2015 FRCA Installation and Supply of WAN Optimization Infrastructure TENDER 12/2015. Requirement Specification Document



Similar documents
2015 FRCA Installation and Supply of Data Center Infrastructure TENDER 11/2015. Requirement Specification Document

SPECIFICATIONS FOR TENDER 16/2014 PEST CONTROL SERVICES

SPECIFICATIONS FOR SUPPLY & SALE OF MOTOR VEHICLES

TENDER NO. 13/2013. Tender Specifications for Data Warehouse and Business Intelligence System

SPECIFICATIONS FOR SUPPLY OF CONTAINER SCANNING SYSTEM

Provision of Internet Services at NNPC Corporate Headquarters, Abuja

Request for Proposal. MPAO Data Center Virtualization

City of Bismarck, ND Maintenance and Support for Mitel 3300 Voice System. Request for Proposal (RFP)

TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review

Request for Proposal Environmental Management Software

SERVICE TURNOVER TAX. For Charter Flights & Water Sports Service Providers

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

SECTION 6: RFQ Process, Terms and Conditions

(RFP) PURCHASE OF BLADE SERVER

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

SERVICE TURNOVER TAX. For Licensed Restaurants, Bistros or Coffee Shops

Published Call for Quotations QMFA 080/2015

Village of Nakusp RFQ Source Protection Plan

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

PROFESSIONAL AUDIT SERVICES For FINANCIAL STATEMENTS HAVEN SOCIETY

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

BANK OF UGANDA REPUBLIC OF UGANDA

Request for Proposal Business & Financial Services Department

CLOSING LOCATION Island Hwy Nanaimo BC, V9T 6N4

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Request for Quotation

Supplier prequalification Document

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Request for Proposal

REQUEST FOR PROPOSAL FOR IT ASSET MANAGEMENT SERVICES

Canterbury Park Pool Chamber Replacement

REQUEST FOR QUOTATION

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1.

SPECIFICATIONS FOR TENDER SUPPLY OF STAFF SCHEDULING SYSTEM SOFTWARE FOR WESTERN HEALTH

Prepared by: OIC OF SOUTH FLORIDA. May 2013

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

REQUEST FOR BIDS. Project Management Technical Services

Request for Quotation (RFQ) for goods/services

REQUEST FOR PROPOSAL RFP # For the Provision of After Hours Answering Services. Proposal Due Date/Time: October 19, 4:00 p.m.

RFP DOCUMENT FOR SUPPLY AND INSTALLATION OF BIOMETRIC FACIAL RECOGNITION TIME ATTENDANCE & ACCESS CONTROL SYSTEM FOR

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

Richardson Independent School District Purchasing Department 970 Security Row Richardson, Texas 75081

Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur

Request For Proposal AlienVault SIEM Solution CONTRACT # /20/2015 LATE PROPOSALS WILL NOT BE ACCEPTED

Request for Proposals IT INFRASTRUCTURE MODERNIZATION

REQUEST FOR PROPOSAL-INFORMATION TECHNOLOGY SUPPORT SERVICES

Request For Quotation from Service Providers. for. Web Security & Performance Testing for Web-based Applications for UTIITSL

Request for Proposal Business & Financial Services Department

Request for Proposal No Moving Services

Data Centre Feasibility Study & Business Case for Sault Ste. Marie Request for Proposals

Buford City Schools. Request for Proposal (RFP) UPS devices

REQUEST FOR PROPOSALS INFORMATION TECHNOLOGY SUPPORT SERVICES. Bid Packets are Due:

Coahoma County School District. Virtual Desktops Request for Proposal RFP CCSD

BIDDING DOCUMENTS Issued on: March 22, Jamaica Civil Aviation Authority (JCAA)

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

City of Richmond Business and Financial Services Department. Contract 4595P. Security Information Event Management System

BUILDING MAINTENANCE. Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office

Infrastructure Technical Support Services. Request for Proposal

Atrium Skylight Repair Carleton Lodge

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

Request for Quotation

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

INVITATION FOR TENDER AND INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS

MOUNTAIN EMPIRE UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL

Request for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

REQUEST FOR BID. Server/Computer and VAV Controls with Backup Bid

Enterprise Content Management Consultant

DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS. March 2007

Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s)

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/15/0061

Request for Proposal for Telephone System Hosted VoIP System On Premise VoIP System Hybrid IP System #RFP PHONE SYSTEM 1

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

އ ޢ ލ ނ ބ ނ ކ އ ފ މ ލ ޑ ވ ސ ޕލކގ ބ ނ މ ށ ތ ރ ގ އ މ ދ ނ ނ ވ ތ ކ ތ ހ ދ ނ ބ ނ ނ ވ އ ވ.

