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



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

SPECIFICATIONS FOR SUPPLY & SALE OF MOTOR VEHICLES

SPECIFICATIONS FOR TENDER 16/2014 PEST CONTROL SERVICES

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

How To Create A Virtual Desktop In Gibidr

City Of Hammond Purchasing Department REQUEST FOR PROPOSALS RFP Servers, Shared Storage & Backup Software

All India Institute of Medical Sciences, Bhubaneswar Sijua, Bhubaneswar, Odisha

REQUEST FOR PROPOSAL. # Storage Solution RFP

SAN TECHNICAL - DETAILS/ SPECIFICATIONS

SPECIFICATIONS FOR SUPPLY OF CONTAINER SCANNING SYSTEM

NOTICE ADDENDUM NO. TWO (2) JULY 8, 2011 CITY OF RIVIERA BEACH BID NO SERVER VIRTULIZATION/SAN PROJECT

ARMS Ltd. - Rack Server System TENDER FOR A RACK SERVER SYSTEM. Page 1 of 18

INDIAN INSTITUTE OF TECHNOLOGY KANPUR Department of Mechanical Engineering

Appendix 3. Specifications for e-portal

INVITATION FOR TENDER AND INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS

REPLIES TO PRE BID REPLIES FOR REQUEST FOR PROPOSAL FOR SUPPLY, INSTALLATION AND MAINTENANCE OF SERVERS & STORAGE

SUN HARDWARE FROM ORACLE: PRICING FOR EDUCATION

Request for Proposal. MPAO Data Center Virtualization

RFP - Equipment for the Replication of Critical Systems at Bank of Mauritius Tower and at Disaster Recovery Site. 06 March 2014

HP reference configuration for entry-level SAS Grid Manager solutions

(RFP) PURCHASE OF BLADE SERVER

JKL Bahweting School. Request for Proposal. VDI Servers

WHITEPAPER: Understanding Pillar Axiom Data Protection Options

Thematic Unit of Excellence on Computational Materials Science Solid State and Structural Chemistry Unit, Indian Institute of Science

Cisco Prime Home 5.0 Minimum System Requirements (Standalone and High Availability)

Evaluation Report: HP Blade Server and HP MSA 16GFC Storage Evaluation

1. Introduction. City of Lodi RFQ for Data Center Equipment Refresh Page 1

Mit Soft- & Hardware zum Erfolg. Giuseppe Paletta

SPC BENCHMARK 1 EXECUTIVE SUMMARY HITACHI DATA SYSTEMS CORPORATION HITACHI UNIFIED STORAGE 150 (WITH SSDS) SPC-1 V1.13

How To Write An Article On An Hp Appsystem For Spera Hana

HP recommended configuration for Microsoft Exchange Server 2010: ProLiant DL370 G6 supporting GB mailboxes

1. Specifiers may alternately wish to include this specification in the following sections:

Power Efficiency Comparison: Cisco UCS 5108 Blade Server Chassis and IBM FlexSystem Enterprise Chassis

DO NOT REMOVE ANY PAGES FROM THIS REQUEST FOR QUOTATION DOCUMENT. FAILURE TO RETURN ALL PAGES WITH YOUR REQUEST FOR QUOTATION MAY INVALIDATE YOUR BID.

ADDENDUM 1 September 22, 2015 Request for Proposals: Data Center Implementation

Power Efficiency Comparison: Cisco UCS 5108 Blade Server Chassis and Dell PowerEdge M1000e Blade Enclosure

Cisco SmartPlay Select. Cisco Global Data Center Promotional Program

Terms and Conditions

CORRIGENDUM TO TENDER FOR HIGH PERFORMANCE SERVER

STORAGE CENTER WITH NAS STORAGE CENTER DATASHEET

Remote/Branch Office IT Consolidation with Lenovo S2200 SAN and Microsoft Hyper-V

This Request for Proposal consists of providing the IT Server requirements outlined in this RFP.

