Upload
ledang
View
236
Download
8
Embed Size (px)
Citation preview
MINISTRY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (MoICT)
Request for Proposal
SGN Network Devices Upgrade
04 June, 2017
P.O.BOX 9903 AMMAN 11191 JORDAN
PROPOSAL DEADLINE: 11 Jul, 2017 RFP NO: 10/eGovt/2017
Ministry of Information and Communications Technology
Page 2 of 48
Table of Contents
1 Overview: ................................................................................................................................... 3
2 RFP Organization ....................................................................................................................... 4 3 Scope of Work ............................................................................................................................ 5 4 Administrative Procedures and requirements ............................................................................. 9
4.1. ELIGIBLE BIDDERS ......................................................................................................... 9
4.2. BIDDER QUALIFICATIONS ............................................................................................ 9
4.3. RESPONSE PROCEDURES .............................................................................................. 9
4.4. RESPONSE FORMAT ........................................................................................................ 9
4.5. RESPONSE SUBMISSION .............................................................................................. 11
4.6. RESPONSE EVALUATION ............................................................................................ 12
4.7. FINANCIAL TERMS ....................................................... Error! Bookmark not defined.
4.8. LEGAL TERMS ................................................................ Error! Bookmark not defined.
4.9. CONFLICT OF INTEREST .............................................. Error! Bookmark not defined.
4.10. SECRECY AND SECURITY ....................................................................................... 20
4.11. DOCUMENT PROPERTY ............................................................................................ 20
4.12. REMOVAL AND REPLACEMENT OF PERSONNEL .............................................. 20
4.13. OTHER PROJECT RELATED TERMS ....................................................................... 20
5 Bill of Quantity (BoQ) ............................................................................................................. 23 6 Annexes .................................................................................................................................... 36
6.1 Sample Arabic Agreement ................................................................................................. 36
6.2 Key RFP Dates .................................................................................................................. 36
6.3 Entities to be Upgraded ..................................................................................................... 37
6.4 Existing Hardware Specifications ...................................................................................... 44
6.5 Confidentiality Undertaken ............................................................................................... 44
Ministry of Information and Communications Technology
Page 3 of 48
1 Overview: The Ministry of Information and Communications Technology (MoICT) is soliciting proposals the eligible bidders (described in section 4.1) for supplying, delivering, installing, configuring, migrating, testing and providing the warranty and support services for hardware and software within the scope of this RFP, in addition to providing the specified training courses. The winning bidder shall be ultimately responsible for all project management tasks relating to the project. This will include coordinating with all concerned parties including the e-government Operations Center (OPS) and the entities involved in the scope of this project. The winning bidder will be responsible for successful delivery of the project within specified timeframe. The winning bidder has to carry out agreed tasks and achieve desired goals and requirements so the project is managed efficiently and effectively. Details for all of the above items are illustrated under section 3: Scope of work. Responses to this Request for Proposal (RFP) must conform to the procedures, format and content requirements outlined in this document in Section 4 of this RFP. Deviation may be grounds for disqualification.
Ministry of Information and Communications Technology
Page 4 of 48
2 RFP Organization This RFP document provides the information needed to enable bidders to submit written proposals for the sought services. The organization of the RFP is as follows:
Section 1: Overview
This section outlines the RFP’s purpose and the related projects.
Section2: RFP Organization
Section 3: Scope of work
This section defines the requirements, scope of work, and deliverables for the required scope presented in this RFP.
Section 4: Administrative Procedures and Requirements
This section describes the administrative rules and procedures that guide the proposal and its processes.
Section 5: BoQ Section 6: Annexes
Ministry of Information and Communications Technology
Page 5 of 48
3 Scope of Work Important notes:
There are certain activities to be performed and deliverables to be provided by winning bidder during execution of the Project. More detailed information on each of them is given in the next paragraphs. The winning bidder shall provide such Hardware, deliverables, licenses, maintenance and warranty. The cost of these requirements or activities should be included in the fixed lump sum price submitted by the winning bidder.
Final deliverables submitted by the vendor should be attached to an original official letters properly bounded, stamped and signed by the vendor as shall be defined and approved by MOICT.
The duration time for the project will be 210 calendar days in addition to 36 months warranty and support.
MOICT will arrange a site assessment visit to all bidders to eGov Operations center at National Information Technology Center
Currently, SGN has 104 entities in addition to the NITC operations center. For purposes of this RFP, SGN entities have been classified into four different categories (A, B, C and Ops) which are illustrated in annex 6.3 of this RFP. Each category requires different activities will be required from the winning bidder as described below.
The winning bidder must perform the following besides any additional related activities needed for the successful implementation of the project and its cost shall be included in the fixed lump sum price submitted by the bidder:
Winning Bidder Activities:
Below common activities have to be performed on the project level (for all categories):
Transfer the existing equipment currently being used at the entities to a dedicated store at MOICT/NITC. MOICT will arrange with the winning bidder for the timing of performing this activity. Existing equipment specifications are listed in annex 6.4 of this RFP.
Be responsible to migrate the current network Services and peripheral connections with the new network architecture.
Submit an approved design by Cisco for the OPS data center.
Implement reliable network architecture for OPS Center insuring service high availability and security controls.
Segment Front-End, Back-End and Portal-Edge zone into different DMZ and separate them by the new Data Center Firewall Cisco Firepower 4110. (OPS) and ACI
Insure connectivity toward NBN POP-10 aggregates with high availably (more information about the connectivity will be provided after awarding)
Migrate all current SGN entities VPN connections and terminate on the new VPN concentration devices (ASR1002), in redundant manner.
Deploy and install new equipment at Entity premises and insure secured connectivity toward OPS center.
All migration operation should be carried after working hours and approved by MOICT and entities.
Ministry of Information and Communications Technology
Page 6 of 48
Participate in Migration preparation meeting with related support/Venders at Entity in order to insure a smooth migration for Entity Users/Servers/Services.
In the current setup, SFPs are connected on the Switches. These SFPs should be used in the new upgrade.
Provide warranty and maintenance support for offered solution for 36 months starting from the date of preliminary acceptance.
Test the connection of the new switches and make sure that they are discoverable through MOICT Network Management System.
Provide High and Low Level Design Documents (HLD/LLD) and built-in document.
Provide knowledge transfer and handover activities for Ops center.
Provide entities (in groups) with an awareness session at MoICT premises about the SGN deployment approach and methodology.
Handle all Project Management tasks and prepare necessary work plans to ensure the successful project delivery. The project plan should consider grouping the entities listed in annex 6.3 into four sets and implement the needed tasks for each entity according to its category (category-based activities are described below). This grouping is subject to approval by MOICT.
Provide MOICT with an Assessment report about the entity readiness in regards to equipment deployment and migration highlighting any obstacle(s).
Go through current Security policies applied on the current firewalls and insure a smooth conversion to the new platform and apply any applicable enhancements/recommendations.
Provide the training courses detailed in section 5: BoQ, given that all offered training under subsection “Training Courses - Advanced” should be official instructor-led, lab-based, hands-on course offered by Cisco Learning partner. And all offered training under subsection “Training Courses - Basic” should be should be official instructor-led, lab-based, hands-on course offered by a local training center.
Category (A) Activities:
Below activities must be performed for each one of the entities within category (A) entities based on the details defined in Section 5 (BOQ) and Annex 3:
I. Switches Activities: 1. Procure, install, configure, test and handover switches as the specifications listed
in section 5: BoQ 2. Activate Prime license on switches based on Cisco Smart licensing model
II. Firewalls Activities: 1. Procure, install, configure, migrate and test and handover firewalls as the
specifications listed in section 5: BoQ 2. Connect The Firewall with Management Center. 3. Activate IPS based on best practices.
Category (B) Activities:
Below activities must be performed for each one of the entities within category (B) entities based on the details defined in Section 5 (BoQ) and Annex 3:
I. Firewalls Activities:
Ministry of Information and Communications Technology
Page 7 of 48
1. Procure, install, configure, migrate and test and handover firewalls as the specifications listed in section 5 BoQ
i. Connect The Firewall with Management Center.
2. Activate IPS based on best practices.
I. Switches Activities - Activate Prime license
Category (Ops) Activities:
Below activities must be performed for Operations Center (NITC) based on the details defined in Section 5 (BOQ) and Annex 3:
- Submit an approved design from Cisco for OPS - Build OPS data center based on ACI technology and this should include Procure, install,
configure, test and handover - The Bidder must submit a migration Plan for the current network and services.
- Procure, install, configure, test and handover Firewalls, Routers, Switches and Appliances along with related software functionalities\features
- Deploy, configure, and operate Cisco IPT Solution, based on BE6K platform and migration current SGN IP Phone to the new system.
- Deploy, configure, migrate and operate TACACS+ feature based on ISE appliance with all
required licenses
- Bidder should Work with NITC to understand the current state of Data Center environment, including current network topology, intra-data-center connectivity, network sizing, virtualization, IT services, applications and systems hosted in the Data Center, including firewall, load balancing, clustering, availability etc.
- Bidder should define a list of Data Center networks, and specific set of subnets, applications, systems and services that are in the scope of the service and document this information in the ARD.
- The Bidder should work with NITC OPS Engineers to identify and document dependencies,
risks and issues associated with the successful completion of the project such as space required, electrical requirement, ventilation, cabling… etc.
- Bidder should implement reliable network architecture for OPS Center insuring service high availability and security controls.
- Bidder should be responsible to migrate the current network Services and peripheral connections with the new network architecture.
Ministry of Information and Communications Technology
Page 8 of 48
- Bidder should insure connectivity toward NBN POP-10 aggregates with high availably (more information about the connectivity will be provided after awarding)
- All current SGN entities VPN connections to be migrated and terminated on the new VPN concentration devices (ASR1002) in redundant manner.
- Front-End, Back-End and Portal-Edge zone to be segmented into different DMZ and separated by the new Data Center Firewall Cisco Firepower and ACI
- Bidder should apply the new Prime infrastructure to replace the old LMS.
- Bidder should provide 3 years’ mother company support on all offered HW, Software &
subscription. Data Center cabling
The bidder should include in his offer a complete cabling system for the OPS as the following: 1. All cable and cable accessories must be a well-known brand and from the same vender 2. The system must include both UTP and Fiber optics. 3. UTP cable must support 10G 4. All cables must be pre terminated and it will be the responsibility of the bidder to take
the correct measurements. 5. The System should be installed between 9 cabinets 6. Cabinets will be 6 cabinets (leaf hosting) cabinets, 2 cabinets for spine hosting, 1 cabling
connection cabinet ( communication cabinets) 7. Each leaf cabinet will host
- 1x 48 Port UTP patch panel towards the communication cabinet - 1x48 Port OM4 fiber patch panel towards the communication cabinets (48 strands fiber cable). - 1x24 Port MPO-MPO single mode patch panel towards the spine cabinets (12 MPO port per
spine cabinet) - The MPO fiber/patch panel must support the 100G QSPF attached in the BOQ.
8. Each spine cabinet will host:
- 6x24 Port MPO-MPO patch panel Single mode towards the leaf cabinets - 1x48 Port OM4 fiber patch panel towards the communication cabinets (48 strands fiber cable). - 1x 48 Port UTP patch panel towards the communication cabinet - The MPO fiber/patch panel must support the 100G QSPF attached in the BOQ.
9. The communication cabinet will host: - 8x48 Port OM4 fiber patch panel (48 strands fiber cable) - 8x 48 Port UTP patch panel - Cable organizer must be provided - All cables should be labeled and all ports should be described
Ministry of Information and Communications Technology
Page 9 of 48
4 Administrative Procedures and requirements
4.1. ELIGIBLE BIDDERS
Bidders should provide the below documents to be allowed to participate in this RFP:
1. Bidder should be Cisco Gold or Premier Partner. A valued certified official certificate proving the company is a local Cisco Gold or Premier Partner must be attached to the technical proposal.
