39
REQUEST FOR PROPOSALS SUPPLY AND INSTALLATION OF HARDWARE, THIRD PARTY TOOLS AND NETWORK EQUIPMENTS FOR THE BHUTAN FINANCIAL SWITCH (BFS) AT THE ROYAL MONETARY AUTHORITY OF BHUTAN December 13, 2010 RFP No: RMA/ITD/BFS/2010-2011/ Royal Monetary Authority of Bhutan Post box no. 154 Thimphu Bhutan. Tel: +975-2-323111 Fax: +975-2-322847 www.rma.org.bt 0

Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

  • Upload
    others

  • View
    11

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

REQUEST FOR PROPOSALS

SUPPLY AND INSTALLATION OF HARDWARE, THIRD PARTY TOOLS AND NETWORK EQUIPMENTS FOR THE BHUTAN FINANCIAL SWITCH (BFS) AT THE ROYAL MONETARY AUTHORITY OF BHUTAN

December 13, 2010

RFP No: RMA/ITD/BFS/2010-2011/

Royal Monetary Authority of BhutanPost box no. 154ThimphuBhutan. Tel: +975-2-323111 Fax: +975-2-322847

www.rma.org.bt

0

Page 2: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Table of Contents

List of Abbreviations....................................................................................................31. Introduction..........................................................................................................4

1.1. Overview........................................................................................................41.2. Intent and Purpose of RFP..............................................................................41.3. Organization of this RFP Document................................................................4

2. Background...........................................................................................................62.1. The Client.......................................................................................................62.2. Scope of Work................................................................................................6

3. Terms and Conditions...........................................................................................83.1. Award.............................................................................................................83.2. Contacts and Clarifications.............................................................................83.3. Cost of Bidding...............................................................................................83.4. Reservation of Rights.....................................................................................83.5. Period of Validity of Proposal..........................................................................93.6. Addenda to RFP..............................................................................................93.7. Price Quotations.............................................................................................93.8. Use and Disclosure of Information..................................................................93.9. Contractual Requirement...............................................................................93.10. Hand Holding Period.................................................................................103.11. Contract Negotiations...............................................................................103.12. Quotation Form/Financial Proposal...........................................................103.13. Patent Rights............................................................................................103.14. Standards.................................................................................................113.15. Liquidated Damages.................................................................................113.16. PAYMENT..................................................................................................113.17. Delays in the Vendor’s Performance..............................................................113.18. Inspection, Tests and Installation..............................................................113.19. Warranty...................................................................................................123.20. Third Parties.............................................................................................123.21. Vendor Designated Contact......................................................................123.22. Submission of Responses to the RFP........................................................133.23. Timeline/ Schedule of Events....................................................................133.24. Bid Security..............................................................................................133.25. Performance Security...............................................................................143.26. Tax Deducted at Source (TDS)..................................................................14

1

Page 3: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

3.27. License and Permit...................................................................................143.28. Client’s Right to Vary Quantities at Time of Award...................................14

4. Technical Specification........................................................................................154.1. Hardware & Storage Infrastructure Solution.................................................15

4.1.1. List of Primary Site Server Configuration...............................................154.1.2. List of DR Site Server Configuration......................................................164.1.3. General Requirement............................................................................17

4.2. Supply and Installation of Active Network and Communication Solution. .174.2.1. List of Rack and Equipment for Primary & DR Location.........................184.2.2. General Requirement............................................................................19

4.3. Power Cabling for Server Room....................................................................194.3.1. Server room Location............................................................................19

4.4. Third Party Software Procurement & Implementation..................................194.4.1. List of Third Party Software and Description..........................................194.4.2. Delivery Timeline..................................................................................204.4.3. General Requirement............................................................................20

5. Response Format & Timeline..............................................................................215.1. Response Format.........................................................................................215.2. Implementation Timeline.............................................................................225.3. Procurement Tracking Process.....................................................................22

Category A1 Servers...........................................................................................23Category A2 Servers...........................................................................................23Category A3 Servers...........................................................................................24Category A4 Server (Test Server)........................................................................25Category B1 Servers...........................................................................................26Category B2 Servers...........................................................................................27Category B3 Servers...........................................................................................27

List of Abbreviations

RMA Royal Monetary AuthorityBFS Bhutan Financial SwitchRFP Request For ProposalDR Disaster RecoveryVPN Virtual Private Network

2

Page 4: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

ATM Automatic Teller MachinePOS Point of SaleNFS National Financial Switch of IndiaRAID Redundant Array of Inexpensive DisksRAC Real Application Clustering OEM Original Equipment ManufacturerOS Operating System

3

Page 5: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

1. Introduction

1.1. Overview

The Royal Monetary Authority (RMA) in its effort to improve the Payment Systems of Bhutan is in the process of setting up Bhutan Financial Switch (BFS).

The BFS system will be a Central Switch hosted by RMA and it will allow the interoperability of ATM, Credit Cards, POS, etc amongst the commercial Banks in Bhutan. Further, the BFS will be extended to the Indian NFS thus enabling the customer to use the same across the Indian Banks and vice versa. The BFS will also be connected to international payments card network such as the VISA and Master etc.

Interested Vendors, therefore, are required to develop a proposal for the service(s) to be deployed covering all bid areas and the implementation plan for meeting the specified requirements. The proposal must be submitted by 3:00 PM on 27h

December, 2010.

