Upload
others
View
8
Download
0
Embed Size (px)
Citation preview
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/1 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
1. Introduction
a. Project Background
ASHGHAL is in the process of installing new CCTV Cameras and Renewing, replacing of existing Cameras of its following buildings.
i. Tower-1, Tower-2, Tower-3, Old Car Parking Building of West Bay location
ii. Old Asset Affairs Building of Salwa Road location
The Scope of this project is to provide a complete CCTV Solutions that should cover Design, Plan, Supply, Installation, Implementation, Commissioning, providing 3 years supports for all the hardware, software, materials, services and support etc. related to the CCTV Infrastructures.
The existing CCTV infrastructure is running on Ocularis Video Management Software. Hence the new proposed CCTV solutions should be based on Ocularis VMS applications.
Ashghal intends to comply with MOI -SSD Regulations for technical Specifications of the entire CCTV Solution. Thus ASHGHAL – ISD (Information Systems Department) has the requirement of new Camera Quantities by considering the existing CCTV Cameras as well. The Contractor shall be responsible for getting appropriate MOI approval as per MOI rules and regulations.
b. Project Objective
The objective is to select a supplier to assist Ashghal in establishing the most cost effective and efficient procurement program for Supply, Install, Upgrade and Renewal of CCTV Infrastructure for various Ashghal buildings.
2. Assumptions/Dependencies
The Contractor should be MOI-SSD Approved and the approval certificate should be
included.
The Contractor shallhavevalidpartnershipatQatarforall theproposedequipment’sand
should submit the same to ASHGHAL
The Contractor should provide unlimited support letter for this project from all the
manufacturers proposed in this project
MOI Pre Approval and Final Approval for this project should be done by the Contractor.
All necessary PASSIVE CABLING and ACTIVE Network Requirements for the CCTV
System shall be provided by ASHGHAL – Information System Department.
Camera types and quantities for the locations shall be as per the details provided below
under product requirements, However it will be contractor’s scope and responsibility to
reassess the sites if required and provide an acceptable solution as per MOI standards
Site Survey can be arranged upon request to assess the exact requirements and floor
drawing details.
All other related equipment and accessories that may require for the end to end CCTV
SystemSolutionneedstobeincludedinthecontractor’sproposal.
The Contractors proposal should include 3 years product and Service Support Warranty for
the complete CCTV Infrastructures along with monthly preventive maintenance
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/2 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
All Civil work required to be carried out the project is under contractor scope which also
includes taking necessary permissions for the work for corresponding authorities
3. PART 1 – Supply and Implementation of CCTV Solutions
This part of the scope shall include Design, Plan, Supply, Installation and Commissioning of CCTV Solution for the Ashghal Towers located at West bay and Old Asset Affairs Building located at Salwa Road. And provides 3 years 24/7/365 support services for entire CCTV Infrastructures.
i. Cameras
ii. Video Management Software (VMS)
iii. CCTV Centralized Storage
iv. Video Recording and Management Servers
v. Operator Workstation and Monitors
vi. Uninterrupted Power Supply (UPS)
3.1. Brief Work Descriptions
The Hardware and Software Requirement details for all the locations are provided below in a
highlevelbasis.Howeveritwillbecontractor’sscopeandresponsibilitytoreassessthesitesif
required and add to BOQ but not reduce and to match the MOI requirements so that the solution
can provide the complete end to end solution with all necessary accessories and other related
equipment’s(ifrequired)toprovideaworkingsolution.
Tower 1-2-3 & Old Car Park - West Bay:
Supply and Installation of 720 numbers of new Cameras.
The existing 91 cameras (CISCO 6400E) at the Old car parking building shall be re-purposed and configured in the new VMS.
Supply and Installation of 811 Capacity Camera Licenses ONSSI Video Management Software
Supply and Installation of 12 numbers of Video Management/Recording Servers for 811 Cameras as per the CCTV System Requirements.
1 Management Server, 11 recording Servers and existing 2 Server for redundancy will be used at Tower 3 Server Room.
Supply and Installation of Storage Systems for CCTV with 2PB of usable capacity. The existing 420 TB of 2 x EMC VNX 5300 will be used and configured appropriately.
Supply and Installation of CCTV Client Operator Workstations, Monitors and Joystick
15 Workstations and Monitors to be supplied as per BOQ.
Three different locations for CCTV Monitoring will be allocated – Tower 1 & 2 Combined Security Cabin, Tower 3 and Old Car Park Security Cabin.
