+ All Categories
Home > Documents > Bid Specification Template 1726... · Web viewBidders must provide technical design documents...

Bid Specification Template 1726... · Web viewBidders must provide technical design documents...

Date post: 12-May-2018
Category:
Upload: hakhuong
View: 213 times
Download: 0 times
Share this document with a friend
55
ANNEXURE 1 TECHNICAL AND PRICING REQUIREMENTS BIDDERS MUST SUBMIT ANNEXURE 1 TOGETHER WITH THE MAIN BID DOCUMENT BID NUMBER: RFB 1726-2018. NON- COMPULSORY VENDOR BRIEFING SESSION: 24 April 2018. CLOSING DATE: 17 May 2018. CLOSING TIME: 11:00AM. RFB DESCRIPTION: PROVISION OF INTERNET SERVICES WITH MAINTENANCE AND SUPPORT TO SITA AND ITS CLIENTS FOR A PERIOD OF THREE (3) YEARS. 1 of 55 CONFIDENTIAL
Transcript

ANNEXURE 1

TECHNICAL AND PRICING REQUIREMENTS

BIDDERS MUST SUBMIT ANNEXURE 1 TOGETHER WITH THE MAIN BID DOCUMENT

BID NUMBER: RFB 1726-2018.

NON- COMPULSORY VENDOR BRIEFING SESSION:

24 April 2018.

CLOSING DATE: 17 May 2018.

CLOSING TIME: 11:00AM.

RFB DESCRIPTION: PROVISION OF INTERNET SERVICES WITH MAINTENANCE AND SUPPORT

TO SITA AND ITS CLIENTS FOR A PERIOD OF THREE (3) YEARS.

1 of 41CONFIDENTIAL

ContentsANNEX A: INTRODUCTION................................................................................................................................. 4

1. PURPOSE AND BACKGROUND......................................................................................................................... 4

1.1. PURPOSE........................................................................................................................................................41.2. BACKGROUND................................................................................................................................................4

2. SCOPE OF BID.................................................................................................................................................. 5

2.1. SCOPE OF WORK.............................................................................................................................................52.2. DELIVERY ADDRESS.........................................................................................................................................52.3. CUSTOMER INFRASTRUCTURE AND ENVIRONMENT......................................................................................5

3. TECHNICAL REQUIREMENT OVERVIEW............................................................................................................ 6

4. BID EVALUATION STAGES................................................................................................................................ 6

ANNEX A.1: ADMINISTRATIVE PRE-QUALIFICATION...............................................................................................7

5. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS..................................................................................7

5.1. ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION...................................................................................75.2. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS................................................................................7

ANNEX A.2: TECHNICAL MANDATORY, FUNCTIONALITY AND PROOF OF CONCEPT REQUIREMENTS.......................8

6. TECHNICAL MANDATORY................................................................................................................................ 8

6.1. INSTRUCTION AND EVALUATION CRITERIA....................................................................................................86.2. TECHNICAL MANDATORY REQUIREMENTS.....................................................................................................96.3. DECLARATION OF COMPLIANCE...................................................................................................................13

7. TECHNICAL FUNCTIONALITY.......................................................................................................................... 13

8. PROOF OF CONCEPT...................................................................................................................................... 13

ANNEX A.3: SPECIAL CONDITIONS OF CONTRACT (SCC).......................................................................................14

9. SPECIAL CONDITIONS OF CONTRACT.............................................................................................................. 14

9.1. INSTRUCTION...............................................................................................................................................149.2. SPECIAL CONDITIONS OF CONTRACT............................................................................................................149.3. DECLARATION OF ACCEPTANCE...................................................................................................................27

ANNEX A.4: COSTING AND PRICING..................................................................................................................... 29

10. COSTING AND PRICING.................................................................................................................................. 30