1.2. Intent and Purpose of RFP

The RFP is intended for competitive vendors who are interested to bid for supply, installation and configuration of the required hardware, software and other ancillary IT infrastructure for the setting up BFS.

The vendor who is desirous to take up the role of solution provider is requested to give technical and commercial proposals in accordance with the terms and conditions mentioned in this document. If necessary, the RMA reserves the right to further negotiate the prices for the Hardware and other third party tools directly with the vendors.

The RFP represents a critical effort for the Client to deploy an efficient, scalable, robust IT Infrastructure for BFS System that can be centrally managed.

1.3. Organization of this RFP Document

This RFP is structured as follows:Section 1 - Introduction

This section introduces the RFP, and explains its structure. It provides an overview of the vendor selection initiative and the background of the project

Section 2 – Background This section explains the need to create the required IT infrastructure at the RMA to enable support for establishing BFS.

Section 3 – Terms and ConditionsThis section sets out the:Conditions under which proposals would be acceptedRequired validity of informationRequired format of proposalsContact policy during the evaluation period

4

Page 6: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Submission deadlineSections 4 & 5 highlight enquiries that should be responded to, in the format

described in Section 6. The list of the sections is as follows:Section 4 - Technical Specification

Section 5 – Response Format and Delivery TimelineThis section introduces an outline for the structure of each vendor’s response to ensure consistency, and thus an easy evaluation of each of the responses. It also highlights the required structure/outline of vendor’s proposal

Section 7 – AppendixThis section outlines both existing and proposed logical/physical network diagrams and the existing RMA infrastructures.

5

Page 7: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

2. Background

2.1. The Client

Royal Monetary Authority (RMA) is the Central Bank of the Kingdom of Bhutan. It is the responsibility of the RMA to monitor how the financial institutions manage their risks and to promote a sound and efficient financial system within the country. The RMA is involved in regulating the availability of money and its international exchange, to promote monetary stability, to supervise and regulate banks and other financial institutions, to provide credit and exchange conditions and a sound financial structure conducive to the balanced growth of the economy in the Kingdom of Bhutan.

RMA has enunciated the project on Bhutan Financial Switch with an objective to develop secure, reliable and efficient Payment Systems in Bhutan to allow the interoperability of ATM, POS, Credit Cards, etc amongst the Commercial Banks within and outside country.

Against this backdrop, RMA intends to procure the necessary and required hardware infrastructure including the third party tools to meet the implementation of BFS in a cost effective manner.

The business plan implementation will include, among other things, network devices to support BFS Primary Location & DR Location, dedicated server machines, Storage Server and setup communication delivery channels with the Banks,

2.2. Scope of Work

This section provides an inventory of the services required by the Client. The scope of this RFP covers the deployment of the following technology and service components shown in the table below:

Bid Area Brief Description

Hardware / Storage Infrastructure Solution

Supply, installation & Configuration of Servers , Racks and other ancillary devices

Others such as Power Cabling and extension from the backup battery

Installation and extension of power cables from the Power Backup room.

Third Party Software Procurement and Implementation

Supply, Installation & Configuration of required third party software components

Active Components Supply, Installation & Configuration of Firewall and L3 Switches

The successful vendor(s) will be responsible for carrying out the tasks outlined below in accordance with the guidelines and standards included in this document, and as will be specified by the Client from time to time. The high level scope of work includes:

Detailed assessment of server room, operating software, power sources/backup, etc

6

Page 8: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Come up with detailed project execution plan

Procurement of hardware servers, software (Sun Solaris, Oracle) and other required accessories

Overall Testing and acceptance.Installation and Configuration ManualsRecommendation of appropriate products and technologiesPost Implementation SupportQuote rates for AMC Support While we request your strict compliance with the Request for Proposal as presented, we invite vendors to submit alternative proposals to this RFP which demonstrate creative and innovative responses to this opportunity. As such, we encourage all vendors to be creative in their approach to meeting our objectives.

If your company is interested in submitting a proposal for this opportunity, please follow the enclosed instructions. Vendors are requested to bid for all bid areas to be considered for evaluation.

7

Page 9: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

3. Terms and Conditions

3.1. Award

The Client reserves the right to award the contract to the best vendor without necessarily holding discussion with other vendors that submitted a response to the RFP. Therefore, your proposal must be submitted initially on the most favorable terms possible from a pricing, solution coverage, delivery, support and technical standpoint.

3.2. Contacts and Clarifications

Should there be any clarifications concerning RFP, the prospective bidder shall notify the same to RMA in writing. The time for clarifications shall be extended till the deadline for submission of bids.

In an effort to maintain consistency and uniformity in responding to questions concerning the RFP, Bidders are encouraged to direct all the questions to:

Mr. Sherab JamtshoIT Director, Royal Monetary AuthorityChhophel Lam, KawajangsaThimphuBhutan.Phone: 321698 or 323111 ext 126Email: [email protected]

Copies of the response, where appropriate, shall be forwarded to all the bidders. No other source of information shall be considered an authorized expression of the Client.

3.3. Cost of Bidding

All costs incurred by the Bidder in responding to this Request for Proposal, including cost for embarking on client reference will be entirely borne by the Bidder.

3.4. Reservation of Rights

The Client reserves the right to: Accept or reject any Bid, in part or in full, and to annul the bidding process

and reject all Bids at any time prior to Contract award. Accept the bid(s) that is/are in the best interest of the Client Accept other than the lowest quoted price Cancel the project at any time prior to the signing of the contract without

assigning any reasons thereof. The Client has no obligation to explain to unsuccessful Bidders the reasons for not proceeding with the contract.