Tower 1, Tower 2, Tower 3 and Old Car Park are having Fiber Connectivity between each other.
SupplyandInstallationofCCTVHeadEndEquipment’sUPSwithnecessarypowercabling and 60 Minutes backup.
3 Year Product Warranty and Service Support
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/3 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
Old Asset Affairs HQ – Salwa Road
Supply and Installation of 134 Cameras
Supply and Installation of 134 Capacity Camera Licenses ONSSI Video Management Software
Supply and Installation of 4 Video Management/Recording Servers as per the CCTV System Requirements
1 Management Server, 2 Recording Server and 1 redundant Server will be used as per BOQ.
Supply and Installation of Storage Systems for CCTV with 375TB Usable Capacity.
Supply and Installation of CCTV Client Operator Workstations, Monitors and Joystick
2 Workstation and Monitors to be supplied as per BoQ.
SupplyandInstallationofCCTVHeadEndEquipment’sUPSwithnecessarypowercabling and 60 Minutes backup.
3 Year Product Warranty and Service Support
New Car Park – West Bay
Supply of 125 Capacity Camera Licenses ONSSI Video Management Software for the existing cameras
The existing CISCO VMS to be changed to ONSSI VMS and re-configure all the cameras to new VMS.
Supply and Installation of 2 Video Management/Recording Servers as per the CCTV System Requirements
The New Car Parking Building has MOI-SSD approval already. Contract to do necessary MOI-SSD pre/post approval for the modifications.
3.2. Technical Requirements
a) The proposed security surveillance system must be an open standard based on Internet
Protocol (IP) network system.
b) System must contain a program capable of simultaneous recording, playback, storage,
copying and remote access without any adverse effect on any of the functions.
Management software should provide camera number, location, Date & time of recording
generated by system server, forced masking (password protected) in recorded video and
alarm management Images recording and storage system's performance must be
checked daily.
c) Cameras used in the system must be minimum 2MP, Vandal proof, Tamperproof
Weatherproof and Day/Night including IR, IP66, IK10, WDR & Motorized Zoom Lens.
d) Cameras must be suitable for operation under extreme temperature, relative humidity
and non-condensing.
e) System must have sufficient storage system for all camera recordings for a period of 120
days, in MPEG-4 or H.264 format or better quality compression techniques. The
recording frame rate and resolution must be programmable from the user level. It should
give the ability to customize also quality of the video output based on the viewing needs
and storing capacity.
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/4 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
f) Cameras used in the system for outdoor and indoor specific areas must have Auto-iris,
Auto-ICR, Auto-exposure, Backlight compensation, Wide Dynamic Range, Contrast
Enhancement, Digital Noise Reduction, Digital Image Stabilization, Privacy masking,
Motion detection, Digital/Optical zoom, Multiple Gain Control, White Balance, Intelligent
Video Analytics, Audio I/O, VPS/Interlaced scanning features.
g) The camera representation of the object for monitoring should be as follows:
i. For identification purposes – the figure should cover at least 120% of the screen
height
ii. For recognition purposes – the figure should cover at least 50% of the screen
height
iii. For detection purposes – the figure should cover at least 10% of the screen height
d.
iv. For monitoring purposes – the figure should cover at least 5% of the screen height.
h) A single CCTV operator should monitor no more than nine (9) camera displays at any
onetimeinastandard32”wallscreen.Atanygivencircumstances,thenumberof
cameras per display screen will depend primarily as the size of the screen. A separate
viewing displays or area may also be required for reviewing recorded video.
i) A single CCTV operator should monitor no more than nine (9) camera displays at any
onetimeinastandard23”Desktopscreen.
j) Infrastructure must be concealed and protected by industrial standard weatherproofing,
anti-tamper and anti-RFI material.
k) CCTV system must be an integral part of the whole IP based network Infrastructure
system. The network infrastructure should be able to carry a high quality, high resolution,
real time video in a converged voice/video and data network.
l) Remote Wide Area Network (WAN) connectivity must be secured with the latest
encryption/decryption techniques to preserve the authenticity without compromising the
good quality video transmission over the network.
m) Camera numbering and location details in display and recording must be according to
site and location to easily distinguish captured scenes.
n) System must have full function control unit (joystick control unit and touch screen feature
if its available) including keyboard and mouse facility to use with.
o) The system should ensure that the image and video being produced is tamperproof and
cannot be altered. The recording shall have an audit trail feature.
p) System administration must contain different levels of user privileges and roles in
accordancewiththeusers’responsibilities.
q) The system must contain search feature of the material recorded by the number/name of
camera, location, and time and date
r) The system should also allow for backup of specific data on any drives like CD/DVD/Blu
ray Recorders or any other device in a format which can be replayed through a standard
PC based software. Log of any such activity should be maintained by the system which
can be audited at a later date.