10.1. COSTING AND PRICING EVALUATION...........................................................................................................3010.2. COSTING AND PRICING CONDITIONS............................................................................................................3010.3. DECLARATION OF ACCEPTANCE...................................................................................................................3110.4. BID PRICING SCHEDULE................................................................................................................................32

ANNEX A.5: TECHNICAL SCHEDULES.................................................................................................................... 38

11. TECHNICAL SCHEDULES................................................................................................................................. 38

11.1. LOCATION SCHEDULE...................................................................................................................................3811.2. EQUIPMENT AND QUANTITY SCHEDULE......................................................................................................3811.3. SOLUTION ARCHITECTURE............................................................................................................................3811.4. SERVICES AND PERFORMANCE SCHEDULE...................................................................................................3811.5. PROJECT AND DELIVERY SCHEDULE..............................................................................................................38

ANNEX A.6: TERMS AND DEFINITIONS................................................................................................................. 39

2 of 41CONFIDENTIAL

1. ABBREVIATIONS............................................................................................................................................ 39

2. DEFINITIONS................................................................................................................................................. 39

ANNEX A.7: BIDDER SUBSTANTIATING EVIDENCE................................................................................................40

3 of 41CONFIDENTIAL

ANNEX A: INTRODUCTION

1. PURPOSE AND BACKGROUND

1.1. PURPOSE

The purpose of this RFB is to invite Suppliers (hereinafter referred to as “bidders”) to submit bids for the “Provision of Internet services with maintenance and support to SITA and its clients for a period of three (3) years”.

SITA needs to provide an Internet service to its clients and currently has a contract in place for the provision of these services.

1.2. BACKGROUND

Bidders should take note of the following information relating to the environment for this tender.

SITA, as the mandated ICT Service provider for government, hosts most of the South African government’s critical systems such as the Home Affairs population databases, the financial systems, logistics and government employee databases and provides Internet access for the client base on the NGN and the systems and applications hosted there.

Internet traffic enters the SITA-managed perimeter network from the ISP via an ISP router located on site at each of the two current SITA PoPs. Interfacing to the ISP routers on site at the SITA PoPs is currently via 10GigE interfaces.

Traffic is distributed from these routers to a number of VPNs each allocated their own unique IP address space as a sub allocation of the provider-independent IP address space allocated to the South African Government.

4 of 41CONFIDENTIAL

2. SCOPE OF BID

2.1. SCOPE OF WORKThe appointed Bidder shall be expected to provide Internet services with maintenance and support to SITA and its clients for a period of 3 years. The services must meet a contracted SLA and failure to do so will result in penalties being levied.

2.2. DELIVERY ADDRESSThe service must be provided at the SITA Point of Presence (PoP) at the following physical addresses; No Physical Address1 SITA Centurion, 1 John Vorster Drive, Centurion, Gauteng2 SITA House, Fir Street, Black River Par, Observatory, Cape Town (NB: This data centre is

in the process of being relocated to an alternative place within Western Cape)

2.3. CUSTOMER INFRASTRUCTURE AND ENVIRONMENT

Total bandwidth to the ISP is currently 6Gbps of which 50% is available for International usage. The allocation of the bandwidth is full-duplex and is distributed more or less as follows:

3Gbps via the SITA POP in Centurion, Gauteng 3Gbps via the SITA POP in Cape Town.

During the period of the contract the uplink bandwidth described above will need to be increased according to SITA and its customer requirements while still staying within the bounds of the contract.

5 of 41CONFIDENTIAL

3. TECHNICAL REQUIREMENT OVERVIEWNot applicable to this bid

4. BID EVALUATION STAGES(1) The bid evaluation process consists of several stages that are applicable according to the

nature of the bid as defined in the table below.

Stage Description Applicable for this bidStage 1 Administrative pre-qualification verification YESStage 2A Technical Mandatory requirement evaluation YESStage 2B Technical Functionality requirement evaluation NOStage 2C Technical Proof of Concept requirement evaluation NOStage 3 Special Conditions of Contract verification YESStage 4 Price / B-BBEE evaluation YES

(2) The bidder must qualify for each stage to be eligible to proceed to the next stage of the evaluation.