The Client bears no responsibilities to issue a contract. All responses and correspondences remain the property of the Client. In the event a contract is agreed upon, responses to RFP may be referenced, in whole or in part, and considered

8

Page 10: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

binding. Proposals, which, in the sole judgment of the Client, are incomplete or considered non-responsive may be rejected.

3.5. Period of Validity of Proposal

Proposals are valid for one (1) year from the closing date of submission of proposals and the Client reserves the right to extend for an additional period of thirty (30) days with the same terms and conditions. A proposal valid for a shorter period shall be rejected by the Client as non-responsive.

3.6. Addenda to RFP

The client may amend or modify the RFP Documents by issuing addenda, for any reason, and at any time prior to the deadline for submission of proposal. Any addenda to the RFP Documents shall be part of the RFP Document.

All Bidders will be notified of the addenda to the RFP through e-mail and in writing and it shall be binding on the prospective Bidders.

To allow Bidders reasonable time to take any addenda into account in preparing their proposal, the client will extend, if necessary, the deadline for the submission of proposal.

3.7. Price Quotations

Price quotations will include but not limited to the following items; details of all proposed products (hardware, software, network, AMC etc), documentation and services necessary for the successful implementation of the contract except as may be otherwise expressly provided herein and awarded.

Please include all applicable licenses, annual maintenance fees in price quotations as separate items.

The Bidder should quote the rates in Ngultrum CIF RMA Office, Thimphu. All quotations should be final, not estimates. Bidders should state clearly that the quotations include all costs.Bidders may be invited for further negotiations on their quoted bids. However, invitation for further negotiations does not in any way imply a successful bid or intention by the Client to award the bid to the Vendor.

3.8. Use and Disclosure of Information

The Bidder shall not disclose information within this RFP to any third party without a written approval from Client. Likewise, information within this RFP shall not be used for any other purpose not directly related to the response to this RFP or to the job in the case of an award.

3.9. Contractual Requirement

Vendors are requested to indicate their acceptance of each of the following terms and conditions and provide the additional information requested below:This RFP, Bidders’ proposals, any associated documentation, and any interchange of correspondence or information by way of elucidation or amplification, will form the

9

Page 11: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

basis of the Bidder’s contractual obligations. However, such contractual obligation will be solely under the discretion of the Client.Vendors should note that final contracts will be based on provided Terms and Conditions, and would be expected to include the following provisions:

Confidentiality of details of the proposed services/products Suitability for the stated technical specifications requirements Timeliness, covered by, for example, liquidated damages Guaranteed availability of key vendor staff Overall component guarantees, including compensation for missing agreed

reliability levels Service level agreements for maintenance and support including

compensation if not met Fixed prices on initial supply with limitations on price increases for subsequent

products and support charges Control of publicity Successful completion of implementation

3.10. Hand Holding Period

The vendor shall be part of the Infrastructure Stabilization Period for any reconfiguration or optimization of the infrastructure components. The vendors are to provide 4 months for handholding/stabilization of the deployed solution(s). The vendor should specify the duration of infrastructure stabilization period, with the minimum of 4 months for handling/stabilization of the deployed solution(s), they are willing to support with details of support engagement during this period. The infrastructure stabilization period commences from the day the proposed solution(s) are accepted by the Client.

3.11. Contract Negotiations

After selection of the highest ranking bidder, the Client may enter into negotiations with the bidder for purpose of signing a contract with respect to the proposed solution(s).

3.12. Quotation Form/Financial Proposal

Quotes should include the cost of purchase, installation and configuration of all Infrastructure components and support/maintenance over one (1) year period. Indicate your best unit price for each of the configurations listed in this RFP. Please note:Each Bid Price should be for one (1) unit of the item indicated Base Price should only include specified equipment and the subcomponents such as Cables, pluggable components which are part of standard configuration and warranty

10

Page 12: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

3.13. Patent Rights

The Vendor shall indemnify the Client against all third party claims of infringement of patent, trademark or industrial design rights arising from use of the provided services/solutions or any part thereof in Bhutan

3.14. Standards

These General conditions shall apply to the extent that they are not superseded by provisions in other parts of the contract. The components (hardware, software, network etc) of the solution provided by the vendor under this Contract shall conform to the standards mentioned in the Technical Specifications / Requirement List and, when no applicable standard is mentioned, to the authoritative standard appropriate to the solution required, and such standards shall be the latest issued by the concerned institution.

3.15. Liquidated Damages

The Vendor shall be liable to pay liquidated damages at the rate of zero point one (0.1%) percent of the Contract Price for every day of delay. The aggregate liquidated damages, payable by the Vendor shall not exceed 10% of the Contract Price.

3.16. PAYMENT

The payment to the vendor shall be as followsI. 10% of the total amount of the contract Amount shall be paid upon signing

the Agreement and upon submission of the Bank Guarantee against the advance payment.

II. 50% of the Contract amount shall become payable by the Client after the complete delivery of all items as per the RPF

III. 30% of the contract Amount shall become payable by the Client upon completion of setup configuration and test acceptance

IV. 10% of the Contract Amount shall become by the Client after the completion of user training and documentation

V. The Client shall refund the performance security deposit/ bank guarantee after the expiry of the Warranty Term.

3.17. Delays in the Vendor’s Performance

Delivery of the solution(s) and performance of Services shall be made by the Vendor as specified in the Implementation Timeline and/or the Contract.