CASS COUNTY GOVERNMENT. Data Storage Project Request for Proposal

IBM System Storage DS5020 Express

Terms of Reference Microsoft Exchange and Domain Controller/ AD implementation

RFP-MM Enterprise Storage Addendum 1

Certification: HP ATA Servers & Storage

June Blade.org 2009 ALL RIGHTS RESERVED

How To Build A Data Backup System In Town Of Trumbull

Small Industries Development Bank of India Request for Proposal (RfP) For Purchase of Intel Servers for Various Locations

Information Services hosted services and costs

Xanadu 130. Business Class Storage Solution. 8G FC Host Connectivity and 6G SAS Backplane. 2U 12-Bay 3.5 Form Factor

HITACHI VIRTUAL STORAGE PLATFORM FAMILY MATRIX

Provision of Internet Services at NNPC Corporate Headquarters, Abuja

Part-1: SERVER AND PC

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

PROPOSALS REQUESTED THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM

Improving IT Operational Efficiency with a VMware vsphere Private Cloud on Lenovo Servers and Lenovo Storage SAN S3200

Dynamically unify your data center Dell Compellent: Self-optimized, intelligently tiered storage

Unified Computing Systems

HP high availability solutions for Microsoft SQL Server Fast Track Data Warehouse using SQL Server 2012 failover clustering

UN 4013 V - Virtual Tape Libraries solutions update...

The Benefit of Migrating from 4Gb to 8Gb Fibre Channel

High Availability Server Clustering Solutions

VTrak SATA RAID Storage System

HP recommended configuration for Microsoft Exchange Server 2010: HP LeftHand P4000 SAN

Addendum No. 1 to Packet No Enterprise Data Storage Solution and Strategy for the Ingham County MIS Department

UCS M-Series Modular Servers

Protect SQL Server 2012 AlwaysOn Availability Group with Hitachi Application Protector

Servers and Storage System for Digital Library

Data Sheet FUJITSU Server PRIMERGY CX272 S1 Dual socket server node for PRIMERGY CX420 cluster server

29/07/2010. Copyright 2010 Hewlett-Packard Development Company, L.P.

INSTITUTE OF PUBLIC ENTERPRISE O.U.CAMPUS, HYDERABAD

The safer, easier way to help you pass any IT exams. Exam : Storage Sales V2. Title : Version : Demo 1 / 5

White paper 200 Camera Surveillance Video Vault Solution Powered by Fujitsu

Evaluation Report: Accelerating SQL Server Database Performance with the Lenovo Storage S3200 SAN Array

IBM System Storage DS3950 Express

Existing Fotoware Software License at backup server

Data Sheet Fujitsu PRIMERGY BX400 S1 Blade Server

REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP #

DVS Enterprise. Reference Architecture. VMware Horizon View Reference

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

Cisco UCS B-Series M2 Blade Servers

NET ACCESS VOICE PRIVATE CLOUD

IBM Storwize Rapid Application Storage solutions

SUN HARDWARE FROM ORACLE: PRICING FOR EDUCATION

SPC BENCHMARK 1 EXECUTIVE SUMMARY 3PAR INC. 3PARINSERV T800 STORAGE SERVER SPC-1 V1.10.1

Request for Proposal Environmental Management Software

IBM Storwize V7000 Midrange Disk System

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

Transcription:

2015 FRCA Installation and Supply of Data Center Infrastructure TENDER 11/2015 Specification Document Tender Document Due Date: 25 September2015

Fiji Revenue and Customs Authority (FRCA) 2015 Installation and Supply of Data Center 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 Infrastructure which will be used in FRCA Offices. A. Technical Specifications B. Primary Site C. Secondary Site D. Integrated Solution Testing and aintenance 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 ail Bag SUA 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 AT 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 ergers, 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. erbal 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 atrix 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 ATRIX Category Description Cost Annual Support Fees Products Hardware add rows as needed Software add rows as needed Licenses add rows as needed Services s/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 anagement Training Onsite Training Infrastructure Installation / Configuration Training System Installation Training Certified Training Certified Trainer Online/Off Site (ust Specify) Testing/aintenance/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. ilestone 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 irtualization Platform Primary Site Suva ADExchange DB File EEA High Availability Solution Secondary Site Lautoka irtualization Platform ADExchange DB File mware/hyper ware mware/hyper ware 4bps WAN link Enterprise Blade Chassis Enterprise Solution Blade Chassis Solution Riverbed WAN Accelerator Riverbed WAN Accelerator id-enterprise Blade Chassis Solution SAN Fabric Switch Solution SAN Fabric Switch Solution Enterprise SAN Solution id-enterprise SAN Solution 4.3 Application Architecture

