VDI - UNDP

13 downloads 284 Views 723KB Size Report
Sep 22, 2015 - An appropriate central storage space (Data center) with a space for ..... Non-disruptive Online Data migr
INVITATION TO BID (ITB)

Reference #:

UNHABITAT/2015/09/21

Project Name:

Strategic Urban Plans for Small Cities Project ID:

C187

Title of Work:

Development of the Technological Work Environment and the establishment of virtual desktop infrastructure (VDI)

September 2015

1

CONTENTS Technical Proposal Section 1. Section 2. Section 3. Section 4.

Letter of Invitation Instructions to Tenderers Preparation of Tenders 1. Bid Data 2. Post Qualifying Requirements 3. General Conditions of Contract 4. Conditions of Contract

2

1.0 SECTION 1: RFP Number: Project Number: Cairo, Egypt September 2015

LETTER OF INVITATION UNHABITAT/2015/09/21 C187

Dear Sir/Madam, 1. The United Nations Human Settlements Programme (UN-Habitat) (hereafter called the “Client”) provides technical support for the General Organization for Physical Planning (GOPP) for preparing Strategic Urban Plans for Small Cities (SUPSCP). It basically aims to achieve better planning and sustainable management of secondary urban settlements in Egypt. In this regards, the project will enhance the planning methods and tools which are adopted by the Government of Egypt in order to produce Strategic Urban Plans which respond to the local priorities in an efficient and realistic manner. The SUPSCP aims also to establish improved inclusive urban planning processes & methodologies for the preparation of Strategic Urban Plans for secondary cities. Since 2007, the SUPSCP has implemented in cooperation between the General Organization for Physical Planning (GOPP). The Agreement of Cooperation has been signed between UN-Habitat and the Egyptian Government, represented by the Minister of Housing, Utilities and Urban Development, the Ministry of Planning and Local Development and the Ministry of International Cooperation. 2. The Client continues to provide technical support for building the capacities of GOPP through upgrading used tools. 3. The Client hereby requests your firm (hereafter called the “Contractor”) to submit a quotation to perform the task as detailed in this Tender Document. 4. A Contractor shall be selected under standard evaluations procedures of the Client. The Client reserves the right to accept or reject any Proposal, or to annul the selection process, without incurring liability to the Contractor and without being obliged to inform the Contractors of the reasons for the Client’s action. 5. This Invitation includes the following documents: Technical Proposal

Section 1- Letter of Invitation Section 2 - Instructions to Contractors Section 3 - Preparation of Tenders Section 4 - Bid Data

6. Please inform us that you received the Letter of Invitation not later than 3 days of receipt of this letter by email to: [email protected] Yours sincerely, Dr. Bassem Fahmy Program Manager - Strategic Planning and Urban Development United Nations Human Settlements Program Egypt Office

3

ENVELOPE

Reference #:

UNHABITAT/2015/09/21

Project Name:

Strategic Urban Plans for Small Cities Project ID:

C187 Title of Work:

Development of the Technological Work Environment and the establishment of virtual desktop infrastructure (VDI)

4

2.0 SECTION 2:

INSTRUCTIONS TO TENDERERS

2.1 GENERAL 2.1.1

Introduction

In 2007, the Strategic Urban Planning for Small Cities in Egypt (SUPSCE) project was initiated, outlining the cooperation between the General Organization for Physical Planning (GOPP) and UNHabitat providing technical support in the preparation of Strategic Urban Plans (SUP) for 48 small cities in Egypt. The project aimed at enhancing the planning methods and tools which are adopted by the Government of Egypt in order to produce Strategic Urban Plans for small cities. These SUPs are to respond to the local priorities in an efficient and realistic manner. The project partnered with the Government of Egypt in order to provide professional technical, steering and development policies support. GOPP and UN-Habitat are launching the second phase of the project for additional 20 cities, utilizing an enhanced methodology which is designed based on lessons learned from the first phase of the project. 2.1.2

Scope of Tender

Scope of Work: Developing the Technological Work Environment & Establishing of Virtual Desktop Infrastructure (VDI) in GOPP 1. Updating the internal network infrastructure. 2. Applying the VDI system. 3. Software to implement and manage this system The contractors shall deploy all requested tasks as specified in the Tender Document and carry out the consultations works to the satisfaction of the client. 2.1.3

Tasks Description

The description of technical tasks and deliverable is outlined in the attached RFP. 2.1.4

Cost of Tendering

The Tenderer shall bear all costs associated with the preparation and submission of the Tender Document in compliance with tender requirements and the client will in no case be responsible for any other costs, regardless of the conduct or outcome of the tendering process.

2.1.5

Eligible Tenderers

Following the advertisement of the ITB on 22nd of September 2015, only short listed contractors will be selected by the UN-Habitat Technical Team (in coordination with GOPP) Final listing and awarded firms’ selection will take place on the 07th of October 2015.

2.2 THE TENDER DOCUMENTS 5

2.2.1 Content of Tender Document The set of Tender Documents comprises all technical documents requested in the attached RFP and any agenda that will be issued in accordance with clause 2.2.3 hereof. The Tenderer is expected to examine all the volumes of the set of tender/ RFP documents comprehensively. Failure to furnish all information required by the tender documents or submission of a tender which is not substantially responsive will be at the Tenderer’s risk and may result in rejection of the tender. 2.2.2 Clarification of Tender Documents Only shortlisted Tenderers will be contacted and invited to a meeting to respond to any requests for clarification. 2.2.3 2.2.3.1

Amendment of Tender Documents At any time 07 days prior to the deadline for submission of tenders, the client may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Tenderer, modify the tender documents by issuing an Addendum.