INVITATION TO BID: ITB

REQUEST FOR QUOTATION

Request for Quotation

REQUEST FOR PROPOSAL (RFP) for Provide Document Imaging & Archiving Solution And Develop Application Process Workflow on MS SharePoint

REQUEST FOR PROPOSAL

Procurement of Services

REQUEST FOR EXPRESSIONS OF INTEREST

Request for Proposal Permitting Software

Transcription:

2015 FRCA Installation and Supply of WAN Optimization Infrastructure TENDER 12/2015 Requirement Specification Document Tender Document Due Date: 25 September2015

Fiji Revenue and Customs Authority (FRCA) 2015 Installation and Supply of WAN Optimization 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 WAN Optimization Infrastructure which will be used in FRCA Offices. A. Technical Specifications B. FRCA WAN Links Optimization C. FRCA Mobile Clients Optimization 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 ittender@frca.org.fj. 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 25th September 2015. Tender Proposal must be received no later than 3.00pm on Friday 25th September 2015. All tenders received before the deadline will be opened at 3.02pm 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 Qualifications and Capability

Each Applicant must: a. Be Tax and Customs compliant. Tax Identification Number (TIN) must be quoted in the proposal. b. 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 Desired WAN Optimization Infrastructure Architecture FRCA Desired WAN Optimization Site Links Type Appliance Model Optimization Levels Nasese Host Appliance Recommend 80% or better Lautoka Branch Appliance Recommend 80% or better Namaka Branch Appliance Recommend 80% or better Labasa Branch Appliance Recommend 80% or better Lautoka Branch Appliance Recommend 80% or better Wharf Suva Branch Appliance Recommend 80% or better Wharf Savusavu Branch Appliance Recommend 80% or better FRCA Desired Internet Mobile Client Links Optimization Type Appliance Model Option Level Nasese Host Appliance Mobile Controller 30 User License Pack or greater 80% or better Internet VPN or Direct connections Mobile Client 80% or better

4.2 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: FRCA WAN Links Optimization minimum requirements Bidders are required to quote on enhancing the existing solution, resolve and quote on faulty equipment replacement or recommend better models. Bidders are required to also quote on the named sites above and provide relevant costing. Functionality Type Compliance Minimum Specifications Head Office Appliance 1.1.1.1 Proposed solution must have Mid Enterprise grade appliance with Requirement Rack Mounted type infrastructure 1.1.1.2 Throughput capacity must support up to 20Mbps Requirement 1.1.1.3 Storage Capacity of 500GB or more Requirement 1.1.1.4 RAM of 2GB or more Requirement 1.1.1.5 Support up to 1200 optimized TCP connections Requirement 1.1.1.6 Optimization at 80% or higher Requirement 1.1.1.7 Have Remote Management through Web Interface Requirement 1.1.1.8 Monitoring and alerting capabilities Requirement Branch Office Appliance 1.1.1.9 Proposed solution must have Small- Mid Office grade appliance with Requirement Rack Mounted type infrastructure 1.1.1.10 Throughput capacity must support up to 4Mbps per site Requirement 1.1.1.11 Storage Capacity of 120GB or more Requirement 1.1.1.12 RAM of 1GB or more Requirement 1.1.1.13 Support up to 200 optimized TCP connections per site Requirement 1.1.1.14 Optimization at 80% or higher per site Requirement 1.1.1.15 Have Remote Management through Web Interface Requirement 1.1.1.16 Monitoring and alerting capabilities Requirement

C. Item Description: FRCA Mobile Clients Optimization minimum requirements Bidders are required to quote on implementing a new solution with for optimizing External Internet Mobile Users connections and reliability. Functionality Type Compliance Minimum Specifications Mobile Controller Appliance 1.1.1.17 Proposed solution must have Mid Enterprise grade appliance with Requirement Rack Mounted type infrastructure 1.1.1.18 Support up to 500 Concurrent Mobile Clients Requirement 1.1.1.19 Optimization at 80% or higher Requirement 1.1.1.20 Up to 30 Concurrent licenses Requirement 1.1.1.21 Have Remote Management through Web Interface Requirement 1.1.1.22 Monitoring and alerting capabilities 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 ittender@frca.org.fj or presented to FRCA via a secured USB drive. All clarifications can be directed via email to ittender@frca.org.fj. End