Waste Management Corporation Limited
Maldives
Addendum 3 - SUPPLY, DELIVERY AND INSTALLATION OF HCI SOLUTION FOR WASTE MANAGEMENT CORPORATION LIMITED

ADDENDUM 3

 

Addendum to Announcement no: WAMCO-PRO/IUL/2022/129

Issued Date

05 January 2023

Project

SUPPLY, DELIVERY AND INSTALLATION OF HCI SOLUTION FOR WASTE MANAGEMENT CORPORATION LIMITED

Please include this amendment when submitting the bid.

Following Changes are brought to the Information Sheet.

  1. 1.     Project Details

Waste management Corporation limited invites interested parties to submit proposals for the supply, delivery and installation of HCI solution for Waste Management Corporation Limited.

1)      HCI

a)      HCI Solution

b)     Warranty and licensing for the whole solution

c)      Installation, Configuration, Migration and Training

1.1.Minimum Technical Specifications

  1. HCI solution based on hyper-converged software to deliver enterprise-class storage services using server infrastructure and without dependence on SAN Switches & HBAs.
  2. The proposed HCI solution must include the latest VMware vSphere 7.x hypervisor license and VMware vCenter License
  3. The proposed HCI solution should be 100% software defined without dependency on any proprietary hardware component
  4. The proposed HCI solution should be appliance models and not custom configured
  5. The proposed HCI solution must have minimum 2 nodes and a minimum of 8 drives per node
  6. Each node must be proposed with a minimum 24 core Intel or AMD processor or higher.
  7. The node must support 2 Intel or AMD processors. If the HCI software license is based on the number of processors or cores, then the bidder must propose license for 2 processors or 48 cores per node.
  8. If the HCI software license is based on storage capacity or drives, then the bidder must propose the license for the maximum possible storage capacity or drives in the proposed node model.
  9. Each node must be proposed with 256 GB minimum 3200 Mhz memory. Each node must have 32 DIMM slots in total
  10. The proposed solution must provide a minimum of 15 TB of usable storage capacity. This capacity must be provided without including capacity benefits achieved using deduplication and compression. The capacity tier shall be based on enterprise class 10K RPM SAS SFF HDD or Mixed-Use SSD only.
  11. The proposed HCI solution must include inline deduplication and inline compression and these features must be turned on during the implementation. Necessary licenses for using these features must be included and proposed by the bidder.

Any additional CPU and memory overheads created by deduplication and compression must be factored in by the bidder.

  1. The proposed HCI solution must sustain one node failure and necessary provision for witness/tie-breaker must be proposed by the bidder.
  2. The proposed solution should not have any single point of failure
  3. Each node must have dedicated cache drive, boot drive and housekeeping drive
  4. Each server node must have dedicated redundant hot swap power supplies & cooling fans.
  5. Each node must have 10 Gbps or higher speed network ports in a redundant configuration. Each node shall be supplied with minimum 02 nos x PCIe Dual Port 10 GbE NIC
  6. All necessary cables and transceivers must be included in the proposal.
  7. The solution shall utilize the existing Dell N4032 for core networking.
  8. The solution must support one-click non-disruptive rolling upgrades of HCI software and system firmware.
  9. The solution must have automated call home and ticketing capability in the event of critical alerts/failures
  10. The solution should have a plugin in the Hypervisor for HCI management. Administrators should be able to view, provision, manage and monitor HCI solution from the hypervisor's management console.
  11. The HCI filesystem should be a scale-out distributed filesystem where the data is striped across multiple nodes where the read and write can happen across all the nodes for any given virtual machine.
  12. The HCI software must support native instant, space-optimized, point-in-time snapshots. The GUI must have the capability to schedule snapshots based on various times. If the HCI software does not support native snapshots, then the bidder must include 3rd party storage- level snapshot license for a minimum of 50 VMs. Hypervisor-level snapshots must be excluded to avoid any overheads on the guest VMs.
  13. The HCI software must support native rapid clones of individual Virtual Machines. If the HCI software does not support native clones, then the bidder must include 3rd party storage-level clone license for a minimum of 50 VMs. Hypervisor-level clones must be excluded to avoid any overheads on the guest VMs.
  14. The HCI software must support asynchronous native replication between 2 sites at the storage level. Necessary licenses must be included in the proposal. If the HCI software does not support native replication, then the bidder must include 3rd party storage-level replication license for a minimum of 50 VMs. Hypervisor-level replication must be excluded to avoid any overheads and performance issues on the guest VMs.
  15. The solution must automatically rebalance data to maintain balanced utilization of storage across the HCI nodes when storage capacity is scaled up or scaled out. The HCI nodes must automatically redistribute data equally across all nodes without migrating VMs.
  16. The proposed hardware shall include 3-Year manufacturer warranty and 3-Year local technical support
  17. The proposed solution should include management features such as:
    1. Monitoring of health and inventory status
    2. Display the support contract status
    3. Cross launch HW management console and HCI management console
    4. User customizable views/tiles and searching and tagging of inventory
    5. Remote management and vKVM
    6. Rest API
    7. Initiate service request in the event of critial failure/fault
    8. Automatically collect the log/support files and attach it to the service ticket
    9. Automatically raise RMA request in the event of memory failure and drive failure
    10. Compliance with hardware compatibility list (HCL)
    11. Centralized and remote firmware management and upgrade
    12. Server graphic views including live health status
    13. Mobile application for remote monitoring and management. Support for Android and IOS platforms
    14. Role based access control for different administrators
    15. IP level restrictions and whitelisting to limit access from external IP ranges