4.4 Detailed System/Equipment s 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 Blade Chassis and Servers with accompanying Storage Area Network (SAN) for the Primary Site COPLIANCE should be i. YES ii. NO or iii. PARTIAL Functionality Type Compliance Hardware Specifications Enterprise Blade Chassis (Primary) 1.1.1.1 Proposed solution must have Enterprise grade enclosure with Rack ounted Chassis type infrastructure 1.1.1.2 Rack Cabinet and mountings to cater for Chassis and Storage. 1.1.1.3 Rack Cable anagement mountings 1.1.1.4 Rack PDU s to provide power connections to Chassis, Storage and other relevant equipment for the solution 1.1.1.5 Blade enclosure must have redundant power supply 1.1.1.6 Blade enclosure must have redundant fans 1.1.1.7 Blade enclosure must have redundant (or) shared I/O 1.1.1.8 inimum of 4 Server Nodes for ware ESXi/Hyper- Infrastructure. Processor 1.1.1.9 Server node to have minimum 2 Intel v3 CPU capacity 1.1.1.10 Server node to have minimum 2.6 Ghz clock speed minimum 8C capacity 1.1.1.11 Server node supports Hyper Threading emory 1.1.1.12 Each Server Node to have minimum 192GB emory 1.1.1.13 Each Server Node to have capacity for emory growth Network 1.1.1.14 Each Server Node to have minimum 8 x 1GB NIC and 2 x 10GB NIC Local Storage

Functionality Type Compliance 1.1.1.15 Each Server Node to have minimum redundant 400 GB SSD Type HDD drive and provision for redundant flash drives 1.1.1.16 Each Server Node to have minimum redundancy for Active-Active 1GB / 10GB and Fibre Channel (FC) Interconnect to connect to FC switches Fabric Switch 1.1.1.17 2 x Fiber Channel Switch with 24 Active ports 1.1.1.18 Each Fiber Channel (FC) should have minimum speed of 8Gbps 1.1.1.19 Accessories required for server nodes, switch and storage connectivity must all be included. Examples are FC cables. K Switch 1.1.1.20 An internal K switch should be provided in the chassis Remote anagement 1.1.1.21 Chassis Remote anagement software should be included for remote execution of chassis and node administrative tasks via a web user interface 1.1.1.22 Integration with FRCA s Active Directory must be included as part of configuration deliverables. Training 1.1.1.23 Training must be provided to named FRCA staff for all aspects of Configuring and administering the Chassis, nodes and equipment. 1.1.1.24 Training mode preferable would be Over the shoulder (hands on) with Instructor led training. 1.1.1.25 Detailed training timelines must be tabulated. Warranty 1.1.1.26 5 years onsite warranty Enterprise SAN (Primary) 1.1.1.27 Enterprise Storage should be configured with dual active controllers that will utilise the required Blade specs, with ability for expansion 1.1.1.28 in 32GB battery Backed data cache across dual controllers. Cache should be mirrored and with battery support. Storage 1.1.1.29 Should support SAS, SSD, SATA/NL SAS disk drives. 1.1.1.30 Storage should be scalable to at least 100 Disk drives in same controllers by adding expansion drive enclosures only. 1.1.1.31 Storage should be configured with minimum 9 x 400GB Enterprise Flash drive 1.1.1.32 Storage should be configured with minimum 30 x 900GB 10K RP 1.1.1.33 Storage array should be configured with at least 4x 8Gbps FC ports across for Host connectivity 1.1.1.34 Storage system should support snapshots feature, tiering, replication, thin provisioning, deduplication, next generation storage platform and all licenses required should be offered as part of this proposal Availability 1.1.1.35 Should offer redundant power supplies and cooling unit 1.1.1.36 Should support RAID Level 0, 1, 5, 6, 10 and state which RAID is recommended

Functionality Type Compliance 1.1.1.37 Should support auto failover in case of failure of one of the units. anagement: The management software should support the following features 1.1.1.38 Dynamic Expansion Attachments while application is online 1.1.1.39 Dynamic olume/lun Expansion Remote anagement 1.1.1.40 Storage Remote anagement software should be included for remote execution of Storage administrative tasks via a web user interface 1.1.1.41 Integration with FRCA s Active Directory or equivalent must be included as part of configuration deliverables. Training 1.1.1.42 Training must be provided to named FRCA staff for all aspects of Configuring and administering the Storage equipment. 1.1.1.43 Training mode preferable would be Over the shoulder (hands on) with Instructor led training. 1.1.1.44 Detailed training timelines must be tabulated. Warranty 1.1.1.45 5 years onsite warranty