2.2.3.2 The amendment will be notified in writing by e-mail to all prospective Tenderers who have collected the tender documents and will be binding upon them. Prospective Tenderers shall promptly acknowledge receipt thereof in writing to the client at the address provided in the Letter of Invitation. 2.2.3.3

In order to afford prospective Tenderers reasonable time in which to take an Addendum into account in preparing their Tenders, the client may, at its discretion, extend the deadline for the submission of tenders, in accordance with sub-clause 3.2.4.2 hereof.

3.0 SECTION 3 3.1

PREPARATION OF TENDERS

3.1.1 Language of Tender The tender prepared by the Tenderer and all correspondence and documents relating to the tender exchanged between the Tenderer and the client shall be written in the English Language. 3.1.2 Documents comprising the Tender The Tenderer shall submit documents comprising the following: 1. Financial Bid 3.1.3

Tender Prices

Not applicable 3.1.4. Currencies of Tender and Payment Prices quoted by the Tenderer shall be firm and not subject to variation on any account. A Tender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected, pursuant to clause 3.3.4 hereof. 3.1.5

Tender Security

Not Applicable 3.1.6. Period of Validity of Tenders 6

Tenders shall remain valid for a minimum period as mentioned in the Bid Data. A Tender valid for a shorter period may be rejected as non-responsive. In exceptional circumstances, the Client may solicit the tenderer’s consent to an extension of the period of validity of the tender. The request and the responses thereto shall be made in writing (by e- mail).

3.2

SUBMISSION OF TENDERS

Format and Signing of Tender 3.2.1 3.2.1.1

Technical Bid The Tenderer shall duly complete the Post Qualifying Forms as required in Clause 4.2. Duly perfect the Form of Agreement, and the complete Tender Document shall be enclosed in the Envelope marked as Technical Bid at the top left hand corner of the envelope and seal the envelope.

3.2.1.2 The complete tender shall be without alterations, or erasures, any necessary correction made by the tenderer, shall be initialed by the persons signing the Tender. 3.2.2

One Tender per Tenderer

Each tenderer shall submit only one tender.

7

3.2.3

Sealing and Marking of Tenders

3.2.3.1

The Envelope shall be enclosed and marked - The Tender for the Strategic Urban Planning for Small Cities Project hand corner and stamped the firm/company seal and addressed as described in clause 4.1.

3.2.3.2

The envelope shall: a. Be addressed as provided in the Bid Data as RFP mentions. b. Bear the name and identification number of the ITB reference number. c. Provide a warning not to open before the specified time and date of the deadline for tender submission as defined in the Bid Data. In addition to the identification required in sub clause 3.2.3.2 hereof, the envelope shall indicate the name and address of the tenderer to enable the Tender to be returned unopened in case it is declared late pursuant to clause hereof. If the envelope is not sealed and marked as instructed above, the client will assume no responsibility for the misplacement or premature opening of the tender submitted. A tender opened prematurely for this case, such a Tender will be rejected by the Tender Board.

3.2.4 3.2.4.1

Deadline for Submission of Tenders Tenders shall be delivered personally by the Tenderers or their agents, to reach the Office of the client at the address, specified before the deadline for submission of tenders as specified in the Bid Data (check the RFP). In the event of the specified date for the submission of tenders being declared a holiday, the tenders will be received, up to the specified time on the next working day.

3.2.4.2 The client may, at its discretion, extend the deadline for submission of tenders by issuing an amendment in accordance with clause 2.2.3.3 hereof, in which case all rights and obligations of the Board and the tenderers previously subject to the original deadline shall be construed as applicable from the extended date (as specified previously by the project manager). 3.2.5

Late Tenders

No tenders will be accepted after the deadline for submission of tenders. Any Tender received after the deadline for submission of tenders, will be returned unopened to the Tenderer. 3.2.6

Modification and Withdrawal of Tenders

Not Applicable

3.2

TENDER OPENING AND EVALUATION

3.3.1

Opening of Tenders

The client will open tenders, including submissions made pursuant to clause 3.2.4 hereof, soon after the deadline of tender submission time and in the place specified in the Bid Data. Technical Proposals shall be opened on the opening day. The client shall evaluate the Technical Proposals and identify responsive Tenders.

8

3.3.2 3.3.2.1

3.3.3

Confidentiality of the Process Information relating to the examination, evaluation and comparison of tenders and recommendations for the award of a contract shall not be disclosed to Tenderers or any other person not officially concerned with such process until the award to the successful tenderer has been announced. Any effort by a tenderer to influence the client in processing of tenders or award decisions may result in the rejection of his tender. Clarification of Tenders

To assist in the examination, evaluation and comparison of Tenders, the client shall, at its discretion, ask the Tenderer for clarification of his tender during a clarification session after the short listing. The request for clarification and the response shall be in writing and no change Substance of the Tender shall be sought, offered or permitted, for evaluation of the Tenders in accordance with clause 3.3.5 hereof. 3.3.4

Examination of Tenders and Determination of Responsiveness

Prior to the detailed evaluation of tenders the client shall determine whether each Tender. a. Meets the eligibility criteria defined in clause 2.1.2 thereof. b. Is substantially responsive to the requirements of the documents. c. Completeness of the offer with all required documents. A substantially responsive Tender is one which conforms to all the terms, conditions and specifications of the tender documents. If a tender is not substantially responsive, it will be rejected by the client, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation. 3.3.5

Correction of Errors

Not applicable 3.3.6

Evaluation and Comparison of Tenders

3.3.6.1 Technical Proposal The Tenderer should submit all necessary details, charts and tables requested in clause 4.2. And the RFP Tenderer’s capacity to perform the work shall be assessed based on information given in clause 4.2.1 to 4.2.5. Certified documents submitted to prove the correctness of the information given shall be considered in allocating points. Tenders shall be duly filled, signed and witnessed properly and affix the company seal where ever applicable.