1.2.Installation, Configuration, Migration and Training

  1. All professional services shall be delivered by manufacturer certified engineers only.
  2. The engineer(s) shall be available onsite for the duration of the service.
  3. The engineer(s) shall be available for technical support, 3 months post deployment either remote or onsite.
  4. The proposed professional services delivery team engineer(s) shall be certified in Cisco, Vmware and the HCI proposed in the solution
  5. The vendor MUST have at minimum the following full time OEM Certified Professional/Engineer under its payroll to provide all professional services. All relevant engineer(s) certificates and supporting documents shall be included with the proposal. Required certificates of the engineer(s):
  • Cisco CCNA Certified for Routing and Switching Certified
  • VMware Certified
  • HCI Certified for the proposed solution
  1. Perform site readiness assessment ensuring environment is ready for project commencement
  2. Shall provide planning, deployment and user acceptance test details
  3. Rack mounting as per manufacturer recommendation(s).
  4. Check and ensure all installation pre-requisites are met
  5. Powerup, network and management cabling as per manufacturer guidelines
  6. Configure service segmentation on existing core network switches
  7. Configure and upgrade VMware vcenter server
  8. Initilize all nodes as per manufacturer best practice and upgrade to latest stable firmware
  9. Install any required licenses or options
  10. Migrate all existing workloads to the new infrastructure (up to 30 VMs)
  11. Role based access control for different administrators
  12. Configure VMware vcenter plugin for HCI management
  13. Configure centralized remote management
  14. OEM Certified Training on the proposed HCI for 03 Technical Engineer
  • Instructor LED classroom training (physical)
  • Official course materials and labs
  • Exam voucher
  1. On the job training for up to 03 technical person on management and administration of the system
  2. Detailed documentation on the configuration and settings of the delivered system shall be provided.

 

 

2)      UPS

The vendor shall supply and install and configure minimum 1xNetwork Manageable 6000VA UPS with extendable battery pack.

(Vendors are allowed to quote for UPS from a third party with a genuine authorized distributor certificate).

 

 

 

  1. 2.     Instruction to Bidders

2.8. Documents to be Submitted

Please submit Proposal to HCI and UPS Separately.

Below mentions documents should be submitted with the both proposals separately

  1. Proposal/Quotation (inclusive of the delivery period)
  2. Bid Security
  3. Form 1 – Bid Form
  4. Form 2 – Bidder’s Information Form
  5. Company profile prepared by company/firm (Bidder)
  6. Copy of Business Registration Certificate
  7. Copy of Goods and Service Tax (GST) Registration certificate if applicable.
  8. 8.      Goods and Service Tax clearance report if applicable (last 3 months from the date of bid submission / last quarter) - If Tax clearance report is not submitted or any due payments in Tax clearance report shall be disqualified during/after evaluation criteria.
  9. Copy of Company Shareholder’s Certificate (Ministry of Economic Development).
  10. Proof of financial capability: Bank Statement with stamp from bank in the letterhead of respective Bank (last 3 months from the date of bid submission) or other financial proof of capability from a relevant authority.
  11. Form 3 – Experience Information Form
  12. Proof of experience documents / reference letters (Documents signed by previous clients indicating the project value, duration and completion date corresponding to and supporting the above).
  13. Authorized Vendor Certificate
  14. Form 4- Technical Compliance Form
  15. Ethical Declaration Form