An unexcused delay by the Vendor in the performance of its delivery obligations shall render the Vendor liable to any or all of the following sanctions: imposition of liquidated damages, and or termination of the Contract for default.

If at any time during performance of the contract, the Vendor or its subcontractor(s) should encounter conditions impeding timely delivery of the agreed solution(s) and performance of services, the Vendor shall promptly notify the Client in writing of the fact of the delay, it’s likely duration and its causes(s). As soon as practicable after receipt of the Vendor's notice, the Client shall evaluate the situation and may at its

11

Page 13: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

discretion extend the Vendor's time for performance, in which case the extension shall be ratified by the parties by amendment of the contract.

3.18. Inspection, Tests and Installation

The Client or its representative shall have the right to inspect and/or to test the deployed solution(s), to verify conformity to the specifications stated in the design/Contract. The inspection procedures and tests to be conducted by the Client in respect of the service(s)/solution(s) being provided will be agreed with the Vendor during execution of the Project, and the relevant details will be specified in the Contract. This test must be carried out before the Job Completion Form/ Delivery sign-off can be obtained on any provided solution.

Installation will be treated as incomplete in one/all of the following situations:  Non-delivery of any hardware or software modules mentioned in this RFP

document. Non-delivery of the supporting documents. Delivery, but no installation of the components and/or software. System operational, but unsatisfactory to RMA

3.19. Warranty

The Supplier must provide a warranty that the solution (software, hardware, etc) provided under the Contract will comply strictly with the Contract, shall be genuine in every particular case and shall be free from defects. The Supplier further warrants to the Client that all materials, equipment and supplies furnished by the vendor will be new, merchantable of the most suitable grade, and fit for their intended purposes. The warranty period, shall be as given by the OEMs and/or otherwise agreed in Conditions of Contract between the Client and the Supplier. The Client shall promptly notify the Supplier in writing of any claim arising under this Warranty. Upon receipt of such notice, the Supplier shall promptly repair or replace the defective Goods or parts thereof, inclusive of, where applicable, the cost of delivery of repaired or replaced Goods or parts from the port of entry to the final destination and their installation. If the Supplier, having been notified, fails to remedy the defect (s) in accordance with the Contract, the vendor may proceed to take such remedial action as may be necessary, at the Supplier’s expense.

3.17. Third Parties

The Client will have the right, at any time at its sole discretion, to contract with third parties to perform all or any part of the services provided for in this RFP. In case the Vendor is not directly present within the territories of Bhutan, the vendor should detail out the engagement model for the delivery of Products and Services to the Client as part of the response. The Vendor will cooperate with such third parties and the Client. Additionally, the Vendor will adhere to the following requirements:Delegation – The Vendor will neither delegate nor subcontract any of its

responsibilities, without prior written approval of the ClientSub-contractors – If the Vendor intends to use subcontractors, the Vendor’s

proposal must include a list of proposed material subcontractors containing the firm name, a description of the work to be subcontracted, an explanation of why that work is to be subcontracted, and descriptive information about each subcontractor’s ability to perform the work

12

Page 14: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Standards – Sub-contractors will adhere to the standards, policies, and procedures of the Client and the primary Vendor’s which are in effect from time to time

Vendor Capability – the Vendor must confirm that it will remain responsible for all obligations performed by subcontractors to the same extent as if such obligations were performed by the Vendor

3.18. Vendor Designated Contact

The respondent should identify the name, title, address, telephone, fax and e-mail of a single point of contact (and one alternate) for the duration of this RFP process. The availability of this person should be specified.

3.19. Submission of Responses to the RFP

Vendor shall give the postal address, telephone, fax numbers and email addresses of the contact person authorized to receive all communications on the vendor’s behalf. The client would only send communication to this address. Initials/seals of the bidders must be placed on all the pages of the proposal

The bidder shall seal the envelope containing the bid and it should be marked as “Proposal for Bhutan Financial Switch”.

This proposal should be delivered in person, by the vendor’s representative to:

The DirectorAdministration and Finance DepartmentRoyal Monetary Authority of BhutanChhophel Lam, Kawangjangsa Thimphu: BhutanPost box No. 154

RMA reserves the right to disqualify Bidders whose responses are not submitted by this date and time. No responses will be accepted after the deadline for submission of bids unless RMA determines in its sole judgment, to do so. The Client may, at its discretion, extend the deadline for the submission of Bids by amending the Bidding Documents, in which case all rights and obligations of the Client and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. The proposal, along with all supporting documents shall become the property of the Client

3.20. Timeline/ Schedule of Events

This Request for Proposal (RFP) represents one of several steps taken to assist the Client efficient solution that will meet its business requirement. The Client reserves the right to adjust the RFP schedule listed below:

Activity Date / Timeline

Distribute RFP to potential vendors 13 December 2010Clarification questions 14 – 24 December 2010Receive responses to RFP (deadline) 27 December 2010Bids Evaluation / contract negotiations 28-31 December

13

Page 15: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Activity Date / Timeline

Select Vendor and Award Contract 1 January 2010The Client will do all that is feasible within foreseeable limits to ensure strict adherence to this timeline.

3.21. Bid Security

The bidder shall furnish 2% of the total bid amount as an earnest money (bid security), which is refundable. The earnest money deposit should be enclosed in the same sealed envelope as the “commercial Proposal”. The bid not accompanied by a responsive Bid Security shall be rejected by the Client as non-responsive.