6 of 41CONFIDENTIAL

ANNEX A.1: ADMINISTRATIVE PRE-QUALIFICATION

5. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS

5.1. ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION

(1) The bidder must comply with ALL of the bid pre-qualification requirements in order for the bid to be accepted for evaluation.

(2) If the Bidder failed to comply with any of the administrative pre-qualification requirements, or if SITA is unable to verify whether the pre-qualification requirements are met, then SITA reserves the right to –

1. Reject the bid and not evaluate it, or

2. Accept the bid for evaluation, on condition that the Bidder must submit within 7 (seven) days any supplementary information to achieve full compliance, provided that the supplementary information is administrative and not substantive in nature.

5.2. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS

(1) Submission of bid response: The bidder has submitted a bid response documentation pack –

1. that was delivered at the correct physical or postal address and within the stipulated date and time as specified in the “Invitation to Bid” cover page, and;

2. in the correct format as one original document, two copies and one CD.

(2) Registered Supplier. The bidder is, in terms of National Treasury Instruction Note 3 of 2016/17, registered as a Supplier on National Treasury Central Supplier Database (CSD).

7 of 41CONFIDENTIAL

ANNEX A.2: TECHNICAL MANDATORY, FUNCTIONALITY AND PROOF OF CONCEPT REQUIREMENTS

6. TECHNICAL MANDATORY

6.1. INSTRUCTION AND EVALUATION CRITERIA

(1) The bidder must comply with ALL the requirements by providing substantiating evidence in the form of documentation or information, failing which it will be regarded as “NOT COMPLY”.

(2) The bidder must provide a unique reference number (e.g. binder/folio, chapter, section, page) to locate substantiating evidence in the bid response. During evaluation, SITA reserves the right to treat substantiation evidence that cannot be located in the bid response as “NOT COMPLY”.

(3) The bidder must complete the declaration of compliance as per section 6.3 below by marking with an “X” either “COMPLY”, or “NOT COMPLY” with ALL of the technical mandatory requirements, failing which it will be regarded as “NOT COMPLY”.

(4) The bidder must comply with ALL the TECHNICAL MANDATORY REQUIREMENTS in order for the bid to proceed to the next stage of the evaluation.

8 of 41CONFIDENTIAL

6.2. TECHNICAL MANDATORY REQUIREMENTS

TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

(1) BIDDER CERTIFICATION / AFFILIATION REQUIREMENTS

The bidder must be licensed by ICASA to provide the infrastructure and services under this Tender and must be holders of IECNS and IECS licenses.

NB: Respondents are referred to ICASA’s notice of 10 October 2013 concerning the illegal leasing and sub-leasing of ECS and ECNS licenses in which it “…considers the leasing or sub-leasing of licenses or any other licenses issued in terms of the Electronic Communications Act as a gross contravention and in particular, of section 5 (12).”

Substantiation in the form of certified copies of the ICASA’s IECNS and IECS licenses held by the respondent is to be supplied in response to this point.

<provide unique reference to locate substantiating evidence in the bid response – see Annex A.7>

(2) BIDDER EXPERIENCE AND CAPABILITY REQUIREMENTS

The bidder must have provided Internet services on a similar scale to at least three (3) customers for at least the past five (5) years;

Similar scale means bandwidth in excess of 6 Gbps to single clients with more than one connection point at which BGP

Provide three (3) letters of affirmation from Business or Government customers to whom the project or service was delivered or a sworn affidavit to this effect. Each letter must be dated, signed and on a letterhead of the customer and indicates:a) The customer Company name and physical address;

b) Customer contact person’s name, telephone number

<provide unique reference to locate substantiating evidence in the bid response – see Annex A.7>

9 of 41CONFIDENTIAL

TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

peering takes place. and email address;

c) Service maximum bandwidth, client Autonomous System Number (ASN), number of BGP neighbours with the specified ASN;

d) Service Start and End Date;

NB: SITA reserves the right to verify the information provided.