Note: Failure to submit the above-mentioned documents will be subject to rejection during/after evaluation stage and late submissions of any such documents will not be entertained

 

 

 

2.12. Bid Evaluation Criteria (HCI Solution)

Criteria

Points

  1. 1.      Price

 

80

  1. 2.      Experience in similar Works

No of similar projects in last five years (each project: value not less than MVR 250,000)

 

 

20

Total

100

Experience in Similar Work:

-          A valid reference letter with the company letterhead on completion of similar project/works should be provided. In case if a reference letter is not available, purchase order with a delivery note, agreement with delivery note or invoice with delivery note will be accepted.

-          * The works performed should be within the last 5 years.

Similar works: Supply, delivery and installation of HCI Solution and related works

2.13. Bid Evaluation Criteria (UPS)

Criteria

Points

  1. 3.      Price

 

80

  1. 4.      Experience in similar Works

No of similar projects in last five years (each project: value not less than MVR 250,000)

 

 

20

Total

100

Experience in Similar Work:

-          A valid reference letter with the company letterhead on completion of similar project/works should be provided. In case if a reference letter is not available, purchase order with a delivery note, agreement with delivery note or invoice with delivery note will be accepted.

-          * The works performed should be within the last 5 years.

Similar works: Supply, delivery and installation of UPS

FORM 1 – BID SUBMISSION FORM (HCI)

Description of Works: Supply, Delivery and Installation HCI Solution for Waste Management Corporation Limited (WAMCO).

Announcement Number:

WAMCO-PRO/IUL/2022/129

Bid to:

Waste Management Corporation Limited (WAMCO)

Address:

Male’ Waste Transfer Station

Boduthakurufaanu Magu, Maafannu

Male’ Republic of Maldives.

Having examined with the project details; items, description of works, I/we the undersigned, offer to supply, deliver and complete the installation of the mentioned items in conformity with the said technical specifications.

Price quoted should be inclusive of GST if applicable.

Description

Total Price (MVR)

HCI Solution (Warranty and licensing for the whole solution with installation, configuration, migration and training)

 

We undertake, if our Bid is accepted, to commence the works immediately upon signing of contract and to complete whole of the works comprise in the Contract within calendar …………. days.

We agree to abide by this Bid for a period of 120 (hundred and twenty) days from the date of submission of the Bid and it shall remain binding upon us and may be accepted at any time before the expiration of that period. We understand that you are not bound to accept the lowest or any Bid you receive.

Unless and until a formal agreement is prepared and executed, this Bid together with our written acceptance thereof shall constitute a binding Contract between us.

Yours Faithfully,

Signed ------------------------------------------------------------------

In the capacity of …………………………………… (Position / Designation)

Dully authorized to sign bids for and on behalf of

………………………………………………………… (Company Name & Stamp)

Date: -------------------------------------------------------------------

Name & Address of Signatory

Name: ………………………………………………………………………

Address: …………………………………………………………...............

Tel No: ……………………………… Fax No: …………………………

FORM 1 – BID SUBMISSION FORM (UPS)

Description of Works: Supply, Delivery and Installation HCI Solution for Waste Management Corporation Limited (WAMCO).

Announcement Number:

WAMCO-PRO/IUL/2022/129

Bid to:

Waste Management Corporation Limited (WAMCO)

Address:

Male’ Waste Transfer Station

Boduthakurufaanu Magu, Maafannu

Male’ Republic of Maldives.

Having examined with the project details; items, description of works, I/we the undersigned, offer to supply, deliver and complete the installation of the mentioned items in conformity with the said technical specifications.

Price quoted should be inclusive of GST if applicable.

Description

Total Price (MVR)

UPS

 

We undertake, if our Bid is accepted, to commence the works immediately upon signing of contract and to complete whole of the works comprise in the Contract within calendar …………. days.

We agree to abide by this Bid for a period of 120 (hundred and twenty) days from the date of submission of the Bid and it shall remain binding upon us and may be accepted at any time before the expiration of that period. We understand that you are not bound to accept the lowest or any Bid you receive.

Unless and until a formal agreement is prepared and executed, this Bid together with our written acceptance thereof shall constitute a binding Contract between us.