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/5 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
s) The system must have a hot standby system with automatic changeover in case of any
fatal failure in the active system.
t) The recorded video should be exported in its native file format (i.e. without converting
between formats) to maintain image quality and no additional compression should be
applied during the export process.
u) The system must have a UPS backup power to run the whole system for NOT less than
one (1) hour in case of power failure
v) Any software and firmware upgrade / enhancement / changes applicable to the hardware
and software supplied shall be provided during the contract period.
w) Any additional installation and configuration that may be required in any of the Ashghal
site shall be provided during the contract period.
x) All Civil work / Electrical cabling / Cabling inside lift shaft and termination/other activation
is responsibility of the contractor and should be ready to coordinate with different
department at Ashghal.
y) The Contractor shall engage appropriate elevator company in order to include the Bill of
materials in the scope for Cabling inside the lift shaft of all locations.
3.3. Product Requirements
The Hardware and Software Requirement details for two locations are provided below in a high
level basis. However it will be contractor’s scope and responsibility to reassess the sites if
required and add to BOQ but not reduce and to match the MOI requirements so that the solution
can provide the complete end to end solution with all necessary accessories and other related
equipment’s(ifrequired)toprovideaworkingsolution.
Ashghal is interested in specific products mentioned below for each categories.
1. Video Management Software – Ocularis (OnSSI) 2. Cameras Pelco or Cisco or Vista 3. Storage Systems NetApp E-Series or EMC VNX 5400 or Cisco S-Series 4. Servers Cisco UCS 5. Operator’sWorkstationandMonitors Dell 6. UPS Eaton
The Contractor is advised to provide the solutions based on appropriate manufacturers that they deal and having valid partnership with.
3.2.1 Video Management Software
ASHGHAL recently implemented new CCTV Video Management Software at Asset
Affairs Head Quarters in Salwa Road on Ocularis VMS. ASHGHAL would like to align all
the upcoming CCTV solution based on the same software to strategically adopt one
software for entire CCTV operation for ASHGHAL.
ASHGHAL shall be re-purposing some of the existing camera which are MOI approved.
Hence there are some additional Camera licenses added into the BoM.
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/6 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
Below are the Bill of Materials
BOM # 1
S.No. Part Number Description Qty.
OnSSI - Video Management Software Specifications - 3 Years Support
1 OC-ENT-B Ocularis Enterprise Base License 3
2 SC-OC-ENT-B-3Y Ocularis Enterprise Base 3 Year StayCURRENT 3
3 OC-ENT-1C Ocularis Enterprise Camera License 1067
4 SC-OC-ENT-1C-3Y Ocularis Enterprise Camera 3 Year StayCURRENT 1067
3.2.2 Cameras
ASHGHAL would like to explore various Camera options for their CCTV solutions which
matches MOI-SSD’s technical requirements at the same time cost effective solutions. Hence
ASHGHALisseekingthreedifferentvendor’scameraproposals.
The proposed camera make/models and specification has to be pre-approved by MOI.
The datasheet of the all the proposed product has to be attached during the technical
submission.
The minimum technical specification and features of the CCTV equipment shall be as follows
but not limited to.
Below are the Bill of Materials
BOM # 2.1 (Camera Option-1)
S.No. Part Number Manufacturer Description Qty.
Pelco Cameras - Models & Specifications - 3 Years Support
1 IME229-1RS/USA Pelco SRX ENH2 ENV IR DOME POE24V12V 2MP 3-9MM D/N LENS, ASSEMBLED IN USA
635
2 WMVE-SR Pelco Wall Mount Bracket 210
3 IBE229-1R TAIWAN
Pelco SRX ENH+ ENV BULLET POE1224V 2MP 3-9MM
180
4 S6230-EGL1 USA Pelco
SPECTRA ENHANCED 1080P 30X LOW LIGHT ENVIRONMENTAL PENDANT GRAY BACKBOX AND CLEAR LOWER DOME BUBBLECOO USA
39
5 IWM24-GY Pelco Wall Mt for Spectra®/DF5 or Intercept Gy 24V Out
39
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/7 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
BOM # 2.2 (Camera Option-2)
S.No. Part Number Manufacturer Description Qty.