The bid security shall be in the form of a demand draft/bank guarantee drawn in favor of the Royal Monetary Authority of Bhutan, Thimphu and payable at banks located in Thimphu.While the bid security of the unsuccessful Bidder shall be returned as promptly as possible upon award of Contract, the bid security of the successful bidder shall be returned upon the bidder’s executing the contract and furnishing the performance security. The bid security shall be forfeited if a bidder withdraws its bid during the period of bid validity; or if a bidder does not accept the arithmetical corrections of its bid price. In the case of a successful bidder, the bid security may be forfeited, if the bidder fails to sign the contract or to furnish the performance security within the given time.

3.22. Performance Security

Prior to signing of the Contract the successful bidder shall be required to furnish Performance Security at the rate of ten percent (10%) of the contract value within fifteen (15) working days after the notice of the award. The performance security shall be in the form of a demand draft/Bank Guarantee issued by a Financial Institution of Bhutan in favor of RMA and payable at banks located in Thimphu. The performance security shall be discharged and returned to the vendor upon expiration of the warranty period.

3.23. Tax Deducted at Source (TDS)

Deduction of TDS as per the rule shall be made directly from the supplier’s bill.

3.24. License and Permit

The bidder shall submit the copy of valid Trade License and Tax Clearance Certificate along with the bid.

3.25. Client’s Right to Vary Quantities at Time of Award

At the time the Contract is awarded, the Client reserves the right to increase or decrease the quantity of Goods and Related Services without any change in the unit prices or other terms and conditions of the Bid and the Bidding Documents.

14

Page 16: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

4. Technical Specification

This section provides information on the technical requirements/specifications for the required solution(s) /service(s).

4.1. Hardware & Storage Infrastructure Solution

The Client is seeking the services of a suitable vendor to assist in the procurement and installation of necessary hardware (servers) and storage infrastructure to support its business operations. The specifications for the infrastructure required for deployment of the applications and other enterprise solutions have been captured in the table below. The successful vendor will be responsible for the supply, configuration and installation of the hardware infrastructure in accordance with the detailed specifications and standards stated in the following sections and the Appendix A.

4.1.1. List of Primary Site Server Configuration

No. Hardware Specification/ Description* OS QTY

1. Oracle 11g standard edition in Solaris 10 platform

See Appendix A – (Category A1) for full specification

Option 1: Sun Solaris 10 with required license and media kit

Option 2: Oracle Unbreakable Enterprise Linux OS Version with required license and media kit

2

2. Application Server See Appendix A– (Category A2 ) for full specification

Red Hat Linux Enterprise 5.5 Advanced Platform with required license and media kit

2

3. Web Server See Appendix A– (Category A3) for full

Red Hat Linux

2

15

Page 17: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

No. Hardware Specification/ Description* OS QTY

specification Enterprise 5.5 Advanced Platform with required license and media kit

4 Backup Server See Appendix A– (Category A4) for full specification

MS Windows 2003/2008 Standard Edition, 5 CAL

1

5 Testing Server See Appendix A– (Category A4) for full specification

1

6. Storage See Appendix 1

4.1.2. List of DR Site Server Configuration

No. Hardware Specification/ Description* OS** QTY*

1. Oracle 11g in Solaris 10 platform

See Appendix B – (Category B1) for full specification

Option 1: Sun Solaris 10 with required license and media kit

Option 2: Oracle Unbreakable Enterprise Linux OS Version with required license and

1

16

Page 18: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

No. Hardware Specification/ Description* OS** QTY*

media kit

2. Application Server See Appendix B– (Category B2 ) for full specification

Red Hat Linux Enterprise 5.5 Advanced Platform with required license and media kit

1

3. Web Server See Appendix B– (Category B3) for full specification

Red Hat Linux Enterprise 5.5 Advanced Platform with required license and media kit

1

4.1.3. General Requirement

When bidding for the hardware component, vendors must offer models with a long, stable product lifecycle and guarantee availability of those models. In addition, the vendor should also provide detailed information on how the following will be addressed:

High availability / fail-over capability of the designScalability & Resource ManagementBackup solution strategyServer Space Management High Level Work PlanAdditional information should include:Warranties, Maintenance and Support plan indicating spares inventory list,

Acceptance/Quality testing

4.2. Supply and Installation of Active Network and Communication Solution

The Client is seeking to implement robust and secured network architecture to support its business operations. This entails the supply and installation of Network/Security Infrastructure – (Routers, Switches, Firewalls, etc) and a reliable communication link The successful vendor will be responsible for completing all installations in accordance with the guidelines and standards (network/technical architecture) included in this document, and as will be specified by the Client in due course. The high level scope of work includes:

17

Page 19: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Supply of specified products and technology, design & configurations, installation, testing, and technical support

4.2.1. List of Rack and Equipment for Primary & DR Location

Network & Communication Infrastructure Specifications

No. Equipment Location/ Label

Specification/Description*

QTY

1. Tier II Firewall

Primary CISCO ASA 5520 with Security Plus License

Primary – 2

2. Layer 3 Switch

Primary CISCO WS-C3560G-24TS,24 10/100/1000+4 SFP Standard Images

Primary – 2 DR – 1

3. Tier II Firewall

For securing the web server from the internet

CISCO ASA 5520 with Security Plus License

2

4. Rack Servers 42u Standard Server Rack Primary – 2 DR – 1

5. Rack Power Servers 40A PDU Primary – 2 DR – 1

6. IP KVM Switch, KB and Monitor and accessories

Servers 1U Rack mount 17” TFT monitor and keyboard with touchpadCAT5 0x1x8 KVM Server Console SwitchPS2 Console 8 pack Interface AdapterCAT5 Qty-8 6ft/2m Cable