Yours Faithfully,

Signed ------------------------------------------------------------------

In the capacity of …………………………………… (Position / Designation)

Dully authorized to sign bids for and on behalf of

………………………………………………………… (Company Name & Stamp)

Date: -------------------------------------------------------------------

Name & Address of Signatory

Name: ………………………………………………………………………

Address: …………………………………………………………...............

Tel No: ……………………………… Fax No: …………………………

 

FORM 4 – TECHNICAL COMPLIANCE FORM - HCI

#

Minimum Technical Specifications

Can Provide Service/Item as per Specs (Yes/No)

If NO, please mention the specification provided

1

HCI solution based on hyper-converged software to deliver enterprise-class storage services using server infrastructure and without dependence on SAN Switches & HBAs.

 

 

2

The proposed HCI solution must include the latest VMware vSphere 7.x hypervisor license and VMware vCenter License

 

 

3

The proposed HCI solution should be 100% software defined without dependency on any proprietary hardware component

 

 

4

The proposed HCI solution should be appliance models and not custom configured

 

 

5

The proposed HCI solution must have minimum 2 nodes and a minimum of 8 drives per node

 

 

6

Each node must be proposed with a minimum 24 core Intel or AMD processor or higher.

 

 

7

The node must support 2 Intel or AMD processors. If the HCI software license is based on the number of processors or cores, then the bidder must propose license for 2 processors or 48 cores per node.

 

 

8

If the HCI software license is based on storage capacity or drives, then the bidder must propose the license for the maximum possible storage capacity or drives in the proposed node model.

 

 

9

Each node must be proposed with 256 GB minimum 3200 Mhz memory. Each node must have 32 DIMM slots in total

 

 

10

The proposed solution must provide a minimum of 15 TB of usable storage capacity. This capacity must be provided without including capacity benefits achieved using deduplication and compression. The capacity tier shall be based on enterprise class 10K RPM SAS SFF HDD or Mixed-Use SSD only.

 

 

11

The proposed HCI solution must include inline deduplication and inline compression and these features must be turned on during the implementation. Necessary licenses for using these features must be included and proposed by the bidder. Any additional CPU and memory overheads created by deduplication and compression must be factored in by the bidder.

 

 

12

The proposed HCI solution must sustain one node failure and necessary provision for witness/tie-breaker must be proposed by the bidder.

 

 

13

The proposed solution should not have any single point of failure

 

 

14

Each node must have dedicated cache drive, boot drive and housekeeping drive

 

 

15

Each server node must have dedicated redundant hot swap power supplies & cooling fans.

 

 

16

Each node must have 10 Gbps or higher speed network ports in a redundant configuration. Each node shall be supplied with minimum 02 nos x PCIe Dual Port 10 GbE NIC

 

 

17

All necessary cables and transceivers must be included in the proposal.

 

 

18

The solution shall utilize the existing Dell N4032 for core networking.

 

 

19

The solution must support one-click non-disruptive rolling upgrades of HCI software and system firmware.

 

 

20

The solution must have automated call home and ticketing capability in the event of critical alerts/failures

 

 

21

The solution should have a plugin in the Hypervisor for HCI management. Administrators should be able to view, provision, manage and monitor HCI solution from the hypervisor's management console.

 

 

22

The HCI filesystem should be a scale-out distributed filesystem where the data is striped across multiple nodes where the read and write can happen across all the nodes for any given virtual machine.

 

 

23

The HCI software must support native instant, space-optimized, point-in-time snapshots. The GUI must have the capability to schedule snapshots based on various times. If the HCI software does not support native snapshots, then the bidder must include 3rd party storage- level snapshot license for a minimum of 50 VMs. Hypervisor-level snapshots must be excluded to avoid any overheads on the guest VMs.

 

 

24

The HCI software must support native rapid clones of individual Virtual Machines. If the HCI software does not support native clones, then the bidder must include 3rd party storage-level clone license for a minimum of 50 VMs. Hypervisor-level clones must be excluded to avoid any overheads on the guest VMs.

 

 

25

The HCI software must support asynchronous native replication between 2 sites at the storage level. Necessary licenses must be included in the proposal. If the HCI software does not support native replication, then the bidder must include 3rd party storage-level replication license for a minimum of 50 VMs. Hypervisor-level replication must be excluded to avoid any overheads and performance issues on the guest VMs.