(3) CAPABILITY REQUIREMENTS

The bidder must be a Tier 1 Internet Service Provider.

Respondents must be a Tier-1 ISP and not only be a reseller (e.g., VAR or virtual ISP) of another South African service provider’s Internet service.

For purposes of this bid, a Tier-1 ISP is defined as an entity that:

operates a national core backbone with sufficient capacity to facilitate fail-over operations as required by SITA and its customers

obtains International capacity directly from undersea cable operators, owns and operates network infrastructure at International points of presence and has negotiated its own transit and peering with International Internet providers.

Provide both of the following:

a) Sworn affidavit indicating the supplier operates a national core backbone; and

b) At least two (2) letter(s) of affirmation from an undersea cable supplier(s) indicating the supplier purchased bandwidth or a sworn affidavit to this effect.

<provide unique reference to locate substantiating evidence in the bid response – see Annex A.7>

10 of 41CONFIDENTIAL

TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

(4) CAPABILITY REQUIREMENTS

The provider must have a public ASN to be able to peer with SITA using BGP4 without stripping or altering SITA’s ASN in any way and must be able to support the 4-byte ASN format.

Respondents must provide SITA with their valid registrar-assigned (non-private) ASN agreement / documentation or a sworn affidavit to this effect.

<provide unique reference to locate substantiating evidence in the bid response – see Annex A.7>

(5) CAPABILITY REQUIREMENTS

SITA requires the ability to advertise individual /28 routing prefixes and for the service provider to accept these. This is a critical requirement and forms part of SITA’s Business Continuity planning in order to support per client fail over should the need arise.

The provider must accept prefixes up to and including a /28. These prefixes must be advertised within the provider’s network, but may be summarised to peers or transit providers.

Provide a sworn affidavit indicating that the routing outlined in this requirement will be satisfied. This affidavit must be signed by the Executive responsible for the network (CTO, CIO or equivalent) and stamped by a Commissioner of Oaths.

<provide unique reference to locate substantiating evidence in the bid response – see Annex A.7>

(6) ARCHITECTURE MANDATORY REQUIREMENTS

The supplier must have supplied during the last five (5) years and/or is currently supplying transit bandwidth with International landing points on at least two (2) of the following continents: Europe, Asia or North America. The supplier must peer with or obtain transit from multiple partners/suppliers at each of the landing points. The transit/peering agreements at each of the landing points must be in the company’s name (or

Providing signed peering agreement documentation for at least two (2) international landing points on two separate continents or a sworn affidavit to this effect. The documentation must also show that the agreements are in the company’s name (or a registered subsidiary / parent).

<provide unique reference to locate substantiating evidence in the bid response – see Annex A.7>

11 of 41CONFIDENTIAL

TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

a registered subsidiary / parent).

12 of 41CONFIDENTIAL

(7) SERVICE LEVEL AGREEMENT

The service provided must meet the following requirements measured, calculated and reported per hour

(a) End-to-end network availability of 99.8% or higher

(b) End-to-end maximum packet loss must not exceed 1.5%

(c) End-to-end round–trip time (RTT) must be less than or equal to 260ms for International traffic

Notes:

These metrics apply per PoP and may not be averaged across the two PoPs.

‘End-to-end’ means between the interface(s) at each of the SITA PoPs and the provider’s routers at their International peering points; ie, it must include the links the supplier uses to connect its node on site at SITA to the rest of its network.

Provide a sworn affidavit indicating that the service level agreement outlined in this requirement will be satisfied. This affidavit must be signed by the Executive responsible for the network (CTO, CIO or equivalent) and stamped by a Commissioner of Oaths.