2. Bidder should provide commercial registration record.
4.2. BIDDER QUALIFICATIONS
Bidders should provide the below minimum qualifications for the company profile and staff CVs. Deviations may be grounds for disqualifications:
1. Proven track record for minimum 5 years working in networking field. 2. CVs for the staff who will work on the project (Vendor and /or partner staff). Below are the
minimum requirements for the staff qualifications: a. Project Manager (1) – PMP Certified b. Network Engineer (5) – CCNA Certified c. Senior Network Engineer (2) – CCNP Certified d. Expert Network Engineer (2) – CCIE Data Center Certified
e. Senior Network Security Engineer (2) CCNP security + FTD training
4.3. RESPONSE PROCEDURES
All inquiries with respect to this RFP are to be addressed to MoICT in writing by mail, e-mail or fax with the subject “SGN Network Devices Upgrade". All Inquiries can only be addressed to [[email protected]] by Thursday 15/06/2017. Responses will be sent in writing no later than Wednesday 21/06/2017. Questions and answers will be shared with all Bidders’ primary contacts.
4.4. RESPONSE FORMAT
Note: Where some skills are not available, the bidder should joint venture or sub-contract with a reputable firm to cover for this specific skill, services or equipment provided that all partners to a joint venture will be jointly and severally responsible towards MoICT. In case of subcontracting, the subcontractor has to be approved by MoICT and the contractor will be liable for all works performed by the sub-contractor.
The response to this RFP is subject to the general rules applied for responding to government tenders.
Bidders’ written response to the RFP must include:
Ministry of Information and Communications Technology
Page 10 of 48
Part I: Technical Proposal
The response to this RFP is subject to the general rules applied for responding to government tenders.
The technical proposal shall include the approach to achieve the scope of work defined in this RFP and delivering each of the major components as specified in the Scope of Work and Deliverables section.
In order for the evaluation to progress quickly and effectively, bidders are requested to provide this part of their proposal in the following format:
Section 1: Executive Summary: An overview of the main points contained in the proposal with references to sections where more detailed discussion of each point can be found.
Section 2: Compliance sheet showing the BoQ and all Items described in section 3 scope of work beside any additional related activities needed for the successful implementation of the project.
Section 3: Work plan and duration (implementation plan): The work plan and duration for the overall work (from project kickoff date till the Final delivery date), including any dependencies between the separate items in the scope.
Section 4: CV’s of Project Staff Format of any proposed team and description of each staff role and their relevant experience, brief CVs of the team who will work on the project (all detailed CVs will be included in an Appendix) The bidder should also indicate the availability of the proposed staff and their area of competency (maximum of 8 pages). The proposed CV’s must comply with the requirements detailed in section 4.2: Bidder Qualifications
The bidder should provide deliverables in English only if any.
Part II: Financial proposal
The financial proposal must include the unit prices (rates) for each item identified in the Bill of Quantities. Bidders should fill in their lump sum prices and unit rates and sign the Bill of Quantities (remuneration schedule) and attach both to the financial proposal.
The financial proposal must provide the lump sum prices for all technical activities mentioned in section 3 (Scope of Work), where the cost of each activity should be clearly identified.
The supporting detailed cost analysis should provide a breakdown and details of the financial including cost for hardware/software, etc. The daily rates and expenses for any project staff should be included separately, along with the time for which they will be required.
The bidder will provide separately all professional fees and expenses (travel, project equipment, accommodation and subsistence) for the duration of the project.
The pricing should show the proposed linkage between deliverables and payments. Financial proposal should include the Form of Bid (عرض المناقصة) and summary of remuneration ) األتعابخالصة بدالت( attached
Ministry of Information and Communications Technology
Page 11 of 48
in the Arabic Sample Agreement under 3و رقم 2ملحق االتفاقية رقم( ) duly filled; signed and stamped by the bidder
The Financial proposal should be submitted in separation of the technical proposal. In order for the evaluation to progress quickly and effectively, bidders are requested to provide their proposal as per the format described in Annex 4.5.
The financial offer should be inclusive of the General Sales Tax and all applicable fees and taxes
Part III: Bid Security
This part includes the original Bid Guarantee.
4.5. RESPONSE SUBMISSION
Bidders must submit proposals to this RFP to MoICT no later than 2:00 PM on Tuesday 11/07/2017 (Jordan Local Time).
P.O.Box 9903
Amman 11191 Jordan
Tel: 00962 6 5805642
Fax: 00962 6 5861059
Proposals should be submitted as 3 separate parts each part in a separate well-sealed and wrapped envelope clearly marked, respectively, as follows:
- Part I “Secured Government Network (SGN) Network Devices Upgrade -
Technical Proposal”. This part (envelope) should contain 3 hard copies (1 original
and 2 copy) and 1 softcopy (CD) [in Microsoft Office 2010 or Office 2010
compatible formats]. This part should not contain any reference to cost or price.
Inclusion of any cost or price information in the technical proposal will result in
the bidder’s proposal being disqualified as irresponsive.
- Part II “Secured Government Network (SGN) Network Devices Upgrade -
Financial Proposal”. This part (envelope) should contain 3 hard copies (1 original
and 2 copy) and 1 softcopy (CD) [in Microsoft Office 2010 or Office 2010
compatible formats].
- Part III “Secured Government Network (SGN) Network Devices Upgrade – Bid
Bond" This part (envelope) should contain 1 hard copy. This part should not
contain any reference to cost or price. Inclusion of any cost or price information in
the technical proposal will result in the bidder’s proposal being disqualified as
irresponsive.
Ministry of Information and Communications Technology
Page 12 of 48
Note: Each CD should be enclosed in the relevant envelope. Late submissions will not be accepted nor considered and in case of discrepancy between the original hard copy and other hard copies and/or the soft copy of the proposal, the hard copy marked as original will prevail and will be considered the official copy. Proposals may be withdrawn or modified and resubmitted in writing any time before the submission date.
Regardless of method of delivery, the proposals must be received by MoICT no later than 2:00 PM 11/07/2017 (Amman Local Time). MoICT will not be responsible for premature opening of proposals not clearly labeled.
4.6. RESPONSE EVALUATION
The overall proposal will be evaluated both technically and financially, and will be awarded to the lowest
complied proposal with section 5 BoQ )المطابقة العروض أرخص( , based on a compliance sheet that should be submitted through the technical bidder proposal. MoICT reserves the right not to select any offer. MoICT also assumes no responsibility for costs of bidders in preparing their submissions.
Only those bidders that are classified as eligible (according to section 4.1 ) and comply in the technical proposal will have their financial offers reviewed. The Financial proposal will be evaluated only for companies who comply, based on a minimum acceptable score that will be defined by the special tenders committee. The financial offer of those who do not comply will not be opened and will be returned. MoICT reserves the right not to select any offer. MoICT also assumes no responsibility for costs of bidders in preparing their submissions.
4.7. FINANCIAL TERMS
Bidders should take into consideration the following general financial terms when preparing and submitting their proposals:
- All prices should be quoted in Jordanian Dinars inclusive of all expenses, governmental fees
and taxes, including sales tax
- The type of contract will be a fixed lump sum price contract including costs of all expenses
incurred
- A clear breakdown (table format) of the price should be provided including price for
consulting time, other expenses, etc.
- The bidder shall bear all costs associated with the preparation and submission of its proposal
and MoICT will in no case be responsible or liable for these costs, regardless of the conduct
or outcome of the proposal process.
- The bidders shall furnish detailed information listing all commissions and gratuities, if any,
paid or to be paid to agents relating to this proposal and to contract execution if the bidder is
awarded the contract. The information to be provided shall list the name and address of any
agents, the amount and currency paid and the purpose of the commission or gratuity.
- The Bidder shall submit a (Tender Bond) proposal security on a form similar to the attached
format in Jordanian Dinars for a flat sum of (48000 J.D) forty eight thousands Jordanian
Dinars (in a separate sealed envelope. The bond will be in the form of a bank guarantee from
Ministry of Information and Communications Technology
Page 13 of 48
a reputable registered bank, located in Jordan, selected by the bidder. The bidder shall
ensure that the (tender bond) proposal security shall remain valid for a period of 90 days
after the bid closing date or 30 days beyond any extension subsequently requested by the
tendering committee, and agreed to by the bidder.
- Any proposal not accompanied by an acceptable proposal security (tender bond) shall be
rejected by the tendering committee as being non-responsive pursuant to RFP.
- The proposal security of a joint venture can be in the name of all members participating in
the joint venture submitting the proposal or in the name of one or more members in the joint
venture.
- The proposal security of the unsuccessful bidders will be returned not later than 30 days after
the expiration of the proposal validity period.
- The winning bidder is required to submit a performance bond of 10% of the total value of the
contract within 14 days as of the date of award notification letter.
- The proposal security of the winning bidder will be returned when the bidder has signed the
contract and has furnished the required performance security.
- The proposal security may, in the sole discretion of the tendering committee, be forfeited:
If the bidder withdraws its proposal during the period of proposal validity as set out in the RFP; or
In the case of winning bidder, if the bidder fails within the specified time limit to sign the contract; or sign the joint venture agreement in front of a notary public in Amman, Jordan; or furnish the required performance security as set out in the contract.
- The winning bidder has to pay the fees of the RFP advertisement issued in the newspapers.
- MoICT is not bound to accept the lowest bid and will reserve the right to reject any bids
without the obligation to give any explanation.
- Bidders must take into consideration that payments will be as specified in the tender
documents and will be distributed upon the winning submission and acceptance of the scope
of work and of the deliverables and milestones of the scope of work defined for the project
by the first party.
- MoICT takes no responsibility for the costs of preparing any bids and will not reimburse any
Bidder for the cost of preparing its bid whether winning or otherwise.
4.8. LEGAL TERMS
Bidders should take into consideration the following general legal terms when preparing and submitting their proposals:
- If the Bidder decides to form a joint venture, the joint venture members must furnish in their technical proposal letters of commitment signed by a duly authorized personnel (The authorization shall be indicated by duly-legalized power of attorney authorizing the execution of such commitment and attached within the technical proposal) stating that if the bid is
Ministry of Information and Communications Technology
Page 14 of 48
awarded to the joint venture; each member in the joint venture commits itself to sign the sample joint venture agreement attached hereto under Annex 6.6 in front of a Notary public in Amman, Jordan within (10) calendar days as of the date of award notification and before signing the Contract; otherwise MoICT is entitled to forfeit the bid bond whether it is in the name of all partners to the joint venture or in the name of any of the joint venture partners. Each partner in the joint venture shall be a business organization duly organized, existing and registered and in good standing under the laws of its country of domicile. The Bidder must furnish evidence of its structure as a joint venture including, without limitation, information with respect to:
the legal relationship among the joint venture members that shall include joint and several liability to execute the contract; and
the role and responsibility of each joint venture member
- The Bidder must nominate a managing member (leader) for any joint venture which managing member will be authorized to act and receive instructions on behalf of all the joint venture members
- All bidders should duly sign the joint venture agreement attached to this RFP under Annex 6.6 by authorized representatives of the joint venture partners without being certified by a notary public and to be enclosed in the technical proposal in addition to authorization for signature on behalf of each member. Only the winning bidder partners in a joint venture should duly sign the joint venture agreement attached to this RFP under Annex 6.6 by authorized signatories and this agreement is to be certified by a Notary Public in Jordan
- The bidders shall not submit alternative proposal. Alternative proposals will be returned unopened or unread. If the bidder submits more than one proposal and it is not obvious, on the sealed envelope(s), which is the alternative proposal, in lieu of returning the alternative proposal, the entire submission will be returned to the bidder and the bidder will be disqualified.
- The proposal shall be signed by the bidder or a person or persons duly authorized to bind the
bidder to the contract. The latter authorization shall be indicated by duly-legalized power of attorney. All of the pages of the proposal, except un-amended printed literature, shall be initialed by the person or persons signing the proposal.
- Any interlineations, erasures or overwriting shall only be valid if they are initialed by the
signatory(ies) to the proposal. - The bid shall contain an acknowledgement of receipt of all Addenda to the RFP, the numbers
of which must be filled in on the Form of Bid attached to the Arabic Sample Agreement - MoICT requires that all parties to the contracting process observe the highest standard of
ethics during the procurement and execution process. The Special Tenders Committee will reject a proposal for award if it determines that the Bidder has engaged in corrupt or fraudulent practices in competing for the contract in question.
Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution
Ministry of Information and Communications Technology
Page 15 of 48
Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of MoICT, and includes collusive practice among Bidders (prior to or after proposal submission) designed to establish proposal prices at artificial non-competitive levels and to deprive MoICT of the benefits of free and open competition.
- No bidder shall contact MoICT, its employees or the Special Tenders Committee or the technical committee members on any matter relating to its proposal to the time the contract is awarded. Any effort by a bidder to influence MoICT, its employees, the Special Tenders Committee or the technical committee members in the tendering committee’s proposal evaluation, proposal comparison, or contract award decision will result in rejection of the bidder’s proposal and forfeiture of the proposal security
- The remuneration of the Winning Bidder stated in the Decision of Award of the bid shall
constitute the Winning Bidder sole remuneration in connection with this Project and/or the Services, and the Winning Bidder shall not accept for their own benefit any trade commission, discount, or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations under the Contract, and the Winning Bidder shall use their best efforts to ensure that the Personnel, any Sub-contractors, and agents of either of them similarly shall not receive any such additional remuneration.
- A business registration certificate should be provided with the proposal
- If the bidder is a joint venture, then the partners need to be identified with the rationale
behind the partnership. Corporate capability statement should also be provided for all partners
- The laws and regulations of The Hashemite Kingdom of Jordan shall apply to awarded contracts.
- MoICT takes no responsibility for the costs of preparing any bids and will not reimburse any
bidder for the cost of preparing its bid whether winning or otherwise.
- If the winning bidder is an international company, it must provide a local representative or a local partner in Jordan.
- Bidders must review the Sample Arabic Contract Agreement provided with this RFP and that
will be the Contract to be signed with the winning bidder. Provisions in this Sample Arabic Contract Agreement are not subject to any changes; except as may be amended by MoICT before tender submission; such amendments are to be issued as an addenda.
- Proposals shall remain valid for period of (90) days from the closing date for the receipt of
proposals as established by the Special Tenders Committee.
- The Special Tenders Committee may solicit the bidders’ consent to an extension of the proposal validity period. The request and responses thereto shall be made in writing or by fax. If a bidder agrees to prolong the period of validity, the proposal security shall also be suitably extended. A bidder may refuse the request without forfeiting its proposal security; however, in its discretion, the Special Tenders Committee may cease further review and consideration of such bidder’s proposal. A bidder granting the request will not be required nor permitted to modify its proposal, except as provided in this RFP.
Ministry of Information and Communications Technology
Page 16 of 48
- MoICT reserves the right to accept, annul or cancel the bidding process and reject all
proposals at any time without any liability to the bidders or any other party and/withdraw this tender without providing reasons for such action and with no legal or financial implications to MoICT.
- MoICT reserves the right to disregard any bid which is not submitted in writing by the closing
date of the tender. An electronic version of the technical proposal will only be accepted if a written version has also been submitted by the closing date.
- MoICT reserves the right to disregard any bid which does not contain the required number of
proposal copies as specified in this RFP. In case of discrepancies between the original hardcopy, the other copies and/or the softcopy of the proposals, the original hardcopy will prevail and will be considered the official copy.
- MOICT reserves the right to enforce penalties on the winning bidder in case of any delay in
delivery defined in accordance with the terms set in the sample Arabic contract. The value of such penalties will be determined in the Sample Arabic contract for each day of unjustifiable delay.
- Bidders may not object to the technical or financial evaluation criteria set forth for this
tender. - The winning bidder will be expected to provide a single point of contact to which all issues
can be escalated. MOICT will provide a similar point of contact. - MOICT is entitled to meet (in person or via telephone) each member of the consulting team
prior to any work, taking place. Where project staff is not felt to be suitable, either before starting or during the execution of the contract, MOICT reserves the right to request an alternative staff at no extra cost to MOICT.
- Each bidder will be responsible for providing his own equipment, office space, secretarial and
other resources, insurance, medical provisions, visas and travel arrangements. MOICT will take no responsibility for any non-Government of Jordan resources either within Jordan or during travel to/from Jordan.
- Any documentation and software procured or developed under ‘Secured Government
Network (SGN) Servers Upgrade’ are the property of MOICT upon conclusion of ‘Secured Government Network (SGN) Servers Upgrade’. Written consent of MOICT must be obtained before sharing any part of this information as reference or otherwise.
- - Bidders are responsible for the accuracy of information submitted in their proposals. MoICT
reserves the right to request original copies of any documents submitted for review and authentication prior to awarding the tender.
- The bidder may modify or withdraw its proposal after submission, provided that written
notice of the modification or withdrawal is received by the tendering committee prior to the deadline prescribed for proposal submission. Withdrawal of a proposal after the deadline
Ministry of Information and Communications Technology
Page 17 of 48
prescribed for proposal submission or during proposal validity as set in the tender documents will result in the bidder’s forfeiture of all of its proposal security (bid bond).
- A bidder wishing to withdraw its proposal shall notify the Special Tenders Committee in
writing prior to the deadline prescribed for proposal submission. A withdrawal notice may also sent by fax, but it must be followed by a signed confirmation copy, postmarked no later than the deadline for submission of proposals.
- The notice of withdrawal shall be addressed to the Special Tenders Committee at the address
in RFP, and bear the contract name “Secured Government Network (SGN) Servers Upgrade” and the words “Withdrawal Notice”.
- Proposal withdrawal notices received after the proposal submission deadline will be ignored,
and the submitted proposal will be deemed to be a validly submitted proposal. - No proposal may be withdrawn in the interval between the proposal submission deadline
and the expiration of the proposal validity period. Withdrawal of a proposal during this interval may result in forfeiture of the bidder’s proposal security.
- The Bidder accepts to comply with all provisions, whether explicitly stated in this RFP or otherwise, stipulated in the Public Works By-Law No. 71 of 1986 and its amendments, the General Tendering Instructions of 1987, and any other provisions stated in the Standard Contracting sample Arabic Contract Agreement annexed to this RFP including general and special conditions, issued pursuant to said Public-Works By-Law and Tendering Instruction.
- The winning bidder shall perform the Services and carry out their obligations with all due
diligence, efficiency, and economy, in accordance with the highest generally accepted professional techniques and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe methods. The Winning Bidder shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to MOICT, and shall at all times support and safeguard MOICT’s legitimate interests in any dealings with Sub-contractors or third parties.
- If there is any inconsistency between the provisions set forth in the Sample Arabic Contract
Agreement attached hereto or this RFP and the proposal of Bidder; the Sample Arabic Contract Agreement and /or the RFP shall prevail
- MOICT reserves the right to furnish all materials presented by the winning bidder at any
stage of the project, such as reports, analyses or any other materials, in whole or part, to any person. This shall include publishing such materials in the press, for the purposes of informing, promotion, advertisement and/or influencing any third party, including the investment community. MOICT shall have a perpetual, irrevocable, non-transferable, paid-up right and license to use and copy such materials mentioned above and prepare derivative works based on them.
- Bidders (whether in joint venture or alone) are not allowed to submit more than one
proposal for this RFP. Similarly sub-contractors are not allowed to participate in more than
Ministry of Information and Communications Technology
Page 18 of 48
one proposal. If a partner in a joint venture or a sub-contractor participate in more than one proposal; such proposals shall not be considered and will be rejected for being none-responsive to this RFP.
- Amendments or reservations on any of the Tender Documents: Bidders are not allowed to
amend or make any reservations on any of the Tender Documents or the Arabic Sample contract agreement attached hereto. In case any bidder does not abide by this statement, his proposal will be rejected for being none-responsive to this RFP. If during the implementation of this project; it is found that the winning bidder has included in his proposal any amendments, reservations on any of the tender documents or the Contract; then such amendments or reservations shall not be considered and the items in the tender documents and the Contact shall prevail and shall be executed without additional cost to MOICT and the winning bidder shall not be entitled to claim for any additional expenses or take any other legal procedures.
- Nothing contained herein shall be construed as establishing a relation of principal and agent
as between MOICT and the Winning Bidder. The Winning Bidder has complete charge of Personnel and Sub-contractors, if any, performing the Services and shall be fully responsible for the Services performed by them or on their behalf hereunder.
- The Winning Bidder, their Sub-contractors, and the Personnel of either of them shall not,
either during the term or after the expiration of the Contract, disclose any proprietary or confidential information relating to the Project, the Services, the Contract, or The MOICT’s business or operations without the prior written consent of The MOICT. The Winning Bidder shall sign a Non-Disclosure Agreement with MOICT as per the standard form adopted by the MOICT. A confidentiality undertaking is included in annex 6.5.
- Sample Arabic Contract Agreement Approval:
Bidders must review the Sample Arabic Contract Agreement version provided with the RFP, which shall be binding and shall be signed with winning bidder. Bidders must fill out, stamp and duly sign the Form of Bid )نموذج عرض المناقصة( attached to the Arabic Sample Agreement under )2( ملحق رقم and enclose it in their financial proposals. Bidders must fill out the summary payment schedule form sub annex 3 )3 الملحق رقم( which is part of the Arabic Sample Contract version provided with the RFP, sign and stamp it, and enclose it with the Financial Proposal.
PROHIBITION OF CONFLICTING ACTIVITIES Neither the Winning Bidder nor their Sub-contractors nor their personnel shall engage, either directly or indirectly, in any of the following activities:
o During the term of the Contract, any business or professional activities in Jordan or abroad which would conflict with the activities assigned to them under this bid; or
o After the termination of this Project, such other activities as may be specified in the Contract.
INTELLECTUAL PROPERTY RIGHTS PROVISIONS o Intellectual Property for the purpose of this provision shall mean all copyright and
neighboring rights, all rights in relation to inventions (including patent rights), plant varieties,
Ministry of Information and Communications Technology
Page 19 of 48
registered and unregistered trademarks (including service marks), registered designs, Confidential Information (including trade secrets and know how) and circuit layouts, and all other rights resulting from intellectual activity in the industrial, scientific, literary or artistic fields.
o Contract Material for the purpose of this provision shall mean all material (includes documents, equipment, software, goods, information and data stored by any means):
a) Brought into existence for the purpose of performing the Services; b) incorporated in, supplied or required to be supplied along with the Material referred to in paragraph (a); or c) Copied or derived from Material referred to in paragraphs (a) or (b);
o Intellectual Property in all Contract Material vests or will vest in MOICT. This shall not affect the ownership of Intellectual Property in any material owned by the Winning Bidder, or a Sub-contractor, existing at the effective date of the Contract. However, the Winning Bidder grants to MOICT, or shall procure from a Sub-contractor, on behalf of MOICT, a permanent, irrevocable, royalty-free, worldwide, non-exclusive license (including a right of sub-license) to use, reproduce, adapt and exploit such material as specified in the Contract and all relevant documents.
o If requested by MOICT to do so, the Winning Bidder shall bring into existence, sign, execute or otherwise deal with any document that may be necessary or desirable to give effect to these provisions.
o The Winning Bidder shall at all times indemnify and hold harmless MOICT, its officers, employees and agents from and against any loss (including legal costs and expenses on a solicitor/own client basis) or liability incurred from any claim, suit, demand, action or proceeding by any person in respect of any infringement of Intellectual Property by the Winning Bidder, its officers, employees, agents or Sub-contractors in connection with the performance of the Services or the use by MOICT of the Contract Material. This indemnity shall survive the expiration or termination of the Contract.
o The Winning Bidder not to benefit from commissions discounts, etc. The remuneration of the Winning Bidder stated in the Decision of Award of the bid shall constitute the Winning Bidder sole remuneration in connection with this Project and/or the Services, and the Winning Bidder shall not accept for their own benefit any trade commission, discount, or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations under the Contract, and the Winning Bidder shall use their best efforts to ensure that the Personnel, any Sub-contractors, and agents of either of them similarly shall not receive any such additional remuneration.