 

 

26

The solution must automatically rebalance data to maintain balanced utilization of storage across the HCI nodes when storage capacity is scaled up or scaled out. The HCI nodes must automatically redistribute data equally across all nodes without migrating VMs.

 

 

27

The proposed hardware shall include 3-Year manufacturer warranty and 3-Year local technical support

 

 

28

The proposed solution should include management features such as:

 

 

 

  1. a.      Monitoring of health and inventory status

 

 

  1. b.      Display the support contract status

 

 

  1. c.       Cross launch HW management console and HCI management console

 

 

  1. d.      User customizable views/tiles and searching and tagging of inventory

 

 

  1. e.       Remote management and vKVM

 

 

  1. f.        Rest API

 

 

  1. g.      Initiate service request in the event of critial failure/fault

 

 

  1. h.      Automatically collect the log/support files and attach it to the service ticket

 

 

  1. i.        Automatically raise RMA request in the event of memory failure and drive failure

 

 

  1. j.        Compliance with hardware compatibility list (HCL)

 

 

  1. k.       Centralized and remote firmware management and upgrade

 

 

  1. l.        Server graphic views including live health status

 

 

  1. m.    Mobile application for remote monitoring and management. Support for Android and IOS platforms.

 

 

  1. n.      Role based access control for different administrators

 

 

  1. o.      IP level restrictions and whitelisting to limit access from external IP ranges

 

 

Installation, Configuration, Migration and Training

  1. 1.       

All professional services shall be delivered by manufacturer certified engineers only.

 

 

  1. 2.       

The engineer(s) shall be available onsite for the duration of the service.

 

 

3.

The engineer(s) shall be available for technical support, 3 months post deployment either remote or onsite.

 

 

  1. 4.       

The proposed professional services delivery team engineer(s) shall be certified in Cisco, Vmware and the HCI proposed in the solution

 

 

  1. 5.       

The vendor MUST have at minimum the following full time OEM Certified Professional/Engineer under its payroll to provide all professional services. All relevant engineer(s) certificates and supporting documents shall be included with the proposal. Required certificates of the engineer(s):

  • Cisco CCNA Certified for Routing and Switching Certified
  • VMware Certified
  • HCI Certified for the proposed solution

 

 

  1. 6.       

Perform site readiness assessment ensuring environment is ready for project commencement

 

 

  1. 7.       

Shall provide planning, deployment and user acceptance test details

 

 

  1. 8.       

Rack mounting as per manufacturer recommendation(s).

 

 

  1. 9.       

Check and ensure all installation pre-requisites are met

 

 

  1. 10.   

Powerup, network and management cabling as per manufacturer guidelines

 

 

  1. 11.   

Configure service segmentation on existing core network switches

 

 

  1. 12.   

Configure and upgrade VMware vcenter server

 

 

  1. 13.   

Initialize all nodes as per manufacturer best practice and upgrade to latest stable firmware

 

 

  1. 14.   

Install any required licenses or options

 

 

  1. 15.   

Migrate all existing workloads to the new infrastructure (up to 30 VMs)

 

 

  1. 16.   

Role based access control for different administrators

 

 

  1. 17.   

Configure VMware vcenter plugin for HCI management

 

 

  1. 18.   

Configure centralized remote management

 

 

  1. 19.   

OEM Certified Training on the proposed HCI for 03 Technical Engineer

  • Instructor LED classroom training (physical)
  • Official course materials and labs
  • Exam voucher

 

 

  1. 20.   

On the job training for up to 03 technical person on management and administration of the system

 

 

  1. 21.  .

Detailed documentation on the configuration and settings of the delivered system shall be provided

 

 

 

 

 

 

 

 

 

FORM 4 – TECHNICAL COMPLIANCE FORM - UPS

#

Minimum Technical Specifications

Can Provide Service/Item as per Specs (Yes/No)

If NO, please mention the specification provided

1

Supply and install minimum 1x Network Manageable 6000VA UPS with extendable battery pack

 

 

2

Install and configure UPS

 

 

 

 

Should you require any further clarification/information, please call the below number or inquire in writing to the below mentioned email address.

Information sheet regarding this proposal will be available on Waste Management Corporation Limited’s website.

Waste Management Corporation Limited (WAMCO)

Male’ Waste Transfer Station

Boduthakurufaanu Magu

Male’, Republic of Maldives

Tel:  +9603025804, Fax: +9603000584

Website: www.wamco.com.mv

Email: [email protected]

 

05 January 2023
ހޯދާ