3.4

AWARD OF CONTRACT

3.4.1. Post Qualification The client shall evaluate the Tenderer’s technical and performance capabilities. It shall be based upon an examination of the documentary evidence of the Tenderer’s qualifications submitted with the tender (please check the evaluation criteria mentioned in the RFP). An affirmative determination shall be a prerequisite for award of the contract to the Tenderer. If not qualified shall result in rejection of the tender, in which event client shall proceed to the next highest evaluated tender to make a similar determination of that tenderer’s capabilities to perform satisfactorily. 3.4.2

Award Criteria 9

The client shall award the contract to the Tenderer whose technical proposal has been determined to the highest evaluated tender provided that the tenderer is eligible in accordance with post qualifying clause 3.4.1 and to the highest technical evaluated offer according criteria mentioned in the attached RFP. 3.4.3

Rights of the client to accept or reject any or all Tenders

The client reserves the right to accept or reject any tender or reject all the tenders at any time prior to the award of contract, without incurring any liability to any tenderer. 3.4.4

Notification of Award

Prior to the expiration of the period of tender validity, client shall notify the successful Tenderer by registered post, by e mail or by fax that his tender has been accepted. This notification, herein after called the ‘Letter of Acceptance” will state the contract sum to be paid to the contractor in consideration of the execution and completion of the works as per the payment schedule prescribed by the contract. The notification of award shall constitute the formation of the Contract. 3.4.5

Signing of Contract

The successful tenderer shall be required to sign a Contract Agreement which will be prepared by the client. The Contract Agreement must be executed within fifteen (15) days after the receipt of the Letter of Acceptance. 3.4.6

Performance Guarantee

Not Applicable 3.4.7

Advance payment

3.4.7.1

The client shall not pay an advance payment on this contract but make progress payments on the works completed as and when claimed, according to a payment schedule stated at the attached RFP, by the contractor on submission of Interim Bills.

3.4.7.2

The payments shall be made available to the contractors within 15 days of submission of interim bills.

10

4.0

SECTION 4

4.1

BID DATA

4.1.1

Tender Validity

The period of Tender validity shall be 90 days after the deadline for submission of Tender specified hereof. 4.1.2

The address for the purpose of Tender submission

Bids must be submitted to the UN-Habitat – Cairo Office – Dr. Bassem Fahmy - Principal Strategic Advisor Ministry of Housing and Urban Communities General Organization for Physical Planning (GOPP) UN-Habitat Egypt Program 1 Ismail Abaza st., El-Qasr El-Einy – Cairo 11516 – Egypt Tel / Fax: 7257-725729723086( Email: [email protected]

Please mark “Tender for Strategic Urban Planning for Small Cities” If the Tenders shall be hand delivered. Please insert the Tender Documents into the Tender Box placed at the above address. 4.1.2

The deadline for submission of Tender The deadline for submission of the Tender shall be 4.00 pm on Monday, 05th of October 2015 at the above-mentioned address.

4.1.4

Pre Bid meeting

Not Applicable

4.2

POST QUALIFYING REQUIREMENTS

4.2.1

DETAILS OF SIMILAR WORKS (COMPLETED AND ON-GOING) DURING THE LAST FIVE YEARS

As mentioned in clause 3.1.2 4.2.2

FINANCIAL DATA FOR POST QUALIFICATION

Not Applicable

11

4.3 GENERAL CONDITIONS 4.3.1 GENERAL 4.3.1.1 Programme to be furnished The Contractor shall submit to the client’s representative for his approval the overall program according stated in the RFP. 4.3.1.2 Alteration to Works No material alteration to the works shall be made without the approval of the Project Manager, in consultation with GOPP. 4.3.1.3 Contractor’s Representative As stated in the RFP. 4.3.1.4 Safety Precautions Not Applicable 4.3.1.5 Clearance of Site Not Applicable 4.3.1.6 Authority for Access Not Applicable 4.3.1.7 Compliance with Statutes, Regulations Not Applicable 4.3.2

OBLIGATIONS OF THE EMPLOYER

Not Applicable 4.3.3

WORKMANSHIP AND MATERIALS

Not Applicable 4.4

CONDITIONS OF CONTRACT

4.4.1 COMPLETION 4.4.1.1 Time of Completion The Works shall be completed and shall have passed specified tests on completion within the stated time of completion. 4.4.1.2 Extension on Time of Completion The Contractor may claim an extension on the Time of Completion if the works got delayed and specify causes. 4.4.1.3 Delay in Completion If the Contractor fails to complete the Works within the stated time of completion, the client shall be entitled to a reduction in the Contract Price unless it can be reasonably concluded from the circumstance that the client will suffer no loss. The client shall within a reasonable time give the 12