<provide unique reference to locate substantiating evidence in the bid response – see Annex A.7>

13 of 41CONFIDENTIAL

6.3. DECLARATION OF COMPLIANCE

Comply Not ComplyThe bidder declares by indicating with an “X” in either the “COMPLY” or “NOT COMPLY” column that –

1. The bid complies with each and every TECHNICAL MANDATORY REQUIREMENT as specified in SECTION 6.2 above; AND

2. Each and every requirement specification is substantiated by evidence as proof of compliance.

7. TECHNICAL FUNCTIONALITYNot applicable.

8. PROOF OF CONCEPTNot applicable.

14 of 41CONFIDENTIAL

ANNEX A.3: SPECIAL CONDITIONS OF CONTRACT (SCC)

9. SPECIAL CONDITIONS OF CONTRACT

9.1. INSTRUCTION

(1) The successful supplier will be bound by Government Procurement: General Conditions of Contract (GCC) as well as this Special Conditions of Contract (SCC), which will form part of the signed contract with the successful Supplier. However, SITA reserves the right to include or waive the condition in the signed contract.

(2) SITA reserves the right to –

1. Negotiate the conditions, or

2. Automatically disqualify a bidder for not accepting these conditions.

(3) In the event that the bidder qualifies the proposal with own conditions, and does not specifically withdraw such own conditions when called upon to do so, SITA will invoke the rights reserved in accordance with subsection 9.1(2) above.

(4) The bidder must complete the declaration of acceptance as per section a) below by marking with an “X” either “ACCEPT ALL” or “DO NOT ACCEPT ALL”, failing which the declaration will be regarded as “DO NOT ACCEPT ALL” and the bid will be disqualified.

9.2. SPECIAL CONDITIONS OF CONTRACT

(1) CONTRACTING CONDITIONS

1. Formal Contract. The Supplier must enter into a formal written Contract (Agreement) with SITA

2. Right of Award. SITA reserves the right to award the contract for required goods or services to multiple Suppliers.

3. Right to Audit. SITA reserves the right, before entering into a contract, to conduct or commission an external service provider to conduct a financial audit or probity to ascertain whether a qualifying bidder has the financial wherewithal or technical capability to provide the goods and services as required by this tender.

4. Performance Security. In terms of section 7.1 of the General Conditions of Contract, a successful bidder must provide to SITA within 30 days after award of the contract a performance security to the amount of at least 10% of the bid price.

5. Sub-Contracting. SITA shall have no contractual relationships with sub-contractor. However, if a sub-contractor is found by SITA to be incompetent in performing its duties, SITA may request the Bidder to either provide SITA within a reasonable period of time with a sub-contractor who has certification / qualifications and experience acceptable to SITA as a replacement, or to resume the performance of the Services itself.

15 of 41CONFIDENTIAL

6. Bench-Marking

SITA will have the right, not more than once per annum, and not commencing prior to the second year of the contract, to benchmark the service provider’s performance on some or all of the services and/or some or all of the charges, as designated by SITA.

Benchmarking will be conducted by an independent industry-recognised benchmarking service provider (Benchmarker) designated by SITA and approved by the partner and such approval shall not be unreasonably withheld.

When engaging the Benchmarker, the Benchmarker will be directed to:

Make all commercially reasonable efforts to complete its analysis within 90 days after its engagement, to the extent practical;

Select a representative sample of organisations, which shall be of a sufficient number as determined by the Benchmarker in its sole discretion and may include some services for which the partner is also the service provider; and

Perform any normalisation that is reasonably required.

SITA on the one hand, and the partner on the other hand, will each bear their own costs incurred in connection with the benchmarking and will share equally the Benchmarker’s fees and expenses. The Parties will cooperate with the Benchmarker as reasonably requested by the Benchmarker, including, as appropriate, making available knowledgeable personnel and pertinent documents and records. The Benchmarker will enter into a confidentiality agreement with SITA prior to being provided with confidential information of either Party.