THIRD PARTY INDEMNITY Unless specified to the contrary in the Contract, the Winning Bidder will indemnify MOICT, including its officers, employees and agents against a loss or liability that has been reasonably incurred by MOICT as the result of a claim made by a third party:
o Where that loss or liability was caused or contributed to by an unlawful, negligent or willfully wrong act or omission by the Winning Bidder, its Personnel, or sub-contractors; or
o Where and to the extent that loss or liability relates to personal injury, death or property damage.
LIABILITY
Ministry of Information and Communications Technology
Page 20 of 48
o The liability of either party for breach of the Contract or for any other statutory cause of
action arising out of the operation of the Contract will be determined under the relevant law
in Hashemite Kingdom of Jordan as at present in force. This liability will survive the
termination or expiry of the Contract. Winning bidder’s total liability relating to contract shall
in no event exceed the fees Winning bidder receives hereunder, such limitation shall not
apply in the following cases (in addition to the case of willful breach of the contract):
gross negligence or willful misconduct on the part of the Consultants or on the part of any person or firm acting on behalf of the Consultants in carrying out the Services,
an indemnity in respect of third party claims for damage to third parties caused by the Consultants or any person or firm acting on behalf of the Consultants in carrying out the Services,
infringement of Intellectual Property Rights
4.9. SECRECY AND SECURITY
The Winning bidder shall comply and shall ensure that any sub-contractor complies, so far as compliance is required, with the secrecy and security requirements of MOI, or notified by MOICT to the Winning bidder from time to time.
4.10. DOCUMENT PROPERTY
All plans, drawings, specifications, designs, reports, and other documents and software submitted by the Winning bidder in accordance with the Contract shall become and remain the property of MOI, and the Winning bidder shall, not later than upon termination or expiration of the Contract, deliver all such documents and software to MOI, together with a detailed inventory thereof. Restrictions about the future use of these documents, if any, shall be specified in the Special Conditions of the Contract.
4.11. REMOVAL AND REPLACEMENT OF PERSONNEL
- Except as MOICT may otherwise agree, no changes shall be made in the key Personnel. If, for
any reason beyond the reasonable control of the Winning bidder, it becomes necessary to
replace any of the key Personnel, the Winning bidder shall provide as a replacement a person
of equivalent or better qualifications and upon MOICT approval.
- If MOICT finds that any of the Personnel have (i) committed serious misconduct or have been
charged with having committed a criminal action, or (ii) have reasonable cause to be
dissatisfied with the performance of any of the Personnel, then the Winning bidder shall, at
MOI’s written request specifying the grounds thereof, provide as a replacement a person
with qualifications and experience acceptable to MOI.
4.12. OTHER PROJECT RELATED TERMS
MOICT reserves the right to conduct a technical audit on the project either by MOICT resources or by third party.
Ministry of Information and Communications Technology
Page 21 of 48
Ministry of Information and Communications Technology
Page 22 of 48
Ministry of Information and Communications Technology
Page 23 of 48
5 Bill of Quantity (BoQ) The below items should be listed in the bidder’s proposal and their prices should be included in the lump sum price: * Smart net services should be provided for all items and sub-items next business day for 3 years. * All proposed hardware devices must be provided with the needed power and network cables. Ops Center BoQ:
# Item Name Description Quantity
Unit Price
Total Price
Ops Professional Services
AS-DCN-CNSLT
Cisco ACI Advanced Services - document deliverables (LLD, NIP, NMP, NRFU)
1
Ops routers
C1-ASR1002-X/K9 Cisco ONE - ASR1002-X 2
ASR1K-OTHER
ASR1K-other applications for Enterprise or SP- Tracking only
2
FLSA1-2X-5-10G
Upgrade from 5 Gbps to 10Gbps License for ASR 1002-X
2
M-ASR1002X-4GB Cisco ASR1002-X 4GB DRAM 2
SPA-BLANK Blank Cover for regular SPA 6
ASR1002X-HD-BLANK Blank Cover for ASR1002-X HDD 2
C1F1PASR1K9
Cisco1 FND Perpetual Suite AES IPSec FW AVC Prime
2
C1-SLASR1-AES
Cisco ONE ASR 1000 Advanced Enterprise Services License
2
C1-ASR1-IPSEC-RTU
Cisco ONE Encryption Right-To-Use Feat Lic ASR1000 Series
2
C1-FLSASR1-AVC
Cisco ONE Appl. Visibility and Control License ASR1000
2
C1-FLSASR1-FW Cisco ONE FW License for ASR1000 Series 2
C1-PI-LFAS-ASR1K9
Cisco ONE PI Device License for LF & AS for ASR 1000
2
C1F1VASR1-02
Tracker PID v02 Fnd Perpetual ASR1 - no delivery
2
SASR1K2XUK9-316S Cisco ASR1002-X IOS XE UNIVERSAL 2
ASR1002-PWR-AC Cisco ASR1002 AC Power Supply 4
CAB-ACU-RA Power Cord UK, Right Angle 4
SPA-1X10GE-L-V2
Cisco 1-Port 10GE LAN-PHY Shared Port Adapter
4
XFP-10G-MM-SR 10GBASE-SR XFP Module 4
ACI -2xSpines and 3 controllers Bundel
ACI-C9508E-APIC-B1
ACI Bundle with 2 9508, 2x100G 9732C-EX linecards and APIC
1
N9K-C9508-B3-E
Nexus 9508 Chassis Bundle with 1Sup, 3 PS, 2SC, 4 FM-E, 3Fan
2
N9K-C9500-SUP-CV Nexus 9500 Supervisor slot cover 2
N9K-C9508-FM-E
Fabric Module for N9508 with 100G support, ACI and NX-OS
8
Ministry of Information and Communications Technology
Page 24 of 48
N9K-C9500-LC-CV Nexus 9500 Linecard slot cover 14
N9K-C9500-P-CV Nexus 9500 Power Supply slot cover 10
N9K-C9508-FM-CV Nexus 9508 Fabric Module slot cover 4
ACI-N9KDK9-12.0
Nexus 9500 or 9300 ACI Base Software NX-OS Rel 12.0
2
N9K-C9500-ACK Nexus 9500 Accessory Kit 2
N9K-C9500-RMK Nexus 9500 Rack Mount Kit 2
N9K-C9508-FAN Fan Tray for Nexus 9508 chassis, Port-side Intake 6
CAB-AC-2500W-INT Power Cord, 250Vac 16A, INTL 6
N9K-SC-A System Controller for Nexus 9500 4
N9K-SELECT-SUP-B PID to Upgrade Supervisor : N9K-SUP-B 2
N9K-SUP-B Supervisor B for Nexus 9500 2
N9K-SELECT-C95PAC
PID to Select Default Power Supply: N9K-PAC-3000W-B
6
N9K-PAC-3000W-B Nexus 9500 3000W AC PS, Port-side Intake 6
N9K-X9732C-EX
Nexus 9500 Agg and ACI Spine linecard, 32p 100G QSFP28
6
APIC-CLUSTER-L2 APIC Cluster - Large Configurations (> 1000 Edge Ports)
1
APIC-SERVER-L2
APIC Appliance - Large Configurations (> 1000 Edge Ports)
1
APIC-CPU-E52620D
2.40 GHz E5-2620 v3/85W 6C/15MB Cache/DDR4 1866MHz
2
APIC-MRAID12G
Avila Cisco 12G SAS Modular Raid Controller (Raid 0/1)
1
APIC-PSU1-770W 770W power supply for USC C-Series 1
APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1
APIC-TPM2-001 Trusted Platform Module 1
APIC-MR-1X162RU-A
16GB DDR4-2133-MHz RDIMM/PC4-17000/dual rank/x4/1.2v
8
APIC-SD200G12S3-EP
200GB 2.5 inch Enterprise performance 6G SATA SSD
1
APIC-HD12TB10K12G 1.2 TB 6G SAS 10K rpm SFF HDD 2
R2XX-RAID0 Enable RAID 0 Setting 1
APIC-PSU1-770W 770W power supply for USC C-Series 1
CAB-9K10A-UK
Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK
2
APIC-DK9-2.1 APIC Base Software Release 2.1 1
APIC-PCIE-C10T-02 Cisco VIC 1225T Dual Port 10GBaseT CNA 1
APIC-SERVER-L2
APIC Appliance - Large Configurations (> 1000 Edge Ports)
1
APIC-CPU-E52620D
2.40 GHz E5-2620 v3/85W 6C/15MB Cache/DDR4 1866MHz
2
APIC-MRAID12G
Avila Cisco 12G SAS Modular Raid Controller (Raid 0/1)
1
APIC-PSU1-770W 770W power supply for USC C-Series 1
APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1
APIC-TPM2-001 Trusted Platform Module 1
APIC-MR-1X162RU-A
16GB DDR4-2133-MHz RDIMM/PC4-17000/dual rank/x4/1.2v
8
APIC-SD200G12S3-EP
200GB 2.5 inch Enterprise performance 6G SATA SSD
1
APIC-HD12TB10K12G 1.2 TB 6G SAS 10K rpm SFF HDD 2
R2XX-RAID0 Enable RAID 0 Setting 1
Ministry of Information and Communications Technology
Page 25 of 48
APIC-PSU1-770W 770W power supply for USC C-Series 1
CAB-9K10A-UK
Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK
2
APIC-DK9-2.1 APIC Base Software Release 2.1 1
APIC-PCIE-C10T-02 Cisco VIC 1225T Dual Port 10GBaseT CNA 1
APIC-SERVER-L2
APIC Appliance - Large Configurations (> 1000 Edge Ports)
1
APIC-CPU-E52620D
2.40 GHz E5-2620 v3/85W 6C/15MB Cache/DDR4 1866MHz
2
APIC-MRAID12G
Avila Cisco 12G SAS Modular Raid Controller (Raid 0/1)
1
APIC-PSU1-770W 770W power supply for USC C-Series 1
APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1
APIC-TPM2-001 Trusted Platform Module 1
APIC-MR-1X162RU-A
16GB DDR4-2133-MHz RDIMM/PC4-17000/dual rank/x4/1.2v
8
APIC-SD200G12S3-EP
200GB 2.5 inch Enterprise performance 6G SATA SSD
1
APIC-HD12TB10K12G 1.2 TB 6G SAS 10K rpm SFF HDD 2
R2XX-RAID0 Enable RAID 0 Setting 1
APIC-PSU1-770W 770W power supply for USC C-Series 1
CAB-9K10A-UK
Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK
2
APIC-DK9-2.1 APIC Base Software Release 2.1 1
APIC-PCIE-C10T-02 Cisco VIC 1225T Dual Port 10GBaseT CNA 1
ACI-12x Leafs (48 ports 1/10G copper )
C1-N9K-C93108EXB24
Cisco ONE 2xN93108TC-EX 4xQSFP-100G-PSM4-S OR 100G-SR4-S
6
C1-N9K-C93108E-BUN
Cisco ONE Nexus C1-N9K-C93108-BUN bundle PID
6
N3K-C3064-ACC-KIT Nexus 3K/9K Fixed Accessory Kit 6
ACI-N9KDK9-12.2A
Nexus 9500 or 9300 ACI Base Software NX-OS Rel 12.2A
6
CAB-9K10A-UK
Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK
12
NXA-PAC-650W-PE Nexus NEBs AC 650W PSU - Port Side Exhaust 12
NXA-FAN-30CFM-F
Nexus 2K/3K/9K Single Fan, port side exhaust airflow
24
C1F2PNEX9300AK9
Cisco ONE Foundation Perpetual Nexus 9300 48 Port (ACI Mode)
6
C1-N93-LAN1K9
Cisco ONE LAN Enterprise License for Nexus 9300 Platform
6
C1-N93-SERVICES1K9
Cisco ONE Nexus 9300 Network Services (includes ITD)
6
C1-ACI-N9K-48X
Cisco ONE ACI SW license for a 48p 1/10G Nexus 9K
6
C1-NDB-SWT-K9
Cisco ONE Tap/SPAN Agg lic for 1 Cisco Nexus Switch
6
C1-DCL-N93-K9
Cisco ONE DCNM for LAN Advanced Edt. for Nexus 9300 switches
6
C1-PI-LFAS-N9K-K9
Cisco ONE PI Device License for LF & AS for Nexus 9K
6
C1-EGW-DC-K9
Cisco ONE Energy Mgmt Perpetual Lic - 1 DC End Point
6
Ministry of Information and Communications Technology
Page 26 of 48
C1-N9K-NFM1K9
Cisco ONE Nexus Fabric Manager License for N9K Switch
6
C1F2VNEX9300A-03
Tracker PID v03 Fnd Perpetual NEX9300A - no delivery
6
N9K-PICK-PSM4
PID to select QSFP-100G-PSM4 Optic in the bundle
6
QSFP-100G-PSM4-S=
100GBASE PSM4 QSFP Transceiver, MPO, 500m over SMF
24
C1-N9K-C93108E-BUN
Cisco ONE Nexus C1-N9K-C93108-BUN bundle PID
6
N3K-C3064-ACC-KIT Nexus 3K/9K Fixed Accessory Kit 6
ACI-N9KDK9-12.2A
Nexus 9500 or 9300 ACI Base Software NX-OS Rel 12.2A
6
CAB-9K10A-UK
Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK
12
NXA-PAC-650W-PE Nexus NEBs AC 650W PSU - Port Side Exhaust 12
NXA-FAN-30CFM-F
Nexus 2K/3K/9K Single Fan, port side exhaust airflow
24
C1F2PNEX9300AK9
Cisco ONE Foundation Perpetual Nexus 9300 48 Port (ACI Mode)
6
C1-N93-LAN1K9
Cisco ONE LAN Enterprise License for Nexus 9300 Platform
6
C1-N93-SERVICES1K9
Cisco ONE Nexus 9300 Network Services (includes ITD)
6
C1-ACI-N9K-48X
Cisco ONE ACI SW license for a 48p 1/10G Nexus 9K
6
C1-NDB-SWT-K9
Cisco ONE Tap/SPAN Agg lic for 1 Cisco Nexus Switch
6
C1-DCL-N93-K9
Cisco ONE DCNM for LAN Advanced Edt. for Nexus 9300 switches
6
C1-PI-LFAS-N9K-K9
Cisco ONE PI Device License for LF & AS for Nexus 9K
6
C1-EGW-DC-K9
Cisco ONE Energy Mgmt Perpetual Lic - 1 DC End Point
6
C1-N9K-NFM1K9
Cisco ONE Nexus Fabric Manager License for N9K Switch
6
C1F2VNEX9300A-03
Tracker PID v03 Fnd Perpetual NEX9300A - no delivery
6
N9K-PICK-PSM4
PID to select QSFP-100G-PSM4 Optic in the bundle
6
QSFP-100G-PSM4-S=
100GBASE PSM4 QSFP Transceiver, MPO, 500m over SMF
24
ACI- 6x Leafs (48 ports 1/10G SFP+)
C1-N9K-C93180EXB24
Cisco ONE 2xNexus 93180YC-EX w/ 4x QSFP-100G-PSM4-S OR QSFP-
3
C1-N9K-C93180E-BUN
Cisco ONE Nexus C1-N9K-C93180EXB24 bundle PID
3
N3K-C3064-ACC-KIT Nexus 3K/9K Fixed Accessory Kit 3
ACI-N9KDK9-12.2A
Nexus 9500 or 9300 ACI Base Software NX-OS Rel 12.2A
3
CAB-9K10A-UK
Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK
6
NXA-PAC-650W-PE Nexus NEBs AC 650W PSU - Port Side Exhaust 6
NXA-FAN-30CFM-F
Nexus 2K/3K/9K Single Fan, port side exhaust airflow
12
C1F2PNEX9300AK9
Cisco ONE Foundation Perpetual Nexus 9300 48 Port (ACI Mode)
3
C1-N93-LAN1K9 Cisco ONE LAN Enterprise License for Nexus 3
Ministry of Information and Communications Technology
Page 27 of 48
9300 Platform
C1-N93-SERVICES1K9
Cisco ONE Nexus 9300 Network Services (includes ITD)
3
C1-ACI-N9K-48X
Cisco ONE ACI SW license for a 48p 1/10G Nexus 9K
3
C1-NDB-SWT-K9
Cisco ONE Tap/SPAN Agg lic for 1 Cisco Nexus Switch
3
C1-DCL-N93-K9
Cisco ONE DCNM for LAN Advanced Edt. for Nexus 9300 switches
3
C1-PI-LFAS-N9K-K9
Cisco ONE PI Device License for LF & AS for Nexus 9K
3
C1-EGW-DC-K9
Cisco ONE Energy Mgmt Perpetual Lic - 1 DC End Point
3
C1-N9K-NFM1K9
Cisco ONE Nexus Fabric Manager License for N9K Switch
3
C1F2VNEX9300A-03
Tracker PID v03 Fnd Perpetual NEX9300A - no delivery
3
N9K-PICK-PSM4
PID to select QSFP-100G-PSM4 Optic in the bundle
3
QSFP-100G-PSM4-S=
100GBASE PSM4 QSFP Transceiver, MPO, 500m over SMF
12
C1-N9K-C93180E-BUN
Cisco ONE Nexus C1-N9K-C93180EXB24 bundle PID
3
N3K-C3064-ACC-KIT Nexus 3K/9K Fixed Accessory Kit 3
ACI-N9KDK9-12.2A
Nexus 9500 or 9300 ACI Base Software NX-OS Rel 12.2A
3
CAB-9K10A-UK
Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK
6
NXA-PAC-650W-PE Nexus NEBs AC 650W PSU - Port Side Exhaust 6
NXA-FAN-30CFM-F
Nexus 2K/3K/9K Single Fan, port side exhaust airflow
12
C1F2PNEX9300AK9
Cisco ONE Foundation Perpetual Nexus 9300 48 Port (ACI Mode)
3
C1-N93-LAN1K9
Cisco ONE LAN Enterprise License for Nexus 9300 Platform
3
C1-N93-SERVICES1K9
Cisco ONE Nexus 9300 Network Services (includes ITD)
3
C1-ACI-N9K-48X
Cisco ONE ACI SW license for a 48p 1/10G Nexus 9K
3
C1-NDB-SWT-K9
Cisco ONE Tap/SPAN Agg lic for 1 Cisco Nexus Switch
3
C1-DCL-N93-K9
Cisco ONE DCNM for LAN Advanced Edt. for Nexus 9300 switches
3
C1-PI-LFAS-N9K-K9
Cisco ONE PI Device License for LF & AS for Nexus 9K
3
C1-EGW-DC-K9
Cisco ONE Energy Mgmt Perpetual Lic - 1 DC End Point
3
C1-N9K-NFM1K9
Cisco ONE Nexus Fabric Manager License for N9K Switch
3
C1F2VNEX9300A-03
Tracker PID v03 Fnd Perpetual NEX9300A - no delivery
3
N9K-PICK-PSM4
PID to select QSFP-100G-PSM4 Optic in the bundle
3
QSFP-100G-PSM4-S=
100GBASE PSM4 QSFP Transceiver, MPO, 500m over SMF
12
ACI-Extra 100G QSFPs to achieve 1:1 oversubscription (6 per Leaf )
QSFP-100G-PSM4-S=
100GBASE PSM4 QSFP Transceiver, MPO, 500m over SMF
144
Ministry of Information and Communications Technology
Page 28 of 48
Ops NGFW
FPR4110-BUN Cisco Firepower 4110 Master Bundle 1
FPR4110-NGFW-K9
Cisco Firepower 4110 NGFW Appliance, 1U, 2 x NetMod Bays
2
FPR4K-PWR-AC-1100 Firepower 4000 Series 1100W AC Power Supply 2
CP-PWR-CORD-UK Power Cord, United Kingdom 4
SF-FXOS4K-1.1-K9
Firepower Extensible Operating System (FXOS) for FPR4K
2
SF-FPR-TD6.0.1-K9 Cisco Firepower Threat Defense software v6.0.1 2
FPR4K-SSD200 Firepower 4000 Series SSD for FPR-4110/4120 2
FPR4K-SSD-BBLKD Firepower 4000 Series SSD Slot Carrier 2
FPR4K-ACC-KIT
FPR4K Hardware Accessory Kit (Rack Mounts, Cables)
2
FPR4K-FAN Firepower 4000 Series Fan 12
FPR4K-PWR-AC-1100 Firepower 4000 Series 1100W AC Power Supply 2
FPR4K-RACK-MNT Firepower 4000 Series Rack Mount Kit 2
GLC-T 1000BASE-T SFP 2
FPR4K-NM-BLANK
Firepower 4000 Series Network Module Blank Slot Cover
2
SFP-10G-AOC10M 10GBASE Active Optical SFP+ Cable, 10M 2
FPR4K-NM-8X10G Cisco FirePower 8 port SFP+ Network Module 2
L-FPR4110T-T=
Cisco FPR4110 Threat Defense Threat Protection License
2
L-FPR4110T-T-3Y
Cisco FPR4110 Threat Defense Threat Protection 3Y Subs
2
Collaboration with 300 License
R-CBE6K-K9
Cisco Business Edition 6000-Electronic SW Delivery-Top Level
1
BE6K-SW-11.5
Business Edition 6000 v11.5 export restricted software
1
BE6K-START-UWL35
BE 6000 - User License Starter Bundle with 35 UWL Licenses
1
BE6K-UCL-ENH
Cisco Business Edition 6000 - Enhanced User Connect License
265
UCM-11X-ENH-UCL
BE6K UCM 11X Enhanced User Connect Lic - Single Fulfillment
265
UCXN-11X-SCPORTS
BE6K - Unity Connection 11x - VM Speech Connect Ports
2
LIC-EXP-E-PAK Expressway Series, Expressway-E PAK 1
LIC-EXP-GW Enable GW Feature (H323-SIP) 4
LIC-EXP-E Enable Expressway-E Feature Set 2
LIC-EXP-TURN Enable TURN Relay Option 2
LIC-EXP-AN Enable Advanced Networking Option 2
LIC-SW-EXP-K9 License Key Software Encrypted 4
LIC-EXP-SERIES Enable Expressway Series Feature Set 4
EXPWY-VE-E-K9 Cisco Expressway-E Server, Virtual Edition 2
BE6K-PAK
Cisco Business Edition 6000 - PAK - Single Fulfillment
1
BE-11X-UWLS-STR BE6000 v11 UWL Standard Starter licenses 1
SW-EXP-8.X-K9
Software Image for Expressway with Encryption, Version X8
1
EXPWY-VE-C-K9 Cisco Expressway-C Server, Virtual Edition 2
Ministry of Information and Communications Technology
Page 29 of 48
BE6K-UXL-START
BE6K Starter Pack - Single Fulfillment Enforcement
1
LIC-EXP-DSK Expressway Desktop Endpoint License 300
BE6M-M4-K9=
Cisco Business Edition 6000M Svr (M4), Export Restricted SW
2
CAB-9K10A-UK
Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK
2
VMW-VS6-HYPPLS-K9
Embedded License, Cisco UC Virt. Hypervisor Plus 6.x (2-cpu)
2
CIT-PSU1-770W
770W AC Hot-Plug Power Supply for 1U C-Series Rack Server
2
CIT-CPU-E52630D
2.40 GHz E5-2630 v3/85W 8C/20MB Cache/DDR4 1866MHz
2
CIT-HD300G10K12G 300GB 12G SAS 10K RPM SFF HDD 12
R2XX-RAID5 Enable RAID 5 Setting 2
CIT-MRAID12G Cisco 12G SAS Modular Raid Controller 2
CIT-MRAID12G-1GB
Cisco 12Gbps SAS 1GB FBWC Cache module (Raid 0/1/5/6)
2
Ops Prime Infrastructure Server
R-MGMT3X-N-K9
Cisco Ent MGMT: Lic For PI 3.x And APIC EM Solution Apps
1
R-PI30-SW-K9 Prime Infrastructure 3.0 Software 1
L-MGMT3X-PI-BASE Cisco Ent MGMT: PI 3.x Platform Base Lic 1
L-MGMT3X-2K-K9
Cisco Ent MGMT: PI 3.x LF,AS & APIC-EM Lic, 1 Cat 2K
10
L-MGMT3X-3K-K9
Cisco Ent MGMT: PI 3.x LF,AS & APIC-EM Lic, 1 Cat 3K
50
Ops Two TACACS Servers
SNS-3515-K9 Small Secure Network Server for ISE Applications 2
SW-3515-ISE-K9
Cisco ISE Software for the SNS-3515-K9 appliance
2
CAB-9K10A-UK
Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK
2
SNS-CPU-E52620D 2.40 GHz E5-2620 v3/6C 2
SNS-MR-1X081RU-A 8GB DDR4-2133 Mhz Memory Module 4
R2XX-RAID0 Enable RAID 0 Setting 2
SNS-MLOM-IRJ45 MLOM Intel -Quad Port 1Gb RJ45 2
SNS-HD600G10K12G 600GB SAS 10K RPM HDD 2
SNS-PSU1-770W 770W power supply 2
SNS-MRAID12G-1GB 1GB FBWC for Cisco 12G SAS Modular RAID 2
SNS-MRAID12G Avila Cisco 12G SAS Modular Raid Controller 2
L-ISE-BSE-100=
Cisco Identity Services Engine 100 EndPoint Base License