Contractor notice of his intention to claim a reduction. The reduction shall be the percentage per day stated in the Contract Data of that part of the Contract Price which is attributable to such part of the Works as cannot in consequence of the failure be put to the intended use. The reduction shall be computed for each day between the Time for Completion and the actual date of completion. The reduction shall in no case exceed the maximum percentage of the Contract Price of such part stated in the Contract Data. 4.4.2. TESTS ON COMPELTION Not Applicable 4.4.3 TAKING OVER Not Applicable 4.4.4

DEFECTS AFTER TAKING OVER

Not Applicable 4.4.5

VARIATIONS

Not Applicable 4.4.6

CERTIFICATES AND PAYMENT

According to the payment plan stated in the attached RFP 4.4.7 CLAIMS Not Applicable 4.4.8

PROVISIONAL SUMS

Not Applicable 4.4.9

RISK AND RESPONSIBILITY

Not Applicable

13

United Nations Human Settlements Programme

General Organization For Physical Planningg (GOPP)

(UN-Habitat)

Request for Proposals (RFP) for

The Development of the Technological Work Environment and the establishment of virtual desktop infrastructure (VDI) Strategic Urban Planning for Small Cities in Egypt The General Organization for Physical Planning (GOPP)

21-Sep-15

1. AGENCIES The General Organization for Physical Planning (GOPP) was established with the presidential decree no. 1093 year 1973 to be the sole official authority for planning human settlements in Egypt. The Planning and Building Law gives GOPP the responsibility of formulating public policy planning and sustainable urban development; and preparing plans and programs for this development at the national, regional, governorate levels, then review and approve urban plans at the local level in the framework of the objectives and policies of national, regional and local planning and sustainable urban development. It gives the GOPP in the Ministry of Housing, Utilities and Urban Development (MHUUD), the authority and responsibility to compile Regional and Governorate Plans. All plans give a spatial dimension to both the analysis of development needs and aspirations as well as to the implementation of development initiatives but at different scales and levels of detail. The United Nations Human Settlements Programme, UN-Habitat, is mandated by the UN General Assembly to promote socially and environmentally sustainable towns and cities with the goal of providing adequate shelter for all and developing competitive and resilient cities. The UN-Habitat is due to look into new and more powerful ways to address current unsustainable urban development patterns in a systematic manner and at scale. Within the Strategic Plan 2014 2019, UN-Habitat supports countries to develop urban planning methods and systems to address current urbanization challenges such as population growth, urban sprawl, poverty, inequality, pollution, congestion, as well as urban biodiversity, urban mobility and energy.

2. BACKGROUND Egyptian cities have grown fast in the past 30 years. This has led to the continuous formation of informal settlements on the periphery of cities. In the process, cities and villages have grown at a fast pace surpassing, in some cases, 80 % of its original footprint in 1985. This rapid urbanization has led to the loss of significant areas of prime agricultural land. The migration of the workforce seeking job opportunities has fuelled the expansion of cities. Primitive informal industries have flourished in poor migrant areas and a lack of basic urban services has led to environmental degradation.

Strategic Urban Planning for Small Cities Project (SUPSCP) focuses on urban-rural linkages in order to develop small and medium rural enterprises; on sanitation issues including wastewater and solid waste management; and on improving the living conditions of slum dwellers. The project acknowledges the importance of governance, the needs of vulnerable groups and environmental issues as cross cutting themes that require special attention. The project aims to enhance the planning methods and tools which are adopted by the Government of Egypt in order to produce Strategic Urban Plans which respond to the local priorities in an efficient and realistic manner utilizing the cutting age of technology, programmes and equipments. Subsequently, the SUPSCP seeks to develop the technological work environment through establishing virtual desktop infrastructure (VDI), as will be explained in details via the next sections. 3. OBJECTIVE The assignment aims to enhance the activity, accuracy and validity of the utilized planning methods and tools which are adopted by the SUPSCP in order to produce influential and constructive Strategic Urban Plans that respond to the local priorities in an efficient and realistic manner. The SUPSCP contributes to improving performance and accountability in programming the development of the city, implementing and utilizing the most excellent technology and IT actions that support the decision makers. The assignment will contribute to enhancing strategic urban planning and development. Throughout two main steps:1. First: Updating the internal network infrastructure:a. Central Core Switch b. Edge Switches 2. Second: Applying the VDI system:a. Central servers unit and computers for users b. An appropriate central storage space (Data center) with a space for backups and archive copies c. Software to implement and manage this system In this context, UN-Habitat seeks tenders from specialized companies in this field to supply, operate and warrant the necessary equipment according to the specifications listed below.

4. SCOPE OF WORK AND GENERAL CONDITIONS  The RFP is divided into three main sections, Updating the internal network infrastructure, Applying the VDI system and Software to implement and manage this system 4.1 First: Updating the internal network infrastructure:Core Switches Quantity: (2) Two Feature

Requirements

System



Base System



Redundant manageable 10 Gigabit-Ethernet, wire-speed Ethernet core Switch, with 16 x 10 Gigabit Ethernet Ports that can work as 1G or 10G Switch should be equipped with 16x 10G Base-SR modules

Management Port

10/100/1000 Base-T

USB Port

Type A (storage and boot) up-to 4 GB

Dual Power Supply

Yes

Field Replaceable Fans

Yes

Fan Redundancy

No performance impact with single fan failure

Scalability System Throughput

Up to 800 Gbps

IPv4 Routing in Hardware

Up to 250 Mpps

IPv6 Routing in Hardware

Up to 125 Mpps

L2 Bridging in Hardware

Up to 250 Mpps

Media Access Control (MAC) Entries

55K

Forwarding Entries

32x10 GE Port Base SKU: IPv4: 256K, IPv6: 128K 16x10 GE Port Base SKU: IPv4: 64K, IPv6: 32K