Each Party will be provided a reasonable opportunity to review, comment on, and request changes in the Benchmarker’s proposed findings. The Benchmarker will have sole discretion as to how it addresses such requests. Following such review and comment, the Benchmarker will issue a final report of its findings and conclusions.

Performance Benchmarking:

The Benchmarker will review the partner’s performance of the services for which there are service levels, comparing the partner’s achieved levels to the service level target.

The ‘service level target’ shall mean that each service level under this agreement for any service element subject to the benchmarking is at least as good as the service levels in the highest (i.e., ‘most favourable to SITA’ quartile of the service levels for similar services by other organisations.

If the Benchmarker concludes that the service provider’s performance of the services is below the service level target, the service provider shall, within 30 days after the Benchmarker’s decision, develop for SITA review and approval, a plan to bring the performance up to the service level target as soon as practically possible and in all events within 90 days after the approval of such plan. The service levels will be adjusted accordingly effective 90 days after SITA approves the plan. The partner will bear the costs of the implementation of the plan.

Price Benchmarking:

16 of 41CONFIDENTIAL

The Benchmarker will review the partner’s pricing of the services provided under the service contract to SITA, comparing the pricing to the market sector for services that are essentially the same in terms of committed service levels and volumes.

The ‘price level target’ shall mean that each service price under this agreement for any service element subject to the benchmarking, is at least as good as the price levels in the highest (i.e., ‘most favourable to SITA’ quartile of the service levels for similar services by other organisations.

If the Benchmarker concludes that the service provider’s pricing of the services is above the price level target, the service provider shall, within 30 days after the Benchmarker’s decision, develop for SITA review and approval, a revised pricing plan to bring the pricing in line with the Benchmarker’s findings as soon as practically possible and in all events backdated to the date of the findings. The partner will bear the costs of the implementation of the plan.

7. Service Migration.

(i) The current contract expires on 31 March 2018. The replacement service must be in place at both PoPs at least 2 months after contracting has concluded.

(ii) Failure to meet the deadline for service deployment could result in penalties and/or cancellation of contract.

(iii) SITA will commence payment once the service is operational and the migration process complete and may only be billed from the signed-off completion date.

8. Supplier Equipment

(i) The successful bidder (ISP) will be required to extend its network to the designated SITA PoPs (Centurion & Cape Town), by installing its owned and managed routers, switches, network infrastructure and fibre, or whatever is deemed necessary, at those PoPs. Installation of such infrastructure will need to adhere to SITA approved Switching centre standards. From SITA’s perspective, all infrastructure and cabling upstream of SITA’s owned and managed routers is part of the ISP network and therefore the Internet.

(ii) The service is to be supplied to and terminated on the designated network ports on SITA infrastructure at each of the SITA premises.

(iii) Currently the connectivity requirement is TenGigabit Ethernet port(s).

(iv) SITA requires the provider to be able to do multi-port connectivity (multiple 10Gbps and/or multiple 40Gbps)

(v) All equipment to be hosted at SITA must be rack-mounted.

(vi) The supplier will be required to provide their own cabinet and will be liable for SITA-imposed charges at applicable rates for hosting such a cabinet.

(vii) Suppliers are required to ensure that all equipment hosted at SITA is properly labelled with the following information:

1) - Company name

2) - Contact details for NOC/technical contact

17 of 41CONFIDENTIAL

3) - Device hostname (unique identifier)

(viii) Suppliers are responsible for the insurance of their own equipment.

9. Housing requirements

The basic service offering must include housing of 2 SITA provided devices of up to 6u each. These devices are to be located 1 at each of the South African ISP PoPs directly upstream from the SITA PoPs ie the next hop point for the traffic leaving the SITA PoP.

This housing must be provided at no additional cost. These devices will require full access to the pool of bandwidth assigned to the SITA network. The housing provided must include all cabling requirements, both power and network.