Primary – 1 DR – 1

7. Patch Cords Servers CAT 6 UTP Straight Through (Servers – 2metres)

30

8. Router See Appendix Primary -1Dr- 1

9 SAN Switch See Appendix 210 Enterprise

Backup Software

See Appendix for description

18

Page 20: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Network & Communication Infrastructure Specifications

No. Equipment Location/ Label

Specification/Description*

QTY

11 Tape Library See Appendix

4.2.2. General Requirement

Vendors should provide details of:license & warrantiesinstallation (where applicable)high level work plan support & maintenance (where applicable)

4.3. Power Cabling for Server Room

The successful vendor will be responsible for implementation of power cabling from the main Power room to the server rooms with enough provisions in accordance with the guidelines and standards stated in the following sections, and as will be specified by the Client from time to time and extension of power from battery backup.

4.3.1. Server room Location

The server room will be located within the Client’s office building. The Server room will house all servers, communication equipment, and other enterprise infrastructure deployed for the Client’s business operations.

4.4. Third Party Software Procurement & Implementation

The operations of the Client demands that the company deploy cost-effective technology infrastructure to support its business operations and enable its workforce to work efficiently. To achieve this objective, the company is seeking the assistance of an experienced software vendor in the procurement (and installation, where applicable) of the following suite of applications/solutions:

1. Oracle Database 11g Standard Edition with RAC2. Sun Solaris 10

4.4.1. List of Third Party Software and Description

The description of the software components required to support the business operations of the company have been captured in the table below. Successful vendor(s) will be required to provide valid licenses and appropriate warranty from the Original Software Providers in the name of the Client. The proposed license agreements should be in the best interest of the Client.

19

Page 21: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

No. Software Description/ Configuration QTY*

1. Oracle Oracle 11g Standard Edition with Real Application Cluster (RAC)

1

2. Sun Solaris Sun Solaris 10

3. Red Hat Enterprise Linux

Red Hat Enterprise Linux 5.5 with Advanced Platform

5. Oracle Unbreakable Enterprise Linux OS Version

For the Database server

*The quantity and the software item are subject to change and shall be notified to the vendor through formal letter in case of any change.

4.4.2. Delivery Timeline

See section 5.2 for expected delivery timeline.

4.4.3. General Requirement

Vendors should provide details of software costslicense & warrantiesinstallation (where applicable)high level work plan support & maintenance (where applicable)

20

Page 22: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

5. Response Format & Timeline

5.1. Response Format

The objective of the section is to enable a final comparison to be made between each vendor’s offerings. Only bids adhering to the response structure will be considered. When responding to questions, each item should be answered in a separate section, in the sequence given and should include the reference number.The required structure, numbering and content of each section of vendors’ responses is detailed below. All proposals must include the following sections in order to be considered:

Vendors must give price quotation separately for each of Bid area being responded to as shown in the table below:

5.1 - Hardware Infrastructure Procurement

No. Items (Description) Qty Unit Price (Nu.)

Total Price (Nu.)

1. i. Servers As specified

X XXX

2. Third Party Tools Oracle 11g standard edition with

RAC Sun Solaris 10 Red Hat Enterprise Linux 5.5

Advanced Platform Oracle Unbreakable Enterprise

Linux OS Version

As specified

X XXX

3. Others such as Power line extension from Backup Battery

X XXX

4. Revamp of the existing network and configuring new Network ( As per the Design attached for PRIMARY and DR)

As specified

X XXX

5. Network equipments ( Switches, Firewalls and Routers)

As specified

X XXX

6. Rates for AMC X XXXTotal

Kindly include a ‘summary of commercials / fees’ in your response to this RFP

AppendicesAll technical specifications, diagrams, relevant brochures / supporting documents of

equipment, devices, resources and components of the proposed solution(s) that the vendor considers relevant should be included in the Appendices.

21

Page 23: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

5.2. Implementation Timeline

Vendors are required to provide a logical implementation plan (and state possible delivery date barring all unforeseen circumstances) to be adopted.Please note that for each bid area, the Client expects the successful Vendor(s) to complete implementation within the timeframe outlined below which is subject to finalization during contract negotiation.

Hardware and networking equipments Delivery

30 days from date of issuance of PO

Hardware Vetting 1 days from the Hardware Delivery

Installation and configuration of Operating System and third party tools

2 days

Network Configuration and setup 12 days Others 2 days

5.3. Procurement Tracking Process

Vendors are expected to provide information on their procurement tracking process especially for items which are being imported. Please provide an overview of your procurement schedule. The schedule should contain the following key information:Average cycle time in days from order to receipt, shipment, local transportation arrangement etc

22

Page 24: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Appendix A. Servers for Primary Location