Cisco Cameras - Models & Specifications - 3 Years Support
1 CIVS-IPC-6630 Cisco Cisco Video Surveillance IP Camera, 2 MP HD Dome Camera, WDR, VR, IR - MOI Approved
635
2 Bracket Cisco Wall Mount/Ceiling Mount Bracket 210
3 CIVS-IPC-6400E Cisco Cisco Video Surveillance IP Camera, 2 MP HD Bullet Camera, VR, IR - MOI Approved
180
4 S6230-EGL1 - USA
Pelco Supply of 1080p 2MP with 30X optical zoom, PTZ Camera , POE+ and wall mount Bracket. (MOI Approved)
39
5 Bracket Pelco Wall Mount/Ceiling Mount Bracket 39
BOM # 2.3 (Camera Option-3)
S.No. Part Number Manufacturer Description Qty.
Vista Cameras - Models & Specifications - 3 Years Support
1 VK2-1080XVRDIR3V9F
Vista
Supply of 2 MP , IR LED Camera, Motorised Lens 3-9mm , WDR , POE , IP66 , IK10, Fixed Dome Camera . (MOI Approved)
635
2 Bracket Vista Wall Mount/Ceiling Mount Bracket 210
3 VK2-1080XBIR28V11F
Vista
Supply of 2 MP , IR LED Camera, Motorised Lens 2.8-11mm, WDR , POE+ , IP66 , IK10, Fixed Bullet Camera . (MOI Approved)
180
4 VK2-HD30LRIR-PM 30
Vista Supply of 1080p 2MP with 30X optical zoom, PTZ Camera , POE+ and wall mount Bracket. (MOI Approved)
39
5 Bracket Vista Wall Mount/Ceiling Mount Bracket 39
3.2.3 Video Management / Recording Servers:
The Video Management and Recording Servers shall be with the best configuration as per
the CCTV System requirements for the flawless operational performance.
Sufficient Server Redundancy shall be considered for a failure free system operations
without any data recording and monitoring failure.
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/8 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
It shall have the minimum technical specifications or exceed the below mentioned
specification.
BOM # 3
S.No. Part Number Description Qty.
Cisco Recording Server - Hardware Specifications - 3 Years Support
1 UCSC-C220-M4S UCS C220 M4 SFF w/o CPU, mem, HD, PCIe, PSU, rail kit 18
2 CON-SNTP-C220M4S
SNTC-24X7X4 UCS C220 M4 SFF w/o CPU, mem, HD - 36 Month(s) 18
3 UCS-CPU-E52620D 2.40 GHz E5-2620 v3/85W 6C/15MB Cache/DDR4 1866MHz 36
4 UCS-HD1T7K12G 1 TB 12G SAS 7.2K RPM SFF HDD 36
5 UCSC-MLOM-IRJ45 Intel i350 quad-port MLOM NIC 18
6 UCSC-RAILB-M4 Ball Bearing Rail Kit for C220 & C240 M4 & M5 rack servers 18
7 UCSC-PSU1-770W Cisco UCS 770W AC Power Supply for Rack Server 36
8 CAB-C13-C14-2M Power Cord Jumper, C13-C14 Connectors, 2 Meter Length 36
9 UCSC-HS-C220M4 Heat sink for UCS C220 M4 rack servers 36
10 N20-BBLKD UCS 2.5 inch HDD blanking panel 108
11 UCSC-MRAID12G Cisco 12G SAS Modular Raid Controller 18
12 C1UCS-OPT-OUT Cisco ONE Data Center Compute Opt Out Option 18
13 UCS-MR-1X081RV-A 8GB DDR4-2400-MHz RDIMM/PC4-19200/single rank/x4/1.2v 72
14 CIMC-LATEST IMC SW (Recommended) latest release for C-Series Servers. 18
15 UCSC-CMAF-M4 Reversible CMA for C220 & C240 M4 & M5 rack servers 18
16 SERVER RACK 42UServerRack,800x1000withalltheePDU’sandnecessary accessories
2
S.No. Part Number Description Qty.