Flexible Netflow Entries

128K

Switched Port Analyzer (SPAN), Remote Switched Port Analyzer (RSPAN)

8 line rate bidirectional sessions (ingress and egress)

Feature

Requirements

Total VLANs

4094

Total Switched Virtual Interfaces (SVIs)

4094

IGMP groups

32K

Multicast routes

32x10 GE Port Base SKU: IPv4: 32K, IPv6: 32K 16x10 GE Port Base SKU: IPv4: 24K, IPv6: 12K

Dynamic Host Configuration Protocol (DHCP) Snooping Entries

12K (DHCP snooping bindings)

ARP Entries

47K

Spanning Tree Protocol Instances

10K

Jumbo Frame Support for Bridged and Routed Packets

Up to 9216 bytes

High Availability and Resiliency High Availability Solution

Virtual Switching System (VSS)

Number of stackable switches in VSS

Up to 2

VSS Throughput

Up to 1.6 Tbps

Virtual Switch Link

1GE or 10GE

Max number of Virtual Switch Links

8

In-Service Software Upgrade

Across the switches

Nonstop Forwarding with Stateful Switchover

Across the switches

CPU and Memory Onboard Memory (SRAM DDR -II)

4 GB

Port Buffers

32-MB Shared Memory

CPU

Dual Core 1.5 GHz

NVRAM

2 GB

Feature Optional External Memory (SD Card)

Requirements 2 GB

QoS Features Port Queues

8 Queues/Port

CPU Queues

64

QoS Entries

128K (64K ingress and 64K in egress) Shared with ACL

Aggregate Rate-Limiting

Ingress port or VLAN and egress VLAN or Layer 3 port

Rate-Limiting Level Types

Committed Information Rate (CIR), Peak Information Rate (PIR)

Aggregate Traffic Rate-Limiting Policers (1K=1024)

16K

Flow-Based Rate-Limiting Method; Number of Rates

Supported using flow-records in the classification criteria and policing action

Qos Policy Enforcement

Per Port or Per Vlan or Per Port, Per VLAN Granularity

Class of Service (CoS)

Yes

Differentiated Services Code Point (DSCP)

Yes

Security Features Port Security

Yes

IEEE 802.1x and 802.1x Extensions

Yes

VLAN, Router, and Port ACLs

Yes

Security ACL Entries (1K=1024)

128K (64K ingress and 64K in egress) Shared with QoS

Unicast Reverse Path Forwarding (uRPF) Check in Hardware

Yes

CPU Rate Limiters (DoS Protection) Includes Control Plane Policing

Yes

Private VLANs

Yes

Micro Flow Policer

Yes. Supported using flow records in the class-map

Feature

Requirements

CPU HW Rate Limiters by Packet Per Second (pps) and Bit Rate Policers (bps)

Supported in hardware control-plane policing (CoPP)

Control Plane Policing (CoPP) for Multicast

Yes

ACL Labels

Yes

Port ACL

Yes

Traffic Storm Control (formally known as Broadcast/Multicast Suppression)

Yes

Virtualization Features VRF-Lite Scalability

64

Easy Virtual Network (EVN) Scalability

32

Industry Standards supported ●

Standard

● ● ● ● ● ● ● ● ● ● ●

Ethernet: IEEE 802.3 10 Gigabit Ethernet: IEEE 802.3ae IEEE 802.1D Spanning Tree Protocol IEEE 802.1w Rapid Reconfiguration of Spanning Tree IEEE 802.1s Multiple VLAN Instances of Spanning Tree IEEE 802.3ad LACP IEEE 802.1p CoS Prioritization IEEE 802.1Q VLAN IEEE 802.1X User Authentication IEEE 802.1x-Rev RMON I and II standards USGv6 and IPv6 Gold Logo certified

Edge Switches Quantity: (10) Ten Feature General Interface Standards

Requirements  same brand name of the core switch  Stackable, managed, and fixed port switches 48 Ethernet 10/100/1000 ports with flexible uplink slots 2 x 10G SFP+ BaseSR multimode. Each switch should be equipped with 2 SFP+ fibre multimode for the uplink connection. - 802.3 (Ethernet l0Base-T). - 802.3u (Fast Ethernet 100 Base-TX).

-

-

-

Security

    

Performance

   