Category A1 Database Servers

1U Rack Mount Server

2 x Intel quad core 2.6 GHz

8GB RAM for 2 Processors

12 DIMM slots

3 x 146GB 15K RPM SAS 2.5” Hot Plug Hard Drives in RAID 1+0 with 1 hot swap

6 Hot Plug Hard Drive support

RAID Controller

8 x DVD- ROM SATA Internal

Integrated Remote Access Control

2 x Dual-Port Broadcom 5709C Gigibit Ethernet NIC with TOE enabled

2 x Single Port 8Gbps FC HBA

2 x 3mtr. Fibre Optic Patch Cord

(N+1) Energy Smart Redundant Power Supply

USB to PS2 adapter for KVM Connectivity

1U Sliding Rail (Rack Mount Kit)

1U Cable Management Arm

No Monitor, No Mouse, No Keyboard

23

Page 25: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Category A2 Application Servers

1U Rack Mount Server

2 x Intel quad core 2.6 GHz

8GB RAM for 2 Processors

12 DIMM slots

5 x 146GB 15K RPM SAS 2.5” Hot Plug Hard Drives configured in RAID 5 with One

Hot Swap

6 Hot Plug Hard Drive support

RAID Controller

8 x DVD- ROM SATA Internal

Integrated Remote Access Control

2 x Dual-Port Broadcom 5709C Gigibit Ethernet NIC with TOE enabled

(N+1) Energy Smart Redundant Power Supply

USB to PS2 adapter for KVM Connectivity

1U Sliding Rail (Rack Mount Kit)

1U Cable Management Arm

No Monitor, No Mouse, No Keyboard

*Vendor should provide all necessary CAT6 UTP patch cords and patch panels to connect the servers to the network equipments.

Category A3 Web Servers

1U Rack Mount Server

2 x Intel quad core 2.6 GHz

8GB RAM for 2 Processors

12 DIMM slots

5 x 146GB 15K RPM SAS 2.5” Hot Plug Hard Drives configured in RAID 5 with One

Hot Swap

6 Hot Plug Hard Drive support

RAID Controller

8 x DVD- ROM SATA Internal

24

Page 26: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Integrated Remote Access Control

2 x Dual-Port Broadcom 5709C Gigibit Ethernet NIC with TOE enabled

(N+1) Energy Smart Redundant Power Supply

USB to PS2 adapter for KVM Connectivity

1U Sliding Rail (Rack Mount Kit)

1U Cable Management Arm

No Monitor, No Mouse, No Keyboard

Category A4 Server (Test and Backup Server)

1U Rack Mount Server

2 x Intel quad core 2.6 GHz

8GB RAM for 2 Processors

12 DIMM slots

5 x 146GB 15K RPM SAS 2.5” Hot Plug Hard Drives configured in RAID 5 with One

Hot Swap

6 Hot Plug Hard Drive support

RAID Controller

8 x DVD- ROM SATA Internal

Integrated Remote Access Control

2 x Dual-Port Broadcom 5709C Gigibit Ethernet NIC with TOE enabled

(N+1) Energy Smart Redundant Power Supply

USB to PS2 adapter for KVM Connectivity

1U Sliding Rail (Rack Mount Kit)

1U Cable Management Arm

No Monitor, No Mouse, No Keyboard

25

Page 27: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Appendix B. Servers for DR Location

Category B1 Servers

Processor: 2x quad core 2.66 GHz Main Memory: 8 GB Memory for 2 Processors, Optimized Internal Storage (Hard Disk) 5 X 250GB 15K RPM Serial-Attach SCSI 6Gbps 2.5in Hotplug Hard Drive with RAID 5 and One Hot standby Disk Storage Controller RAID controller for RAID 5Removable media: 8x DVD+/-RW Drive Network Interface: 2 x Dual-Port Broadcom 5709C Gigibit Ethernet NIC with TOE enabledPower Supplies:Redundant Power Supply with Power cordForm Factor:Rack Mountable with rack mount kitsOthers:USB to PS/2 converter

*Vendor should provide all necessary CAT6 UTP patch cords and patch panels to connect the servers to the network equipments.

26

Page 28: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Category B2 Servers

Processor: 2x quad core 2.66 GHz Main Memory: 8 GB Memory for 2 Processors, Optimized Internal Storage (Hard Disk) 3 X 250GB 15K RPM Serial-Attach SCSI 6Gbps 2.5in Hotplug Hard Drive Storage Controller RAID controller for RAID 5Removable media: 8x DVD+/-RW Drive Network Interface: 2 x Dual-Port Broadcom 5709C Gigibit Ethernet NIC with TOE enabled

Power Supplies:Redundant Power Supply with Power cordForm Factor:Rack Mountable with rack mount kitsOthers:USB to PS/2 converter

*Vendor should provide all necessary CAT6 UTP patch cords and patch panels to connect the servers to the network equipments.

Category B3 Servers

Processor: 1 X Six Core Intel Xeon, 2.66 GHz Main Memory: 4 GB Memory for 2 ProcessorsInternal Storage (Hard Disk)

27

Page 29: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

2 X 146GB 15K RPM Serial-Attach SCSI 6Gbps 2.5in Hotplug Hard Drive Storage Controller RAID controller for RAID 1Removable media: 8x DVD+/-RW Drive Network Interface: 2 X Qlogic 4Gbps Dual Channel Fiber Channel HBA

Power Supplies:Redundant Power Supply with Power cordForm Factor:Rack Mountable with rack mount kitsOthers:USB to PS/2 converterWarranty & Support:5 Years ProSupport for IT and Mission Critical 4HR 7x24 Onsite

*Vendor should provide all necessary CAT6 UTP patch cords and patch panels to connect the servers to the network equipments.