Cisco Server - Hardware Specifications - 3 Years Support
17 UCSC-C220-M4S UCS C220 M4 SFF w/o CPU, mem, HD, PCIe, PSU, rail kit 2
18 CON-SNTP-C220M4S SNTC-24X7X4 UCS C220 M4 SFF w/o CPU, mem, HD 2
19 UCS-MR-1X322RV-A 32GB DDR4-2400-MHz RDIMM/PC4-19200/dual rank/x4/1.2v 32
20 UCS-HD300G10K12G 300GB 12G SAS 10K RPM SFF HDD 4
21 CIMC-LATEST IMC SW (Recommended) latest release for C-Series Servers. 2
22 UCSC-PSU1-770W Cisco UCS 770W AC Power Supply for Rack Server 4
23 CAB-9K10A-UK Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK 4
24 UCSC-RAILB-M4 Ball Bearing Rail Kit for C220 & C240 M4 & M5 rack servers 2
25 UCSC-CMAF-M4 Reversible CMA for C220 & C240 M4 & M5 rack servers 2
26 N20-BBLKD UCS 2.5 inch HDD blanking panel 12
27 UCS-M4-V4-LBL Cisco M4 - v4 CPU asset tab ID label (Auto-Expand) 2
28 UCSC-HS-C220M4 Heat sink for UCS C220 M4 rack servers 4
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/9 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
29 UCSC-SCCBL220 Supercap cable 950mm 2
30 UCSC-MRAID12G Cisco 12G SAS Modular Raid Controller 2
31 UCSC-MRAID12G-1GB Cisco 12Gbps SAS 1GB FBWC Cache module (Raid 0/1/5/6) 2
32 C1UCS-OPT-OUT Cisco ONE Data Center Compute Opt Out Option 2
33 UCSC-MLOM-C10T-02 Cisco UCS VIC1227T VIC MLOM - Dual Port 10GBaseT 2
34 VMW-VSP-EPL-3A VMware vSphere 6 Ent Plus (1 CPU), 3-yr, Support Required 4
35 CON-ISV1-VSXEPL3A VSphere Enterprise Plus for 1 CPU; ANNUAL List 3-YR Reqd 4
36 UCS-CPU-E52697AE
2.60 GHz E5-2697A v4/145W 16C/40MB Cache/DDR4 2400MHz 4
3.2.4 Storage Systems for CCTV
The CCTV Storage Systems shall be placed in two locations (Tower-Westbay and
Asset Affairs Building-Salwa Road). The proposed Storage Systems shall be from best
of the industry standards that optimum for CCTV Applications. It must be comply with
MOI-SSD Regulations.
ASHGHAL would like to explore various storage option which are best for our CCTV
environment at the same cost effective solutions.
Contractor to provide detailed BoM along with datasheet during the technical
submission.
The proposed Storage solution must have redundancy in all the level such as
Controller, Networks, Power supply etc.
The proposed storage solution must have quicker recovery/rebuild in case of any disk
failures.
Contractor to provide complete Storage Support in terms of configuring Storage Pools,
LUNs, Failover Configurations, troubleshooting and etc.
Contractor to provide onsite support for any hardware and software issues during entire
contract period.
BOM # 4.1 (Option -1 NetApp Storage)
S.No. Make/Model Description Qty.
Tower 3 - West Bay - NetApp E-Series – 2 PB Usable Capacity - 3 Year Support
1 NetApp / E Series E2800/E5600
NetApp E2800 / E5600 Dual Controller – Failover capabilities with Active/Active setup 2 PB of Usable Capacity Compact Design for minimum Data Center foot print Required Storage/Server Rack, All necessary Cables, Power cords, PDUs, SFP+ modules etc. 3 years 24/7/365 Supports Services from NetApp Installation and Commissioning
1
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/10 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
S.No. Make/Model Description Qty.