802.3x (full duplex on 10BASE-T, 100BASE-TX, and 1000BASE-T ports). 802.1 p (prioritization). 802.1Q (VLAN Tagging). 802.1d (Spanning Tree Protocol). 802.1w (Rapid Spanning Tree). 802.3ad (Link aggregation). 802.1x (port authentication). 802.1s (Multiple Spanning Tree Protocol). 802.3af (PoE). DHCP Snooping prevents malicious users from spoofing a DHCP server and sending out bogus addresses. This feature is used by other primary security features to prevent a number of other attacks such as ARP poisoning. Dynamic ARP Inspection (DAI) helps ensure user integrity by preventing malicious users from exploiting the insecure nature of the ARP protocol. IP Source Guard prevents a malicious user from spoofing or taking over another user's IP address by creating a binding table between the client's IP and MAC address, port, and VLAN. Private VLAN, where a VLAN contains switch ports that are restricted, such that they can only communicate with a given "uplink." Port ACL to allow permitting or denying traffic from specific IP addresses applied to a specific port. Full 802.1X authentication. Should support Up to 4000 VLAN IDs. Should support SNMP v1, v2c, and v3 and Telnet interface support. Should support TACACS+ or RADIUS authentication. Should support Internet Group Management Protocol (IGMP) Snooping for IPv4 and IPv6 MLD v1 and v2 Snooping Should support Per-VLAN Rapid Spanning Tree (PVRST+) or equivalent to allow rapid spanning-tree re-convergence on a per-VLAN spanning-tree basis, without requiring the implementation of spanningtree instances. Should support Port Mirroring to help monitoring the traffic passing on the same switch or from a remote switch. Switch forwarding rate not less than 100 Gbps, and switch fabric 210 Gbps. Should support at least 900 Active VLAN Should support stacking with 80Gbps of throughput with separate module for stacking, and single IP address management for a group of switches (uplink port stacking will not accepted). Stacking technology should support cross-stack features including Link Aggregation, Port Mirroring, FlexLink technology, and Cross-Stack

  

QoS allows QoS to be configured across the entire stack. Should support PoE (IEEE 802.3af) standard with up to 15.4W per port. Should support L2 switching with comprehensive layer 2 features. Should support USB storage for file backup, distribution, and simplified operations.

4.2 Second: Applying the VDI system: Central Servers Blade Servers Chaise Quantity: (1) One Feature

Required

Power and cooling

Smart control Accommodate power failures 4 PSUs Fully redundant Switching modules Redundant Chassis includes converged switching modules Contains all required SFPs Offers up to 500-Gbps throughput per Module I/O virtualization I/O virtualization All MACs, WWN are movable among blades Blade management Health monitoring, power/cooling status software GUI and remote KVM Full provisioning Full security management Software deployment and patch management for blades Secure console Virtualization Blade Servers Quantity: (2) Two Feature

Required (Must Have)

Processor No. Of Processors Processor Clock Speed No. of Processor Cores Cache Memory Max Memory Capacity Storage

Intel® Xeon® Processor E5-2630 v3 (20M Cache, 2.40 GHz) 2 2.4GHz

Interfaces

Must be Dual Port 40GbE Converged network Adaptor

8 Cores 20 MB Intel® Smart Cache 128 GB (8 x 16GB) DDR4 2133Mhz At Least 1536 GB 2 x 32GB SD Card (Mirrored)

VDI Blade Servers Quantity: (3) Three Feature

Required

Processor No. Of Processors Processor Clock Speed No. of Processor Cores Cache Memory Max Memory Capacity Storage Interfaces

Intel® Xeon® Processor E5-2660 v3 (25M Cache, 2.60 GHz) 2 2.6GHz 10 Cores 25 MB Intel® Smart Cache 256 GB (16 x 16GB) DDR4 2133Mhz At Least 1536 GB 2 x 32GB SD Card (Mirrored) Must be Dual Port 40GbE Converged network Adaptor

Users’ computers (Zero Client) Zero Client Quantity: (40) Forty Feature

Requirement 512 MB at least

RAM capacity RAM

     

Interfaces

1 x Audio: line-in / microphone 1 x Audio: line-out / headphone 1 x Audio: out 4 x USB 2.0 at least 1 x Ethernet (RJ-45) Integrated DVI-D can be used with DP-DVI adapter cable

50 Mpps (VDI), 300 Mpps (WS)

Imaging performance

10/100/1,000 MBit/s

Communication

VMware® (PCoIP)

Supported virtual infrastructure

Ideal front-end device for Virtual Desktop Infrastructures, Zero management and zero noise, Access to pure workstation performance, Easy integration into VMware® based networks, Hardware-based protocol acceleration

Special features

Including keyboard, mouse and display screens 19”.

 Data Center Unified Midrange Storage Specifications Quantity: (1) One Feature Storage Architecture

Required The Proposed Storage must be Unified Storage (block based and File based). Fiber channel host connection to SAN switches, SAS-2 connection with 6Gbps for all back end ports, interconnects between enclosures, expansion units and controllers.

At Least 25 TB Usable Capacity according to the below Configuration Table:

Required Storage Capacity

Needed Qty

Drive Type

46

900 GB SAS 10Krpm

3

200 GB SLC

Required Configuration 44 x 900 GB SAS 10Krpm 2 x 900 GB SAS 10Krpm as Hot Spare. 2 x 200 GB SLC 1 x 200 GB SLC as Hot Spare.

The Proposed Unified Storage Must accommodates up to 125 HDDs (2.5” and 3.5”) without replacing/ adding Controllers or adding Storage virtualization Layer or with clustering Technology. Controller Storage Shelves / Enclosures

Front End Connectivity ports

Cache

Data Access Protocols OS Support

Standard Features

The Proposed Unified Storage should be configured with two redundant Active-to-Active controllers with redundant interconnectivity for SAN part. The Supplier must mention explicitly the maximum number of HDD enclosures monitored& controlled by RAID Controllers (The bidder must mention devices required for connection extra Disk enclosures). The Proposed Unified Storage must be configured with: Total 8x8Gbps FC front-end ports (4X8Gbps ports per controller) Ready for the FC host connection.  Total 4 x 10G Optical interfaces for NAS. Front End Ports must have the ability to be changed without changing the whole controllers. The Proposed Storage Array should be configured with: Must be Minimum of 32GB total protected read/write Built in cache for SAN (16 GB Cache per SAN Controller)  Must be Minimum of 12GB total protected read/write Built in cache for NAS (6 GB Cache per SAN Controller)  180 GB Extended Read and Write Cache.  Extended Cache must be expandable up to 600 GB Read and write Extended Cache. The bidder must propose Unified Storage with Total of 64 GB Cache if the extended cache is not available.  