Router (2 Nos. at Primary Site and 1 Nos. at DR Site)

Router at primary site should be in HA mode Should provide IPS features. Should have redundant power supply.

CISCO2921-SEC/K9, Cisco 2921 Security Bundle w/SEC license PAK- HWIC-1T, 1-port Serial WAN Interface Card- CAB-V35, Smart Serial V35 cable, 3 ft- PWR-2921-51-AC, Cisco 2921/2951 AC Power Supply- MEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR- S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL- SL-29-DATA-K9, Data License for Cisco 2901-2951- ISR-CCP-CD, Cisco Config Professional on CD, CCP-Express on Router Flash- SL-29-IPB-K9, IP Base License for Cisco 2901-2951- SL-29-SEC-K9, Security License for Cisco 2901-2951- CAB-ACSA, AC Power Cord (India/South Africa), C13, BS 546, 1.8m- CAB-CONSOLE-RJ45, Console Cable 6ft with RJ45 and DB9F

28

Page 30: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

- CON-CBNT-2921SEC, COLL 8X5XNBD INT Cisco 2921 Security- CON-SUSA-2921SEC, IPS SIGNATURE ONLY Cisco 2921 Security

Firewall (2 Nos. at Primary Site and 1 Nos. at DR Site)

Firewall at primary site should be in HA mode. Should provide anit-virus, anti–spam, url filtering , anti-phishing and anti-

spyware. Should provide minimum of 500 IPSec VPN peer.

Cisco ASA5520 Security Appliance- ASA5520-BUN-K9, ASA 5520 Appliance with SW, HA, 4GE+1FE, 3DES/AES

- SF-ASA-8.3-K8, ASA 5500 Series Software v8.3

- ASA-AC-E-5520, AnyConnect Essentials VPN License - ASA 5520 (2500 Users)

- ASA-VPN-CLNT-K9, Cisco VPN Client Software (Windows, Solaris, Linux, Mac)

- ASA5520-VPN, ASA 5520 VPN 750 IPsec User License (7.0 Only)

- ASA5500-ENCR-K9, ASA 5500 Strong Encryption License (3DES/AES)

- ASA-180W-PWR-AC, ASA 180W AC Power Supply

- ASA-ANYCONN-CSD-K9 ASA 5500 AnyConnect Client + Cisco Security Desktop Software

- CON-CBNT-AS4BUNK9, COLL 8x5xNBD INT ASA 5540 with HA, 3DES/AES

- ASA-SSM-CSC-20-K9=, ASA Content Security SSM-20 w/ 500 Usr AV/Spy, 1YR Subscript

- ASA-CSC20-PLUS, ASA 5500 CSC SSM20 Plus Lic. (Spam/URL/Phish, 1Yr Subscript)

- SF-ASA-CSC-6.3-K9, ASA 5500 Series CSC Software 6.3 for Security Service Module

- ASA-CSC20-LIC, ASA 5500 Series Content Security SSM-20 Software License

Storage System, 1 Nos. Dual Processor Controller with 6GB of cache.

4 x 8Gbps FC + 4 x iSCSI Host Ports

2 x 4Gbps Fibre Channels backend loops

Should provide Failover from each Storage Processor to both Fibre Channel Loops

1 TB of usable capacity for Production Data using 300GB 15K RPM FC Hard Drive in RAID 1+0 and 1TB of usable capacity in RAID 5 using SATA Drive (for Data Backup)

Should be scalable up to 120 drives in the storage array29

Page 31: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Support for RAID 0, 1, 1/0, 3, 5, 6

Support up to 256 SAN Attached HA Host

The Storage Management Software should provide Path management, Point-in-Time Copy, Remote Mirroring and Data Migration between Arrays

Standby Power Supply Module

Tape Library Rack Mount LTO4 Tape Library with FC interface

Media Tape Cartridge for LTO4, 20 Nos.

Cleaning Tape Cartridge for LTO4, 1 Nos.

Enterprise Backup Software Should provide LAN Free Backup for all servers connected to the SAN

Storage

Should support online hot backup for Oracle database

Should have deduplication and archiving features

Should provide easy system recovery

Should have centralized GUI Management

SAN Switch (Brocade 300, 2 Nos.) Rack mountable

Should have 8 x 8Gbps Ports and should be upgradable up to 24 ports

Required licenses

30

Page 32: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Figure I: Three Tier design with High Availability - Primary Site

Note:

I. The Storage server will serve as the Centralized Storage for different applications residing in the different network topology such as NEFT, ICBS, Switch and etc. The selected vendor should configure and setup the central storage for different applications residing in RMA. The backup mode should be a hot back up.

II. The above network design is a base approach design approach. The vendor can also provide better alternative.

III. RMA will be using Bhutan Telecom Leased Line VPN connection solution to connect to the banks and external network such as NFS, Visa and Master. Therefore, the router provided by the vendor should confirm with the specifications of the BT connectivity requirements. For the purpose of having a redundant connectivity, RMA will be opting for another connectivity solution such as VSAT over internet using IP Sec tunneling. The same should be configured by the selected vendor.

31

Page 33: Request for Proposal for - RMA RFP v 3.3.doc · Web viewMEM-CF-256MB, 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR S29UK9-15101T, Cisco 2901-2921 IOS UNIVERSAL SL-29-DATA-K9,

Figure II: Three Tier design for DR Data Centre

32