Old Asset Affairs – Salwa Road – NetApp E-Series - 375 TB Usable Capacity - 3 Year
1 NetApp / E Series E2800/E5600
NetApp E2800 / E5600 Dual Controller 375 TB of Usable Capacity Compact Design for minimum Data Center foot print Required Storage/Server Rack, All necessary Cables, Power cords, PDUs, SFP+ modules etc… 3 years 24/7/365 Supports Services from NetApp Installation and Commissioning
1
BOM # 4.2 (Option -2 EMC VNX Storage)
S.No. Make/Model Description Qty
Tower 3 - West Bay - EMC VNX5400 - 2PB Usable Capacity - 3 Year Support
1 EMC VNX 5400
EMC VNX 5400 Dual Controller – Failover capabilities with Active/Active setup 2 PB of Usable Capacity Compact Design for minimum Data Center foot print Required Storage/Server Rack, AllnecessaryCables,Powercords,PDUs,SFP+modulesetc… 3 years 24/7/365 Supports Services from EMC Installation and Commissioning
1
S.No. Make/Model Description Qty
Old Asset Affairs – Salwa Road - EMC VNX5400 - 375 TB Usable Capacity - 3 Year Support
1 EMC VNX 5400
EMC VNX 5400 Dual Controller – Failover capabilities with Active/Active setup 375 TB of Usable Capacity Compact Design for minimum Data Center foot print Required Storage/Server Rack, AllnecessaryCables,Powercords,PDUs,SFP+modulesetc… 3 years 24/7/365 Supports Services from EMC Installation and Commissioning
1
BOM # 4.3 (Option -3 Cisco UCS Storage Servers)
S.No. Make/Model Description Qty
Tower 3 - West Bay – Cisco UCS S-Servers – 2 PB Usable Capacity - 3 Year Support
1 Cisco UCS S3260
Cisco UCS S3260 Storage Server Dual Controller – Failover capabilities with Active/Active setup 2 PB of Usable Capacity Compact Design for minimum Data Center foot print Required Storage/Server Rack, AllnecessaryCables,Powercords,PDUs,SFP+modulesetc… 3 years 24/7/365 Supports Services from NetApp Installation and Commissioning
sum
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/11 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
S.No. Make/Model Description Qty
Old Asset Affairs – Salwa Road – NetApp E-Series - 375 TB Usable Capacity - 3 Year
1 Cisco UCS S3260
Cisco UCS S3260 Storage Server Dual Controller 375 TB of Usable Capacity Compact Design for minimum Data Center foot print Required Storage/Server Rack, All necessary Cables, Power cords, PDUs, SFP+ modules etc… 3 years 24/7/365 Supports Services from NetApp Installation and Commissioning
sum
3.2.5 Operator’s Workstation and Monitors
TheCCTVMonitorshallbeminimum40”LED– Full HD – MOI-SSD Complied wall mounted model for a 24/7 operational requirements along with joystick and keyboard
BOM # 5
S.No. Part Number Description Qty.
Workstation & Monitors Specifications - 3 Years Support
1 DELL 7040
•IntelCorei7-6700 Processor (Quad Core, 8MB, 8T, 3.4GHz, 65W) •16GBMemory •800GBSSDHardDiskDrive •DVD+/-RW •4GBVGACard •DellUSBKeyboard&Mouse •Windows8.1Pro64Bit(Windows10Pro License, Media) •3Yearwarranty
17
2 32SM5KC 32" Professional Monitors for 24x7 Operations 22
3 DELL 23" Professional Monitors 12
4 AXIS 8310 Joystcik Keyboard 4
3.2.6 UPS
TheUPSRequiredforCCTVHeadendequipment’sshallbeanindustrystandardUPS for the completeCCTVHeadendEquipment’sPowerLoadwith60minutesPowerBack-up as per MOI recommendations
Contractor has to perform the maintenance check for all the UPS and submit the report on monthly basis.
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/12 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
BOM # 6
S.No. Make Part Number Description Qty.
UPS Specifications - 3 Years Support
1 EATON 93PS-30(40)-40-0-
MBS-6 Eaton 93PS; 30kW(40) 3Phase Input & Output Online Double conversion UPS
1
2 Exide
Sprinter Battery Bank External Battery Bank for 60Min Backuptime 1
3 EATON 93PS-15(20)-20-
CM-MBS-6 Eaton 93PS; 15kW(20) 3Phase Input & Output Online Double conversion UPS
1
4 Exide
Sprinter Battery Bank External Battery Bank for 60Min Backuptime 1
5 EATON 9SX5KiRT Eaton 9SX 5000i RT3U 4
6 EATON 9SXEBM180RT Eaton 9SX EBM 180V RT3U 12
7 EATON 5PX1500iRT Eaton 5PX 1500i RT2U 27
8 EATON 5PXEBM48RT Eaton 5PX EBM 48V RT2U 54
4. PART 2 – Support Services and Renewal of existing CCTV Server & Storage
4.1. Technical Requirements
a) This part of Scope is to extend the warranty and support services for existing CCTV
Servers and Storage Systems.
b) The support services of existing EMC VNX Storage Systems and Cisco Servers are
going to be expired. ASHGHAL would like to re-purpose the existing Server and Storage
systems for the new project.
c) The existing EMC VNX Storage Systems shall be renewed after the existing support
services expired.
TheScopeincludesthefollowing…
i. 3 years support services from EMC
ii. Re-configuring the EMC VNX Storage Systems
The work shall include Design, Plan, Supply, Installation, Implementation and
Commissioning, migration services and provides 3 years support services of all hardware,
software and materials.