The FC, CIFS & NFS protocols must be included. iSCSI protocol must be supported

Open system solution that supports heterogeneous connectivity to multi-vendor and multi operating system platforms. Storage array must be licensed to connect maximum number of host-supported connectivity with all needed license. Bidder must state the maximum hosts that can connect to the offered Storage Storage array must be ready to intermix between different disk drives technologies (SAS-2, NL-SAS and SDD) within the same enclosure type with all needed licenses for the maximum capacity of the offered storage model. Bidder should include all necessary drives to provide hot spare drives/capacity as per technology recommendations and according to the mentioned capacity table. Storage array must have / include Block data Compression and File De-duplication features / License for the maximum capacity of the offered storage model. Block De-Duplication for non-Active Data is a must.

Upgradability Redundancy

The Offered Storage must have the ability to be upgraded to the higher model within the same family without any data migration. All components should be protected by redundant hot-swappable power supplies (N+1) and fans with No single Point of Failure.

Management Software

Thin Provisioning

Online Data Migration

The Storage Management software should be array based and provide GUI / web based management for SAN infrastructure with complete Reporting features like LUN Usage, Empty Space etc… Web based Management S/W  To discover, monitor and configure disk arrays from a single web based console.  Storage system management must have Software Security via SSL, user identification and Access Control 

Proposed storage must include Dynamic Capacity Management S/W (Thin Provisioning) License for the maximum capacity of the offered storage model.

Ability to perform Non-disruptive Online Data migration among different storage pools without affecting/disrupting production environment

Rack Mount

The Proposed SAN Array must be Rack mounted and must be racked in the All Flash Array Storage Rack.

RAID Supported Configuration

Storage array must support multiple RAID configurations as indicated and as follows: RAID 0, 1, 5, 6, 10

Support and warranty Country of Origin and Manufacture Vendor Existence

Must include 3 years for HW and SW with 24 X 7 Remote Vendor Support Must be from America, Europe or Japan The Offered Storage Brand must have a legal Vendor representative office and Authorized Support Center in EGYPT.

All Flash Array Storage Quantity: (1) One           

Description - All Flash Array Storage that have minimum of 5 TB Raw Capacity (3.5 TB usable capacity). - Must be configured with Dual Active/Active Controllers, and must be expandable up to 16 controllers with global cache to work on as a single native All Flash Array Storage system. - Capacity must be expandable to the double at least by adding ONLY extra SSD. - Must be configured with two Battery Backup to protect the data against power failure. - Must be configured with Minimum of 13 x 400 GB SSD. And must be expandable up to 25 SSD. - Must be configured with Minimum of 4 FC Ports, 8Gbps. - Must be configured with Minimum of 4 iSCSI 10Gbps Ethernet ports. - Must be configured with Minimum of 2 Ethernet 1Gbps ports. - Thin provisioning must be included natively (Built-in) within the offered All flash Array Storage without any extra devices and without any extra layer to do this functionality. (Architecture must be submitted in deep details) - Inline global De-duplication must be included natively (Built-in) within the offered All flash Array Storage without any extra devices and without any extra layer to do this functionality. (Architecture must be submitted in deep details) - Inline compression must be included natively (Built-in) within the offered All flash Array Storage without any extra devices and without any extra layer to do this

  

functionality. (Architecture must be submitted in deep details) - The offered All Flash Array Storage must have built in algorithm for Space-efficient copies. - RACK is included to accommodate this all-flash array as well as the mentioned Midrange Unified – Storage, the SAN Switches and the Backup to Disk Appliance. - Must include 3 years for HW and SW with 24 X 7 Remote Vendor Support

SAN Switches Quantity: (2) Two Required Product Specification     

SAN Switches must be provided with 8Gbps SFP’s, Each SAN Switch must be provided with minimum 16 Active ports out of 48 ports 4 x 3m MM LC-LC OM3 (50/125 micron) cables must be provided with each SAN Switch 6 x 10m MM LC-LC OM3 (50/125 micron) cables must be provided with each SAN Switch Must include 3 years for HW and SW

4.3 Software to implement and manage this system VDI Solution: VMware Horizon

VMware Horizon Advanced Edition for 50 Users Basic Support/Subscription for VMware Horizon Advanced Edition 1 Year Virtual Machines Solution: VMware vSphere

VMware vSphere 6 with Operations Management Standard Acceleration Kit for 6 processors Basic Support/Subscription VMware vSphere with Operations Management Standard Acceleration Kit for 6 processors, Technical Support, 12 Hours/Day. 5. DELIVERABLES/ END PRODUCTS The following deliverables are requested to be submitted, and the payments shall be reimbursed at the following percentages:

a. Milestone One 

20% (Twenty Percent) of contract value shall be payable to the Contractor after submitting the inception report for the mission “1”:

b. Milestone Two 

60% (Sixty Percent) of contract value shall be payable to the Contractor after the fulfillment of delivery and insulation.

c. Milestone Three 

20% (Twenty Percent) of contract value shall be payable to the Contractor after training and system operation check :

Proposals shall be presented in the form an A3 printed document/ report (Three hard copies) and the submission of the *.pdf file on CD, according to the type of document and considering the representation of the appropriate scale.