1
L-ISE-TACACS= Cisco ISE Device Admin License 1
Ops Router with E1s
C1-ASR1002-X/K9 Cisco ONE - ASR1002-X 2
ASR1K-OTHER
ASR1K-other applications for Enterprise or SP- Tracking only
2
FLSA1-2X-5-10G
Upgrade from 5 Gbps to 10Gbps License for ASR 1002-X
2
M-ASR1002X-4GB Cisco ASR1002-X 4GB DRAM 2
SPA-BLANK Blank Cover for regular SPA 6
Ministry of Information and Communications Technology
Page 30 of 48
ASR1002X-HD-BLANK Blank Cover for ASR1002-X HDD 2
C1F1PASR1K9
Cisco1 FND Perpetual Suite AES IPSec FW AVC Prime
2
C1-SLASR1-AES
Cisco ONE ASR 1000 Advanced Enterprise Services License
2
C1-ASR1-IPSEC-RTU
Cisco ONE Encryption Right-To-Use Feat Lic ASR1000 Series
2
C1-FLSASR1-AVC
Cisco ONE Appl. Visibility and Control License ASR1000
2
C1-FLSASR1-FW Cisco ONE FW License for ASR1000 Series 2
C1-PI-LFAS-ASR1K9
Cisco ONE PI Device License for LF & AS for ASR 1000
2
C1F1VASR1-02
Tracker PID v02 Fnd Perpetual ASR1 - no delivery
2
SASR1K2XUK9-316S Cisco ASR1002-X IOS XE UNIVERSAL 2
ASR1002-PWR-AC Cisco ASR1002 AC Power Supply 4
CAB-ACU-RA Power Cord UK, Right Angle 4
SPA-8XCHT1/E1-V2
8-port Channelized T1/E1 to DS0 Shared Port Adapter
1
Ops keepalive switches
C1-C2960X-24TS-L Catalyst 2960-X 24 GigE, 4 x 1G SFP, LAN Base 4
CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 4
C1FPCAT29001K9
Cisco ONE Foundation Lite Perpetual - Cat 2900 8/24 Port
4
C1-PI-LFAS-2K3K-K9
Cisco ONE PI Device License for LF & AS for Cat 2k, 3k
4
C1-ISE-BASE-24P
Cisco ONE Identity Services Engine 50 EndPoint Base Lic
4
C1-EGW-50-K9
Cisco ONE Energy Mgmt Perpetual Lic - 50 DO End Points
4
C1F1VCAT29001-02
Tracker PID v02 Fnd Perpetual IE4K5K1 - no delivery
4
Ops Internet NFGW
FPR2110-BUN Cisco Firepower 2110 Master Bundle 1
FPR2110-NGFW-K9 Cisco Firepower 2110 NGFW Appliance, 1U 2
CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 2
SF-F2K-TD6.2.1-K9
Cisco Firepower Threat Defense software v6.2.1 for FPR2100
2
FPR2K-SSD100 Firepower 2000 Series SSD for FPR-2110/2120 2
FPR2K-SSD-BBLKD Firepower 2000 Series SSD Slot Carrier 2
L-FPR2110T-TM=
Cisco FPR2110 Threat Defense Threat and Malware License
2
L-FPR2110T-TM-3Y
Cisco FPR2110 Threat Defense Threat and Malware 3Y Subs
2
SSL VPN license for Ops
FPR2110-NGFW-K9 Cisco Firepower 2110 NGFW Appliance, 1U 2
CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 2
SF-F2K-TD6.2.1-K9
Cisco Firepower Threat Defense software v6.2.1 for FPR2100
2
FPR2K-SSD100 Firepower 2000 Series SSD for FPR-2110/2120 2
FPR2K-SSD-BBLKD Firepower 2000 Series SSD Slot Carrier 2
L-AC-VPNO-500=
Cisco AnyConnect VPN Only, 500 Simultaneous (eDelivery)
1
Ministry of Information and Communications Technology
Page 31 of 48
Extra Switches for Ops
C1-C2960X-24TS-L Catalyst 2960-X 24 GigE, 4 x 1G SFP, LAN Base 6
CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 6
C1FPCAT29003K9
Cisco ONE Foundation Perpetual - Catalyst 2900 24 Port
6
C1-NAAS-24P-RTU Cisco One C2900 24-ports NaaS RTU 6
C1-LC-25-1Y Cisco ONE StealthWatch 25 FPS Lic 1 YR 6
C1-PI-LFAS-2K3K-K9
Cisco ONE PI Device License for LF & AS for Cat 2k, 3k
6
C1-ISE-BASE-24P
Cisco ONE Identity Services Engine 50 EndPoint Base Lic
6
C1-EGW-50-K9
Cisco ONE Energy Mgmt Perpetual Lic - 50 DO End Points
6
C1F1VCAT29003-01
Tracker PID v01 Fnd Perpetual CAT29003 - no delivery
6
Ops 10G SFPs
SFP-10G-SR= 10GBASE-SR SFP Module 60
GLC-SX-MMD=
1000BASE-SX SFP transceiver module, MMF, 850nm, DOM
60
Modules for existing ASA5585
ASA5585-NM-4-10GE=
ASA 5585-X Half Width Network Module with 4 SFP+ ports
2
ASA5585-SEPTUM ASA 55585 Slot Divider for Half-Slot IO Modules 2
SFP-10G-SR 10GBASE-SR SFP Module 4
Webex Servers for 50 admin
BE7M-M4-K9
Cisco Business Edition 7000M Svr (M4), Export Restricted SW
1
CAB-9K10A-UK
Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK
2
VMW-VS6-FND-K9
Embedded License, Cisco UC Virt. Foundation 6.x (2-socket)
1
CIT2-PSU2V2-1200W
1200W V2 AC Power Supply for 2U C-Series Servers
2
CIT2-HD300G10K12G 300GB 12G SAS 10K RPM SFF HDD 12
CIT2-PCI-1B-240M4
Right PCIe Riser Board (Riser 1) (3 x8) for 6 PCI slots
1
CIT2-PCIE-IRJ45 Intel i350 Quad Port 1Gb Adapter 2
CIT2-CPU-E52680D
2.50 GHz E5-2680 v3/120W 12C/30MB Cache/DDR4 2133MHz
1
R2XX-RAID5 Enable RAID 5 Setting 1
CIT2-MRAID12G Cisco 12G SAS Modular Raid Controller 1
CIT2-MRAID12G-1GB
Cisco 12Gbps SAS 1GB FBWC Cache module (Raid 0/1/5/6)
1
CIT2-MR-1X162RV-A
16GB DDR4-2400-MHz RDIMM/PC4-19200/dual rank/x4/1.2v
4
VMW-VSP-STD-3A=
VMware vSphere 6 Standard (1 CPU), 3-yr, Support Required
1
UCS-VMW-TERMS
Acceptance of Terms, Standalone VMW License for UCS Servers
1
WBXMTSVR2-K9 Webex Meetings Server 2.x Software Kit 1
WBXMTSVR2-USR-K9 WBX Meetings Server 2.x - Initial Licenses 50
Firesight Management consol
FMC4500-K9 Cisco Firepower Management Center 4500 2
Ministry of Information and Communications Technology
Page 32 of 48
Chassis
FMC-PWR-AC-770W Cisco AC Power Supply 770W for FMC 4
CAB-9K10A-UK
Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK
4
SF-FMC-6.2-K9
Cisco Firepower Management Center Software v6.2
2
FS4K-10G-NIC Cisco FMC X520-DA2 10 Gbps 2 port NIC 2
FS4K-NIC-SFP Cisco FMC 10 Gbps Ethernet SFP SR 4
FMC-MRAID12G Cisco FMC 12G SAS Modular Raid Controller 2
FS4K-SSD-800G Cisco FireSIGHT 800GB SSD Drive 12
FMC-SD-32G-S Cisco FMC 32GB SD Card Module 2
FMC4K-MEM-16GB
Cisco 16GB DDR4-2400-MHz RDIMM/PC4-19200/single rank/x4/1.2v
16
FMC-MRAID-1G
Cisco FMC 12Gbps SAS 1GB FBWC Cache module (Raid 0/1/5/6)
2
FMC4K-CPU-E52640E
Cisco 2.40 GHz E5-2640 v4/90W 10C/25MB Cache/DDR4 2133MHz
4
R2XX-RAID6 Enable RAID 6 Setting 2
Entities BoQ:
# Item Name Description Quantity
Unit Price
Total Price
Entities Switches
C1-WS3650-24PS/K9 Cisco One Catalyst 3650 24 Port PoE 4x1G Uplink 62
S3650UK9-36E CAT3650 Universal k9 image 62
PWR-C2-640WAC 640W AC Config 2 Power Supply 62
CAB-TA-UK United Kingdom AC Type A Power Cable 62
STACK-T2-BLANK Type 2 Stacking Blank 62
PWR-C2-BLANK Config 2 Power Supply Blank 62
DNA-VOUCHER Tracker Eligibility SKU for DNA Offers 62
C1FPCAT36501K9
Cisco One Foundation Perpetual - Catalyst 3650 24-port
62
C1-PI-LFAS-2K3K-K9
Cisco ONE PI Device License for LF & AS for Cat 2k, 3k
62
C1-EGW-50-K9
Cisco ONE Energy Mgmt Perpetual Lic - 50 DO End Points
62
C1-ISE-BASE-24P
Cisco ONE Identity Services Engine 50 EndPoint Base Lic
62
C1-LC-50-1Y Cisco ONE StealthWatch 50 FPS Lic 1 YR 62
C1F1VCAT36501-02
Tracker PID v02 Fnd Perpetual CAT36501 - no delivery
62
C1APCAT36501K9
Cisco One Advanced Perpetual - Catalyst 3650 24-port
62
C3650-24-L-E
C3650-24 LAN Base to IP Services Paper RTU License
62
NGFW for SGN Entities
FPR2110-BUN Cisco Firepower 2110 Master Bundle 1
FPR2110-NGFW-K9 Cisco Firepower 2110 NGFW Appliance, 1U 109
CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 109
SF-F2K-TD6.2.1-K9 Cisco Firepower Threat Defense software v6.2.1 for 109
Ministry of Information and Communications Technology
Page 33 of 48
FPR2100
FPR2K-SSD100 Firepower 2000 Series SSD for FPR-2110/2120 109
FPR2K-SSD-BBLKD Firepower 2000 Series SSD Slot Carrier 109
L-FPR2110T-TM=
Cisco FPR2110 Threat Defense Threat and Malware License
109
L-FPR2110T-TM-3Y
Cisco FPR2110 Threat Defense Threat and Malware 3Y Subs
109
Total
Ministry of Information and Communications Technology
Page 34 of 48
Training Courses - Advanced:
# Item Name Description Quantity
Unit Price
Total Price
Training Courses
Configuring Cisco Nexus 9000 Switches in ACI Mode (DCAC9K)
Describe the Cisco Nexus 9000 Series
Switch ACI
Discuss the ACI fabric
Review Cisco Nexus 9000 Series Switch
hardware
Configure the ACI controller (APIC)
Configure ACI L4-L7 service integration
Integrate the APIC hypervisor
Understand the programmability and
orchestration of the ACI network
Discuss ACI connectivity to outside
networks
Implement ACI management
Describe migration options with ACI
6
Securing Networks with Cisco Firepower Threat Defense NGFW (FIREPOWER200)
Describe the Cisco Firepower Threat
Defense system and key concepts of
NGIPS and NGFW technology
Describe how to perform the
configurations tasks required for
implementing a Cisco Firepower Threat
Defense device
Describe how to implement quality of
service (QoS) and Network Address
Translation (NAT) by using Cisco
Firepower Threat Defense
Perform an initial network discovery using
Cisco Firepower to identify hosts,
applications, and services
Identify and create the objects required as
prerequisites to implementing access
control policies
Describe the behavior, usage, and
implementation procedure for access
control policies
Describe the concepts and
implementation procedure of security
intelligence features
Describe Cisco Advanced Malware
Protection (AMP) for Networks and the
implementation procedure of file control
and advanced malware protection
Implement and manage intrusion policies
Explain the use of network analysis
policies and the role of preprocessor
technology in processing network traffic
for NGIPS inspection
Describe and demonstrate the detailed
6
Ministry of Information and Communications Technology
Page 35 of 48
analysis techniques and reporting features
provided by the Cisco Firepower
Management Center
Describe key Cisco Firepower
Management Center system
administration and user account
management features