10. Additional Requirements

(i) The SLA must provide for SITA’s support team to have direct access to Senior Engineers on a 24x7x365 basis. If on-site changes or repairs are required, the technician / engineer must be on-site within sufficient time to ensure the required MTTR is met.

(ii) The successful bidder will be required to allocate a designated Service Manager to work on this account.

(iii) If the service provider fails to meet the contracted targets, service penalty credits will apply. These credits will be commensurate with the service outages they relate to and must be actioned automatically or by the Service Manager– i.e. this must not be subject to SITA first requesting the credit payments.

(2) DELIVERY ADDRESS.

The supplier must deliver the required products or services at SITA Centurion, 1 John Vorster Drive, Centurion, Gauteng AND SITA House, Fir Street, Black River Par, Observatory, Cape Town.

Note: NB: This data centre is in the process of being relocated to an alternative place within Western Cape.

(3) STATEMENT OF WORK

1. The solution provided must be complete and functional according to minimum performance standards and statement of work set out anywhere in this document. Any rectification of shortcomings in the proposed solution requiring any additional expenditure will be for the supplier's account.

2. The Supplier is responsible to perform the work as outlined in the following Work Breakdown Structure (WBS):

WBS

Statement of Work

1. The service provided must meet the following requirements, measured,

18 of 41CONFIDENTIAL

WBS

Statement of Work

calculated and reported per hour

a. End-to-end network availability of 99.8% or higher

b. End-to-end maximum packet loss must not exceed 1.5%

c. End-to-end round–trip time (RTT) must be less than or equal to 260ms for International traffic

Notes:

These metrics apply per PoP and may not be averaged across the two PoPs.

‘End-to-end’ means between the interface(s) at each of the SITA PoPs and the provider’s routers at their International peering points; ie, it must include the links the supplier uses to connect its node on site at SITA to therest of its network.

2. Bidders must provide technical design documents addressing all business and technical requirements and how the proposed solution provides redundancy and business continuity to meet the SLA metrics listed below.

Note: These metrics apply per PoP and may not be averaged across the two PoPs.

End-to-end network availability of 99.8% or higher; End-to-end maximum packet loss must not exceed 1.5% End-to-end round–trip time (RTT) must be less than or equal to

260ms for International traffic;

NOTE: ‘End-to-end’ means between the GigE interface at each of the SITA PoPs and the provider’s routers at their International peering points; ie, it must include the links the supplier uses to connect its node on site at SITA to the rest of its network.

3. The successful bidder must provide the full implementation of the solution on the required scope. Vendor must note that all documents and designs created for SITA will be owned by SITA.

4. a. The service must be provided no later than 2 months after the contract has been finalised. Failure to provide the service in time will result in the tender being cancelled.

b. Penalties will be levied should the appointed bidder not meet these time frames.

c. The Service as specified in the mandatory requirements and special condition of contract must meet certain service performance

19 of 41CONFIDENTIAL

WBS

Statement of Work

metrics. These will be included in the Service Level Agreement (SLA) that will form part of the contract. Failure to achieve them on a monthly basis will result in penalties / service credits.

5. The successful bidder (ISP) will be required to extend its network to the designated SITA PoPs (Centurion & Cape Town), by installing its owned and managed routers, switches, network infrastructure and fibre, or whatever is deemed necessary, at those PoPs. Installation of such infrastructure will need to adhere to SITA approved Switching centre standards. From SITA’s perspective, all infrastructure and cabling upstream of SITA’s owned and managed routers is part of the ISP network and therefore the Internet.

6. SITA requires bandwidth volumes split 50/50 between International bandwidth and Local bandwidth – e.g. 6Gbps total would mean 3Gbps of International bandwidth and an additional 3Gbps of Local bandwidth. The full bandwidth must be available for Local should there be no International traffic.

This bandwidth will be allocated between the PoPs based on demand at each centre as specified by SITA from time to time; this could include bandwidth reallocation in the event of a failover scenario.