BOM # 7
S.No. Part Number Description Qty.
3 Years Support Services Renewal for EMC Storage
1 EMC-VNX 5300 3 Years Maintenance support for EMC VNX 5300 Storage (220 TB) Serial Number : CKM00141300373
1
2 EMC-VNX 5300 3 Years Maintenance support for EMC VNX 5300 Storage (220 TB) Serial Number : CKM00141300374
1
3 Years Support Services Renewal for Cisco Server
3 UCSC-C220-M3S 3 Years Support for UCS 220 Server UCS C220 M3 SFF w/o CPU, mem,HDD, PCIe, PSU, w/ rail kit Serial Number: FCH1703V0YL
1
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/13 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
3 Years Support Services Renewal for Cisco Camera
4 CIVS-IPC-6400E 3 Years Support for 91 CISCO CAMERAS ( Model-6400E) 91
4.2. Onsite Resident CCTV Engineer:
ASHGHAL would like add Onsite Resident Engineer for CCTV Operations for 24 months
contract periods.
The requirements are as follow
Resident Engineer for 2 years (Ashghal will approve the candidate after reviewing the
CV and interview)
The candidate should have minimum 5 years of working experience in the IT Field.
Candidate should have a Bachelor degree.
Microsoft certifications will be an added advantage.
The candidate should have advanced level technical knowledge on Implementation
and Operations of various CCTV Video management software and CCTV Cameras.
The candidate should also have advanced level of technical knowledge on Windows
Operating Systems, CCTV Storage and VMware virtualization environment.
Candidate should have good knowledge of Active Directory and Microsoft Platforms.
Ashghal reserves the right to request the change of resident engineer if found
technically and behaviorally not suitable when working at Ashghal and Contractor has
toprovideareplacementresidentengineeraspertoAshghal’sacceptance.
BOM # 8
S.No. Description Qty.
Onsite Resident CCTV Engineer
1
Onsite Resident Engineer – with minimum 5 Years experiences in CCTV systems engagement along with advanced technical knowledge on Microsoft operating systems, server, CCTV storage and Windows Operating Systems environments. 24 Months (engagement)
1
5. Project Deliverables
All Civil work / Electrical cabling and termination/other activation is responsibility of
the contractor and should be ready to coordinate with different department at
Ashghal.
Detailed Architecture Diagram for the entire CCTV infrastructure should be provided.
Successful Contractor to provide Monthly maintenance check Report which contains
of all regular checkup of all CCTV Cameras, UPS, Servers, Storage and other
devices related to CCTV Infrastructures.
Contractor should clean all the cameras installed at all locations at Ashghal on a
monthly basis till the end of contract.
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/14 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
Documentation: Post installation the Contractor has to handover detailed and
complete documentation about the CCTV solution along with steps and adequate
screen shot describing the technical steps
Training and Knowledge Transfer shall be provided to ASHGHAL staff for entire
CCTV Infrastructure that includes VMS, Storage and Servers.
6. Project Timeline/Duration:
The Contractor has to provide detailed project plan to Ashghal for the implementation
7. General Requirements
The Contractor must provide below identified documents along with submission of their
proposal:
a) Valid copy of company CR
b) Valid copy of company computer ID
c) Valid copy of company authorized signatory QID
d) Valid company Tax card
e) The Contractor should be MOI-SSD Approved and the approval certificate should be included.
f) The Contractor shallhavevalidpartnershipatQatarforalltheproposedequipment’sand should submit the same to ASHGHAL
g) The Contractor should provide unlimited support letter for this project from all the manufacturers proposed in this project
h) MOI Pre Approval and Post Approval for this project should be done by the Contractor. i) The Contractor has to ensure the services are steady and available 24x7x365 j) The Contractor has to operate from within the state of Qatar, and should provide the
required number of resources on-site (Ministry tower) to ensure smooth operation. k) The Contractor should have on-call services, including emergency response to urgent
issues.