C. Item Description: Secondary Site minimum requirements Bidders are required to quote id-range/id-enterprise grade Blade Chassis and Servers with accompanying Storage Area Network (SAN) for the Secondary Site COPLIANCE should be i. YES ii. NO or iii. PARTIAL Functionality Type Response Hardware Specifications 2. id-range Blade Chassis (Secondary) 1.1.1.1 Proposed solution must have id-range grade enclosure with Rack ounted Chassis type infrastructure 1.1.1.2 Rack Cabinet and mountings to cater for Chassis and Storage. 1.1.1.3 Rack Cable anagement mountings 1.1.1.4 Rack PDU s to provide power connections to Chassis, Storage and other relevant equipment for the solution 1.1.1.5 Blade enclosure must have redundant power supply 1.1.1.6 Blade enclosure must have redundant fans 1.1.1.7 Blade enclosure must have redundant (or) shared I/O 1.1.1.8 inimum of 2 Server Nodes for ware ESXi/Hyper- Infrastructure. Processor 1.1.1.9 Server node to have minimum 2 Intel v3 CPU capacity 1.1.1.10 Server node to have minimum 2.6 Ghz clock speed minimum 8C capacity 1.1.1.11 Server node supports Hyper Threading emory 1.1.1.12 Each Server Node to have minimum 192GB emory 1.1.1.13 Each Server Node to have capacity for emory growth Network 1.1.1.14 Each Server Node to have minimum 8 x 1GB NIC and 2 x 10GB NIC Local Storage 1.1.1.15 Each Server Node to have minimum redundant 400 GB SSD Type HDD drive and provision for redundant flash drives 1.1.1.16 Each Server Node to have minimum redundancy for Active-Active 1GB / 10GB and Fibre Channel (FC) Interconnect to connect to FC switches Fabric Switch 1.1.1.17 2 x Fiber Channel Switch with 24 Active ports 1.1.1.18 Each Fiber Channel (FC) should have minimum speed of 8Gbps 1.1.1.19 Accessories required for server nodes, switch and storage connectivity must all be included. Examples are FC cables. K Switch 1.1.1.20 An internal K switch should be provided in the chassis Remote anagement

Functionality Type Response 1.1.1.21 Chassis Remote anagement software should be included for remote execution of chassis and node administrative tasks via a web user interface 1.1.1.22 Integration with FRCA s Active Directory must be included as part of configuration deliverables. Training 1.1.1.23 Training must be provided to named FRCA staff for all aspects of Configuring and administering the Chassis, nodes and equipment. 1.1.1.24 Training mode preferable would be Over the shoulder (hands on) with Instructor led training. 1.1.1.25 Detailed training timelines must be tabulated. Warranty 1.1.1.26 5 Years Onsite Warranty id-range SAN (Secondary) 1.1.1.27 id-range Storage should be configured with dual active controllers that will utilise the required Blade specs, with ability for expansion 1.1.1.28 in 32GB battery Backed data cache across dual controllers. Cache should be mirrored and with battery support. Storage 1.1.1.29 Should support SAS, SSD, SATA/NL SAS disk drives. 1.1.1.30 Storage should be scalable to at least 100 Disk drives in same controllers by adding expansion drive enclosures only. 1.1.1.31 Storage should be configured with minimum 30 x 900GB 10K RP 1.1.1.32 Storage array should be configured with at least 4x 8Gbps FC ports across for Host connectivity 1.1.1.33 Storage system should support snapshots feature, tiering, replication, thin provisioning, deduplication, next generation storage platform and all licenses required should be offered as part of this proposal Availability 1.1.1.34 Should offer redundant power supplies and cooling unit 1.1.1.35 Should support RAID Level 0, 1, 5, 6, 10 and state which RAID is recommended 1.1.1.36 Should support auto failover in case of failure of one of the units. anagement: The management software should support the following features 1.1.1.37 Dynamic Expansion Attachments while application is online 1.1.1.38 Dynamic olume/lun Expansion Remote anagement 1.1.1.39 Storage Remote anagement software should be included for remote execution of Storage administrative tasks via a web user interface. 1.1.1.40 Integration with FRCA s Active Directory or equivalent must be included as part of configuration deliverables. Training 1.1.1.41 Training must be provided to named FRCA staff for all aspects of Configuring and administering the Storage equipment.

Functionality Type Response 1.1.1.42 Training mode preferable would be Over the shoulder (hands on) with Instructor led training. 1.1.1.43 Detailed training timelines must be tabulated. 1.1.1.44 Warranty 1.1.1.45 5 Years onsite warranty D. Item Description: Integrated Solution Testing and aintenance 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