Describe the processes that can be used
to troubleshoot Cisco Firepower Threat
Defense systems
Cisco Business
Edition 6000/7000
v10.x
Implementation and
Administration
(BE6KIA)
Implement Cisco Unified
Communications Manager and its features
Understand and implement Cisco Unity
Connection and its features
Understand and implement Cisco Unified
IM and Presence and its features
Understand and implement Cisco Prime
Collaboration features
Understand and implement Cisco Unified
Contact Center Express and its features
Configure Cisco Unified Communications
Manager
Configure Cisco Unity Connection
Configure Cisco Unified IM and Presence
Configure Cisco Prime Collaboration
Configure Cisco Unified Contact Center
Express
4
Total
Training Courses – Basic:
# Item Name Description Quantity
Unit Price
Total Price
Training Courses - Basic
CCNA Cisco Certified Network Associate 30
CCNP Cisco Certified Network Professional 30
Total
BoQ Summary
Item Total Price
Ops BoQ
Entities BoQ
Training Courses – Advanced
Training Courses – Basic
Grand Total (including taxes)
Ministry of Information and Communications Technology
Page 36 of 48
6 Annexes
6.1 Sample Arabic Agreement
<Attached>
6.2 Key RFP Dates
ITEM DATE (DD/MM/YY)
Date of RFP distribution 4/06/2017
Date of site assessment visit 12/06/2017
Deadline for submission of vendors’ questions to RFP 15/06/2017
Expected date for answers to vendors’ questions 21/06/2017
Proposal deadline 11/07/2017
Ministry of Information and Communications Technology
Page 37 of 48
6.3 Entities to be Upgraded
Below are the entities involved in the scope of this RFP, with the primary contact info for
each entity:
Category (A) Entities:
IPs Prime License
Switch Firewall Entity (English) Entity (Arabic)
#
✔ ✔ ✔ ✔ Ministry of Information and Communications
Technology
وزارة االتصاالت وتكنولوجيا المعلومات
1
✔ ✔ ✔ ✔ Ministry of Planning 2 وزارة التخطيط ✔ ✔ ✔ ✔ Municipality of Greater
Amman أمانة عمان الكبرى
3
✔ ✔ ✔ ✔ Ministry of Industry and Trade
التجارة وزارة الصناعة و 4
✔ ✔ ✔ ✔ Ministry of Finance المالية وزارة 5 ✔ ✔ ✔ ✔ Prime Ministry 6 رئاسة الوزراء ✔ ✔ ✔ ✔ Ministry of Foreign
Affairs وزارة الخارجية
7
✔ ✔ ✔ ✔ Ministry of Public Works and Housing
وزارة االشغال واالسكان العامة8
✔ ✔ ✔ ✔ Civil Status and Passport Department
والجوازاتدائرة األحوال المدنية 9
✔ ✔ ✔ ✔ Civil Status and Passport Department
دائرة األحوال المدنية والجوازات10
✔ ✔ ✔ ✔ Department of Land and Survey
دائرة االراضي والمساحة11
✔ ✔ ✔ ✔ Income and Sales Tax Department
والمبيعات دائرة ضريبة الدخل 12
✔ ✔ ✔ ✔ Central Bank of Jordan 13 البنك المركزي األردني ✔ ✔ ✔ ✔ Ministry of Tourism and 14 وزارة السياحة و اآلثار
Ministry of Information and Communications Technology
Page 38 of 48
Antiquities ✔ ✔ ✔ ✔ Civil service bureau 15 ديوان الخدمة المدنية ✔ ✔ ✔ ✔ Amman Chamber of
Commerce غرفة تجارة عمان
16
✔ ✔ ✔ ✔ Amman Chamber of Industry
عمان غرفة صناعة 17
✔ ✔ ✔ ✔ Companies Control Department
مراقبة الشركات18
✔ ✔ ✔ ✔ Amman Medical Center 19 المركز الطبي الشامل ✔ ✔ ✔ ✔ Royal Hashemite
Documentation Center المركز الملكي للتوثيق
20
✔ ✔ ✔ ✔ Management & Development of Orphans Fund Corporation
مؤسسة رعاية أموال األيتام21
✔ ✔ ✔ ✔ General Supplies Department
22 دائرة اللوازم العامة
✔ ✔ ✔ ✔ Vocational Training Corporation
مؤسسة التدريب المهني23
✔ ✔ ✔ ✔ Joint Procurement Department
دائرة الشراء الموحد24
✔ ✔ ✔ ✔ Prince Hamza Hospital األمير حمزةمستشفى 25 ✔ ✔ ✔ ✔ Public Transport
Regulatory Commission 26 هيئة تنظيم قطاع النقل
✔ ✔ ✔ ✔ Supreme Judge Department
دائرة قاضي القضاة27
✔ ✔ ✔ ✔ Crisis Management Centre
مركز إدارة األزمات28
✔ ✔ ✔ ✔ Royal Jordanian Geographic Center الجغرافي الملكي األردنيالمركز
29
✔ ✔ ✔ ✔ Ministry Of Labor 30 وزارة العمل ✔ ✔ ✔ ✔ Jordan Customs 31 دائرة الجمارك ✔ ✔ ✔ ✔ Audit Bureau 32 ديوان المحاسبة
Ministry of Information and Communications Technology
Page 39 of 48
✔ ✔ ✔ ✔ Jordan Parliament 33 مجلس النواب ✔ ✔ ✔ ✔ Ministry Of Higher
Education وزارة التعليم العالي
34
✔ ✔ ✔ ✔ Government Tenders Directorate
دائرة العطاءات الحكومية35
✔ ✔ ✔ ✔ Investment Commission 36 هيئة االستثمار ✔ ✔ ✔ ✔ Ministry of justice 37 وزارة العدل ✔ ✔ ✔ ✔ Ministry of Health 38 وزارة الصحة ✔ ✔ ✔ ✔ Ministry Of Education 39 وزارة التربية والتعليم ✔ ✔ ✔ ✔ The Jordanian Senate 40 مجلس األعيان ✔ ✔ ✔ ✔ Hussein Cancer Center 41 مركز الحسين للسرطان ✔ ✔ ✔ ✔ Ministry Of Municipal
Affairs وزارة الشؤون البلدية
42
✔ ✔ ✔ ✔ National Library 43 المكتبة الوطنية ✔ ✔ ✔ ✔ Social Security
Corporation المؤسسة العامة للضمان
االجتماعي44
✔ ✔ ✔ ✔ Ministry of Agriculture 45 وزارة الزراعة ✔ ✔ ✔ ✔ Ministry of Social
Development وزارة التنمية االجتماعية
46
✔ ✔ ✔ ✔ Ministry of Culture 47 وزارة الثقافة ✔ ✔ ✔ ✔ Ministry of Energy 48 وزارة الطاقة ✔ ✔ ✔ ✔ Legislation and Opinion
Bureau ديوان التشريع والرأي
49
✔ ✔ ✔ ✔ Palace of Justice 50 قصر العدل ✔ ✔ ✔ ✔ Ministry of Environment 51 وزارة البيئة ✔ ✔ ✔ ✔ Department of Statistics 52 دائرة اإلحصاءات العامة ✔ ✔ ✔ ✔ General Budget
Department العامةدائرة الموازنة 53
✔ ✔ ✔ ✔ National Aid Fund 54 صندوق المعونة الوطنية ✔ ✔ ✔ ✔ Jordan Museum 55 متحف االردن ✔ ✔ ✔ ✔ Scientific Research 56 صندوق دعم البحث العلمي
Ministry of Information and Communications Technology
Page 40 of 48
Support Fund ✔ ✔ ✔ ✔ Housing and Urban
Development Corporation مؤسسة اإلسكان والتطوير
الحضري57
✔ ✔ ✔ ✔ Ministry of Public Sector Development
وزارة تطوير القطاع العام58
✔ ✔ ✔ ✔ Ministry of Parliamentary Affairs
59 وزارة الشؤون البرلمانية
✔ ✔ ✔ ✔ Jordan News Agency(Petra)
وكالة األنباء األردنية60
✔ ✔ ✔ ✔ Ministry of Transport 61 وزارة النقل ✔ ✔ ✔ ✔ Civil Defense Directorate 62 المديرية العامة للدفاع المدني ✔ ✔ ✔ ✔ National Call Center 63 مركز االتصال الوطني
Category (B) Entities:
IPs Prime License
switch Firewall Entity (English) Entity (Arabic)
#
✔ ✔ ✔ Operating Fund, Training and Vocational and Technical Education
صندوق التشغيل والتدريب والتعليم المهني والتقني
64
✔ ✔ ✔ Jordan Atomic Energy Commission
الذرية األردنيةهيئة الطاقة 65
✔ ✔ ✔ Anti-Corruption Commission
66 هيئة مكافحة الفساد
✔ ✔ ✔ Ministry of Awqaf Islamic Affairs and Holy Places
وزارة األوقاف والشؤون والمقدسات االسالمية
67
✔ ✔ ✔ Jordan Armed Forces 68 القوات المسلحة االردنية ✔ ✔ ✔ Postal Saving Funds 69 صندوق توفير البريد ✔ ✔ ✔ Energy & Mineral
Regulatory Commission الطاقة هيئة تنظيم قطاع والمعادن
70
Ministry of Information and Communications Technology
Page 41 of 48
✔ ✔ ✔ The authority of the Aqaba Special Economic Zone
سلطة منطقة العقبة االقتصادية الخاصة
71
✔ ✔ ✔ Jordan Ombudsman bureau ديوان المظالم
72
✔ ✔ ✔ Cities and Villages Development Bank
بنك تنمية المدن والقرى73
✔ ✔ ✔ Royal Cultural Center 74 المركز الثقافي الملكي ✔ ✔ ✔ Social Security
Investment Fund
صندوق استثمار أموال الضمان االجتماعي
75
✔ ✔ ✔ Natural Resources Authority
سلطة المصادر الطبيعية76
✔ ✔ ✔ Civil Aviation Regulatory Commission
هيئة تنظيم الطيران المدني77
✔ ✔ ✔ Department of Palestinian Affairs
دائرة الشؤون الفلسطينية78
✔ ✔ ✔ Jordan Institution for Standards and Metrology
المقاييس مؤسسة المواصفات و 79
✔ ✔ ✔ Free Zones Corporation 80 مؤسسة المناطق الحرة ✔ ✔ ✔ Development and
Employment Fund التشغيل التنمية وصندوق
81
✔ ✔ ✔ Royal Hashemite Court 82 الديوان الملكي الهاشمي ✔ ✔ ✔ Telecommunications
Regulatory Commission هيئة تنظيم قطاع االتصاالت 83
✔ ✔ ✔ Independent Electoral Commission الهيئة المستقلة لالنتخاب
84
✔ ✔ ✔ Inspection Department/
MOI Branch التفتيش و المتابعة دائرة
85
✔ ✔ ✔ National Institute for
Training ( Previous:
Institute of Public
المعهد الوطني للتدريب )سابقاً
(العامة االدارة معهد
86
Ministry of Information and Communications Technology
Page 42 of 48
Administration)
✔ ✔ ✔ Department of Antiques العامة اآلثار دائرة 87
✔ ✔ ✔ Jordan Securities
Commission هيئة األوراق المالية
88
✔ ✔ ✔ Ministry of Water &
Irrigation وزارة المياه
89
✔ ✔ ✔ Jordan Medical Council 90 المجلس الطبي األردني
✔ ✔ ✔ Jordan Enterprise
development
Corporation
لتطوير االردنية المؤسسةاالقتصادية المشاريع
91
✔ ✔ ✔ General Directorate of
the Gendarmerie الدرك لقوات العامة المديرية
92
✔ ✔ ✔ IFTAA 93 دائرة االفتاء العام
✔ ✔ ✔ Constitutional Court 94 المحكمة الدستورية
95 هيئة المناطق التنموية والحرة ✔ ✔ ✔
✔ ✔ ✔ Government Financial
Management
Information System
Building
الموحد المالي النظام مبنى 96
✔ ✔ PKI PKI 97
✔ ✔ PKI PKI 98
✔ ✔ PKI PKI 99
✔ ✔ ✔ The Higher Council For
Youth 100 المجلس األعلى للشباب
101 دائرة األرصاد الجوية ✔ ✔ ✔
102 مؤسسة استثمار الموارد الوطنية ✔ ✔ ✔
التأمين الصحيإدارة ✔ ✔ ✔ 103
104 مؤسسة اإلذاعة والتلفزيون ✔ ✔ ✔
105 المجلس التمريضي األردني ✔ ✔ ✔
106 المركز الوطني لتنمية الموارد البشرية ✔ ✔ ✔
✔ ✔ ✔ e-Fwateercom 107 منظومة الدفع اإللكتروني
✔ ✔ ✔ e-Fwateercom 108 منظومة الدفع اإللكتروني
فرع إربد –المركزي البنك ✔ ✔ ✔ 109
المجلس األعلى لشؤون األشخاص ✔ ✔ ✔ المعوقين
110
Ministry of Information and Communications Technology
Page 43 of 48
Ministry of Information and Communications Technology
Page 44 of 48
6.4 Existing Hardware Specifications
Device Model # Quantity
Switch Cisco Catalyst 2950
30
Cisco catalyst 3560 7
Cisco Switch WS-C3560-24PS-E
47
Firewall
Cisco secure PIX 525 13
Cisco ASA 5510 47
Cisco ASA 5510 33
6.5 Confidentiality Undertaken
Confidentiality Undertaking
___________________________________ This Undertaking is made on [DATE] by [NAME] “[Consultant]” to the benefit of the Ministry of Information and Communications Technology, “[Principal]” [8th Circle, P.O. Box 9903, Amman 11191 Jordan].