Sl. No Description Period for
Completion in Calendar Days
Completion Period from Commencement Data (CD) in
Calendar Days
1 Supply of Hardware / Software / Licenses / Subscription
60 CD + 60
2 Installation, Commissioning & Testing
120 CD + 180
3 On-site Training (Concurrent with KS # 5)
5 CD + 185
4 On-site Resident CCTV Engineer (Concurrent with KS # 2)
730 CD + 790
5 Support Services for 3 years 1095 CD + 1275
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/15 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
l) The Contractor should provide Weekly / monthly and ad-hoc reporting on current activities and issues, and project status reports.
m) The Contractor should mention the minimum number of resources in each function area that will maintain the scope within the SLA
n) The Contractor has to propose a road map for continuous improvement in the delivery
model that will work to continuously reduce defects and improve service level
performance and improve productivity.
o) During the agreement period, the Contractor has to work to ensure solid and continuous
knowledge transfer to ministry team in order to guarantee business continuity.
p) Although this is a SLA based service, the Contractor has to ensure minimum
number of dedicated support Engineers at any point of time. If the workload is
more than the capacity of the assigned resources, it is the Contractor
responsibility to assign the extra resources immediately.
q) Ministry is introducing the following KPIs to monitor the performance of this project, these
KPIs will ensure high quality services are provided along that will guarantee high
satisfaction level.
Area KPI Definition Target (per service)
Customer Satisfaction
% of re-opened Incidents
<5%
% Resolution within SLA
>99.5%
% First Call Resolution FCR
Raise first line support ability to resolve and close incidents without reference to other levels of support
15~20% increase each year
Service Stability
Service Reliability The frequency of failure measured as MTBF: Mean Time Between Failures or MTBSI: Mean Time Between Service Incidents
Not less than 4 months between similar failures.
Service interruptions Number of service interruptions
Decreasing trend per service
Quality of Work
% of changes reverted back due to causing incidents
< 3% in month
% of incidents reassignment.
% of incidents assigned more than 5 times within support team per month.
< 10% in month
Knowledge DB completeness
The number of known errors added to the KEDB
Number of Improvements
Number of improvements introduced by support team and completed in any services in-scope per quarter
3 Improvements in quarter
Total Number of Problems
The number of major problems (opened and closed and backlog)
Problems trend Decrease trend of Total numbers of problems quarterly
Problems backlog Decrease size of current problem backlog for each service quarterly
8. Service Level Agreement (SLA):
The Contractor should provide a well-defined SLA that fairly guarantee optimum service provisioning for all areas mentioned in the RFP. The Contractor should be committed to the proposed SLA targets during the contract period.
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/16 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
Incident Management SLA:
In case of failure in any of the provisioned serveries, an incident ticket will be raised (in manual or automated way) and will be assigned to the concerned operations team. The ticket will be classified as per the following prioritization P1 Critical:
- Production Critical Service completely down and impacting high number of users.
- No single transaction is successfully completed from production critical service.
- The Critical service cannot be provided as no viable or productive work around available
P2 Significant: - Incident affecting group of users.
- Production non-Critical Service completely down used by limited number of users.
- Production Service completely down in non-peak hours with limited number of
complaints from end users.
- Production Service with poor performance, but still the user able to use it.
- Repetitive Service disconnection from time to time for short periods.
- Incident affecting organization Senior Management work.
P3 Medium: - Incident with high impact on individual user
- Incident affecting non-production services
P4 Low: - Incident with low impact on individual user.
- Incident with no operational impact.
- Request for assistance or information
The following table shows the summary of the targeted SLA:
P1 P2 P3 P4
SUPPORT WINDOW
24 X 7 16x7 8x7 8x7
RESPONSE TIME Target
within 30 minutes within 4 Hour within 1 Day within 2 Days
Penalty When not meeting the Response Time SLA
9,000/- per incident per day or part
thereof
1,100/- per incident per day or part
thereof
300/- per incident per day or part
thereof
200/- per incident per day or part
thereof
RESOLUTION TIME Target
within 4 Hour within 1 Day within 3 Days within 5 Days
Penalty When not meeting the Resolution Time SLA
1,100/- per incident per day or part
thereof
300/- per incident per day or part thereof
200/- per incident per day or part
thereof
100/- per incident per day or part
thereof
- Response Time: Time from incident logged till the time the support engineer accepted
the ticket.
- Resolution Time: Time from the incident logged till the time the support engineer
resolved the issue.
TECHNICAL SUBMISSION EMPLOYER'S REQUIREMENTS SECTION C
_________________________________________________________________________________ Project ID: ISD 2018 SY 158 I C/17 December 2017 Supply, Install, Upgrade and Renewal of CCTV Infrastructure
9. COMPLIANCE REQUIREMENTS:
One of the factors for a successful project is to ensure compliance to established best practices
and standards. MOTC has developed the following policies and standards, based upon
internationally recognized best practices.
1. National Information Assurance Policy [ MOTC ]