revenue collection, border protection, trade and travel facilitation

1.0 GENERAL TERMS & 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 Revenue and Customs Service will use in serving notices to the bidder. 1.2 Late Submissions Submissions received within five minutes of the closing time will be accepted. Five 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 FRCS 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 FRCS 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 FRCS 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 FRCS as the preferred solution/s. The FRCS Evaluation Committee may decide not to accept any

proposal or reject all proposals at any time. FRCS 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 FRCS until a written agreement acceptable by FRCS is executed by an authorized officer of FRCS 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 FRCS 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 FRCS 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 FRCS 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 bidder provide the following: Valid Tax Compliance Certificate Valid FNPF Compliance Letter Business License 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 to tenders@frcs.org.fj. All questions and inquiries will be responded to in writing by email. Verbal responses will not have any binding on either party.

2.0 FINANCIAL PROPOSAL 2.1 Cost Matrix Bidders should provide their cost breakdown in the following format. 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

2.2 Payment Schedule A Local Purchase Order will be issued for the Installation and Supply of Data Center Hyper-Converged Infrastructure. 2.3 Ongoing Support Bidders must disclose detailed information confirming the warranty period, replacement strategy of faulty parts, spare parts stock status and length of repair period. Bidders should have sufficient workforce and equipment to provide quality service to FRCS offices Fiji wide. 3.0 Technical Architecture 3.1 Desired Enterprise Infrastructure Architecture

3.2 Detailed System/Equipment Requirements A. Technical Specifications This tender is only for the Primary site server infrastructure. FRCS has already purchased a Nutanix 1000 series for the secondary site The Tender should clearly specify and state the methodology, architecture, and design to implement the primary site along with the integration of the secondary site equipment and Disaster Recovery solution. 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 Requirement Mounted type infrastructure 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 Requirement relevant equipment for the solution 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 1.1.1.9 Each server node to have at minimum of 2x Intel Xeon Gold 5115 10C Processors Requirement 1.1.1.10 Server node to have minimum Intel 2.4 GHz clock speed, or above Requirement 1.1.1.11 Server node supports Hyper Threading Requirement

Functionality Type Compliance Memory 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 1.1.1.14 Each Server node to have minimum 1 x IPMI, 2 x 1GB NIC and 2 x Requirement 10GB SFP+ NIC Storage 1.1.1.15 Primary Cluster to provide minimum of 25TB total usable storage Requirement with 10% SSD drives 1.1.1.16 Each Server Node to have minimum controller redundancy to avoid Requirement any single point of failure Management 1.1.1.17 Appliance Management software should be included and installed Requirement for management of the solution. For E.g. Prism. 1.1.1.18 Acropolis Hypervisor should be installed and configured Requirement 1.1.1.19 Migration of existing Vmware Infrastructure to the new Hypervisor Requirement Infrastructure 1.1.1.20 Configuration of the replication between the Primary Site and DR Site Requirement 1.1.1.21 Install and activate all feature sets required for the solution. For e.g. Requirement Clusters, Compression, Deduplication, Encryption, RestAPI s etc. 1.1.1.22 Integration with FRCS s Active Directory Requirement Training 1.1.1.23 Training must be provided to named FRCS staff for all aspects of Requirement Configuring and administering the Appliance, nodes and storage. 1.1.1.24 Training mode preferable would be Over the shoulder (hands on) Requirement with Instructor led training. 1.1.1.25 Detailed training timelines must be tabulated. Requirement Warranty 1.1.1.26 5 years Onsite Warranty and Subscriptions Requirement

C. 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 FRCS Project team and sign offs will comply with payment schedule. Terms & conditions may vary and will depend on the assessment undertaken by FRCS. 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 tenders@frcs.org.fj or presented to FRCS via a secured USB drive. All clarifications can be directed via email to tenders@frcs.org.fj. End