WHEREAS, MOICT possesses certain financial, technical, administrative and other valuable Information (referred to hereinafter as Confidential Information)
WHEREAS, [Consultant], while performing certain tasks required by the Principal in connection with the ………………. (the Project), did access such Confidential Information,
WHEREAS, the Principal considers the Confidential Information to be confidential and proprietary.
Confidential Information:
As used in this Agreement, the term “Confidential Information” means all information, transmitted by Principal or any of its subsidiaries, affiliates, agents, representatives, offices and their respective personnel, consultants and winning bidders, that is disclosed to the Winning bidder or coming to his knowledge in the course of evaluating and/or implementing the Project and shall include all information in any form whether oral, electronic, written, type written or printed form. Confidential Information shall mean information not generally known outside the Principal, it does not include information that is now in
Ministry of Information and Communications Technology
Page 45 of 48
or hereafter enters the public domain without a breach of this Agreement or information or information known to Winning bidder by Third Party who did not acquire this information from Principal”.
The Consultant hereby acknowledges and agrees that;
(1) The Confidential Information will be retained in the Principal’s premises and will not be moved without the express written consent of the Principal. All Confidential Information shall be and remain the property of the Principal, and such Confidential Information and any copies thereof, as well as any summaries thereof, shall be promptly returned to the Principal upon written request and/or destroyed at the Principal's option without retaining any copies. The Winning bidder shall not use the Confidential Information for any purpose after the Project.
(2) It will use all reasonable means and effort, not less than that used to protect its own proprietary information, to safeguard the Confidential Information.
(3) the Winning bidder shall protect Confidential Information from unauthorized use, publication or disclosure.
(4) It will not, directly or indirectly, show or otherwise disclose , publish, communicate, discuss , announce, make available the contents of the Confidential Information or any part thereof to any other person or entity except as authorized in writing by the Principal.
(5) It will make no copies or reproduce the Confidential Information, except after the Principal’s written consent.
Remedy and damages:
The Winning bidder acknowledges that monetary damages for unauthorized disclosure may not be less than 20% of the Project and that Principal shall be entitled, in addition to monetary damages and without waiving any other rights or remedies, to such injunctive or equitable relief as may be deemed proper by a court of competent jurisdiction.
Employee Access and Control of Information
It is understood that the Winning bidder might need from time to time to discuss the details of confidential Information with other individuals employed within its own or associated companies in order to support, evaluate, and/or advance the interests of the subject business transaction. Any such discussion will be kept to a minimum, and the details disclosed only on a need to know basis. Prior to any such discussion, the Winning bidder shall inform each such individual of the proprietary and confidential nature of the Confidential Information and of the Winning bidder’s obligations under this Agreement. Each such individual shall also be informed that by accepting such access, he thereby agrees to be bound by the provisions of this Agreement. Furthermore, by allowing any such access, the Winning bidder agrees to be and remain jointly and severally liable for any disclosure by any such individual that is not in accordance with this Agreement.
Ministry of Information and Communications Technology
Page 46 of 48
Miscellaneous
The obligations and rights of the Parties shall be binding on and inure to the benefit of their respective heirs, successors, assigns, and affiliates. This Agreement may be amended or modified only by a subsequent agreement in writing signed by both parties. Winning bidder may not transfer or assign the Agreement or part thereof. No provision of this Agreement shall be deemed to have been waived by any act or acquiescence on the part of the Principal, its agents or employees, nor shall any waiver of any provision of this Agreement constitute a waiver of any other provision(s) or of the same provision on another occasion. This Agreement shall be construed and enforced according to Jordanian Law. The Winning bidder hereby agrees to the jurisdiction of the Courts of Amman, Jordan and to the jurisdiction of any courts where the Principal deems it appropriate or necessary to enforce its rights under this Agreement.
Term of Agreement
The obligations of the parties under this Agreement shall continue and survive the completion of the Project and shall remain binding even if any or all of the parties abandon their efforts to undertake or continue the Project.
IN WITNESS WHEREOF, the Winning bidder hereto have executed this Agreement on the date first written above.
Consultant:
By:____________________________
Authorized Officer
Ministry of Information and Communications Technology
Page 47 of 48
6.6 Joint Venture Agreement Template
Standard Form of Joint-venture Agreement
اتفاقية ائتالف
/ تم االتفاق في هذا اليوم الموافق /
............................ ويمثلها السيد ........................................................................................ ويمثلها السيد
............................ ويمثلها السيد ..............................
على تشكيل ائتالف فيما بينهم لتنفيذ أشغال عقد العطاء المركزي رقم -1
أو ) / ( المتعلق بـ....................................... المبرم الذي سوف يبرم مع صاحب العمل.
يلتزم جميع أطراف االئتالف بإنجاز جميع االشغال المتفق عليها مع -2
صاحب العمل والمنصوص عليها في عقد العطاء ويكونون متضامنين ومتكافلين في مسئولياتهم نحو صاحب العمل فيما يخص
والعقد الخاص به. كافة األشغال المتعلقة بالعطاء رقم ) / ( وفي حالة تخلف أو تأخر أحد أطراف االئتالف عن إنجاز المسئوليات المناط به تنفيذها جزئياً أو كلياً يلتزم بقية األطراف مجتمعين و / أو منفردين دون تحفظ بإنجاز جميع االلتزامات المحددة بالعقد الموقع مع
صاحب العمل بالشكل المتفق عليه في العقد.
يعين أطراف االئتالف رئيساً -3
لالئتالف،..................................... إلدارة العطاء رقم ) / ( ، وأي مراسالت تتم بين صاحب العمل واالئتالف، التجمع او
المشاركة توجه إليه يسمي أطراف االئتالف السيد .................. ممثالً لرئيس االئتالف -4
مفوضا" بالتوقيع نيابة عن االئتالف على كافة األوراق والعقود والخاصة بالعطاء رقم ) / ( وبتمثيل االئتالف أمام المحاكم المختصة والدوائر الرسمية وغير الرسمية في كافة األمور العقدية واإلدارية والمالية والقضائية المتعلقة بالعطاء رقم ) / ( والعقد
خاص به .الال يحق ألطراف االئتالف أو أي طرف فيه فسخ االئتالف فيما بينهم أو -5
تبديل ممثل رئيس االئتالف إال بعد انتهاء األشغال المحالة عليهم بموجب العقد الخاص بهذا العطاء وتكون مسئولياتهم تجاه صاحب العمل قائمه إلى حين تسليم األشغال استالماً نهائيا حسب شروط
ستالم المحددة في وثائق العقد / العطاء اال حررت هذه االتفاقية باللغتين العربية واإلنجليزية في حالة نشوء أي -6
اختالف في تفسير أي من بنودها تعتبر لغة العقد المعتمدة هي اللغة العربية وملزمة للطرفين
JOINT-VENTURE AGREEMENT
It is agreed on this day.............of…………..2008 between:- ..................... Represented by Mr. .............................. ..................... Represented by Mr. .............................. ..................... Represented by Mr. .............................. 1- To form a Joint Venture to execute the works
specified in the Contract of the Central Tender No. ( / ) ......................................................... which was signed or to be signed with the Employer.
2- All parties of the Joint Venture shall be obliged to
perform all works agreed upon with the employer which are specified in the tender contract, and they are jointly and severally responsible for all works related to tender no. ( / ) and the contract pertaining thereto. Should one party fails or delays to perform its obligations either partially or totally, it shall be the responsibility of all other parties jointly and severally without reservation to execute all obligations set under the contract with the Employer to the same standards specified by the contract .
3- The parties to the Joint Venture nominate ............................................. as leader of the Joint Venture. Any correspondence between the Employer and the parties to the Joint Venture shall be addressed to such leader.
4- The parties to the Joint Venture nominate Mr........................................ as a representative of the leader and he is authorized to sign on behalf of the Joint Venture all documents and contracts related to tender no. ( / ) , and to represent the Joint Venture before all competent courts and non-official bodies in all contractual, administrative , financial and legal issues related to tender No. ( / ) and the contract pertaining thereto.
5- The parties to the Joint Venture have no right to terminate this agreement or substitute the leader’s representative until the works awarded to them by the contract to this tender are completed and shall remain responsible before the employer until the works are finally taken over as per the conditions of taking over specified in the Tender / Contract documents .
6- This agreement is written in both Languages Arabic
Ministry of Information and Communications Technology
Page 48 of 48
and English should any discrepancy in interpretation arise the Arabic text shall be considered the authentic.
الطرف الثالث
الطرف األول الطرف الثاني
Third Party Second Party
First Party
................ ................ ................
توقيع الشخص المخول بالتوقيع قانونًياً
Signature of the Authorized Personnel
................ ................ ................ الخاتم المعتمد
Seal
Notary Public Certification تصديق كاتب العدل