6. TIMELINE The determined period of time for this assignment is around 0000 months, commencing from the date of contract signature. Interim periods spent in reviewing, public participation, updating, commenting and/ or approving reports and studies submitted by the Firm are excluded from this period. Work team to prepare the studies of the contract: 7. GENERAL CONDITIONS  The technical evaluation and financial decision will be made for each section separately; a different company may be contracted for each section. 

Applicant companies must provide an integrated offer in both sections of the booklet with all its items; and tenders not fulfilling this condition will not be considered.



Items of each section shall be considered an integrated solution. Therefore, the tender must make sure to provide all the requirements (including Software / Hardware / Licenses) necessary to successfully implement the system.



Applicant companies must undertake due diligence examination of the work environment of the GOPP to ensure the supply of suitable devices that are compatible with the rest of the GOPP devices, especially the data transfer devices of the CISCO information network used in the GOPP.



The supply includes all the wiring and convertors, whether electric, informatics or otherwise.



Financial offers submitted include supply, installation, operation, warranty and training, with clarification of the ratios and conditions of maintenance contracts after the end of the warranty period.



The GOPP may amend (increase - decrease - cancel) the booklet clauses according to the submitted financial offers.



The tender company must attach a proof of the implementation of similar projects in terms of size and quality in the last five years.



For the software needed to manage the system, a financial offer will be submitted, including warranty and update for a year and three years for the trade-off between them.



The offer details the periods for supply, installation and operation.



The financial offer includes training 2 of the GOPP employees. The training will take place during the period of supply.



The tender company undertakes to maintain the functionality of the GOPP during and after the installation and operation processes.



All supplied devices must be of an original brand and not a mix of different brands, and accompanied by a certificate of origin upon supply.



The supplied hardware warranty period is at least one year (including spare parts), with the replacement of any damaged piece with a proper one, in case of frequent malfunctions.



Software and system warranty period is at least one year, with a continuous technical support throughout the daily work hours of the GOPP.

8. CONSULTANT’S LIABILITY ACCORDING TO THE CIVIL LAW The advisor shall be legally liable for the securing the RFP requirements and any made or revised by him according to the rules and regulations of the Egyptian Civil Law. 9. DELAY FINE IN THE CONTRACTUAL STAGE In case the consultant is late in finishing the study according to the contract conditions and timetable, he shall pay a delay fine not more than 3% of the total fees value without any notice or

other proceedings. The consultant may be exempted from the fine after consulting the competent Fatwa Department in the Council of State if established that the delay is due to reasons beyond his control, according to article 23 of law 89/1998 of tenders and bids organization, its executive regulations issued by resolution 1367/1998 of the Minister of Finance, and their amendments. 10. REQUIRED DOCUMENTS TO BE SUBMITTED IN THE

TECHNICAL BID AND TECHNICAL EVALUATION STANDARDS

Required Documents in the Bid (Three hardcopies and Three digital copies) 1. The Technical Bid Envelope must include the following: 

Firm Qualification Documents



Time Framework and Schedule



Previous similar work experiences

2. The Financial Bid Envelope must include the following: 

Detailed breakdown description of means to accomplish the various tasks.

11. CONFIDENTIALITY OF INFORMATION AND DOCUMENTS: All the documents, reports, and hardboards presented by the competitor shall be the property of the UN-Habitat, Ministry of Housing, Utilities, and Urban Development which is entitled to reprint, reorganize, or use them without the consultant’s approval. All the documents, reports, and hardboards prepared by the consultant shall be submitted in hard and soft copies. The advisor shall present a full description of the programs, type of software versions used to produce the documents and any technical requirements necessary, such as font types, special protocols, etc. All the reports prepared or carried out by the consultant, that are relevant to the competition and contract execution shall be the property of the UN-Habitat. The consultant shall preserve complete confidentiality of the works of the contract to be signed, and shall not reveal or publish them without UN-Habitat written permission.

The consultant shall be fully responsible for indemnifying UN-Habitat against all the claims filed against and requests made to him as a result of the consultant’s use of any rights possessed by or legally reserved to any third party outside the contract. 12. TECHNICAL EVALUATION STANDARDS The bidding Firms shall be technically/ financially assessed using the following Points System: 

Similar Projects, Technical and Logistic Capabilities

40 Points



Time Schedule

20 Points



Financial Offer

40 Points

The Firm shall only be considered "technically qualified" if obtained the minimum score of 50 points. Financial bids from technically unqualified offices shall be rejected. 13. BID SUBMISSION DEADLINE  Bids must be submitted to the UN-Habitat Egypt Office not later than 16:00, 05th Oct. 2015. 

Inquiries in written form to ([email protected]) are accepted as of the date of official announcement for the RFP until 12:00, 29th Sep. 2015.



Responses will be compiled and sent to bidders via e-mail on 13:00, 01st Oct. 2015.

14. CONTACTS AND ADDRESS United Nations Human Settlements Programme (UN-Habitat), Egypt Office c/o Ministry of Housing and Urban Communities, General Organization for Physical Planning (GOPP) 1 Ismail Abaza Street, off Qasr El-Ainy Street Cairo 11516 – Egypt Tel.

+20 2 27921521 – 27921520

Fax:

+20 2 27921512

Email:

[email protected],