7. The successful bidder must over-provision the bandwidth by a margin of 10% at all times in order to allow for the SITA traffic shaping process.

8. Although this bandwidth will be allocated between the PoPs based on demand at each centre, the solution must provide the bandwidth as a total bandwidth pool so that SITA need not specify the split to the provider and that reallocation to a single PoP should be automatic and seamless in the event of a failover scenario.

9. The entire service, including back-up and fail-over functionality, must be provided on fibre.

10. The Layer 3 service must be based on a CIR (Committed Information Rate) offering. The bandwidth must be provided on a 1:1 contention ratio – no oversell will be allowed. The supplier must be willing to provide proof to substantiate this on a regular basis over the course of the contract.

11. The bandwidth must be rapidly scalable. The ISP must be able to provide additional local or International bandwidth of up to 500 Mbps within 24hours, and above 500Mbps within a 3 working day period. These periods are maxima and commence from the time that SITA submits a request to the service provider.

The required turnaround times will be reviewed annually.12. The provider must be able to differentiate between International and

local traffic ie. by setting DSCP bits. The provider must provide SITA with these settings, and must mark the IP packets appropriately.

20 of 41CONFIDENTIAL

WBS

Statement of Work

NOTE: SITA makes use of the DSCP settings to provision Internet services to its customers. Failure by the appointed provider to perform DSCP tagging accurately will constitute a breach of service and will result in penalties against the provider.

13. The service provider must guarantee that:

the bandwidth will not be shaped in any form

the service will not make use of any layer 4 routing functionality - for example re-routing to transparent caching proxies

data packets will not be modified in any way at OSI Network layer 3 or layers above (i.e. Transport, Session, Presentation, Application etc.)

14. The service is to be supplied to and terminated on the designated network ports on SITA infrastructure at each of the SITA premises.

Currently the connectivity requirement is TenGigabit Ethernet port(s).

SITA requires the provider to be able to do multi-port connectivity (multiple 10Gbps and/or multiple 40Gbps)

15. The ISP must be in a position to provide layer 2 connectivity between the SITA PoPs in Cape Town and Centurion in order to facilitate backhauling of traffic to provide additional redundancy.

16. The successful respondent must undertake to assist in the negotiation and advice on the implementation and monitoring of suitable peering agreements, on behalf of SITA, both locally and internationally, should this be required at any stage during the duration of the contract.

17. International Connectivity: The response to this RFB must contain a detailed network connectivity map indicating the following:

All international peering and/or transit connections The amount of bandwidth actually allocated as well as the

physical interface speed or link potential to each network at each of these points.

18. International bandwidth must be provided on fibre:

Bidders must specify how much International bandwidth they procure and on which cable system/s. The amount of head-room or unallocated bandwidth must also be specified.

Policies around when additional bandwidth is procured on these systems must also be provided in response to this point.

19. The provider must route IPv6 prefixes to SITA, as well as advertise these prefixes to their peers.

20. The service provider must be in a position to offer 6U of rack space for SITA to house infrastructure on their premises.

21 of 41CONFIDENTIAL

WBS

Statement of Work

21. Real-time data presentation: SITA needs to reference this portal to check on the service availability and throughput at any moment in time. The portal thus needs to show real time traffic graphing / values at each PoP. This must be on a maximum of a 5minute polling interval. Data on the portal must be up to date to the last 5 minutes.

22. Detail of the provider’s Change Management Policy must be provided. This must clearly indicate if the provider’s policy will impact on SITA’s ability to handle emergency changes and must also detail the minimum time required from submission of a Change request to Implementation. SITA will be specifying minimum turnaround time requirements for change implementations.

23. It is conceivable that, as a result of this ISP tender process, SITA may need to change from its current ISP to another. This is a major undertaking and will need to be properly managed to ensure minimal disruption of services to SITA’s client base.

The project plan must detail how the service will be provisioned and migrated in order to ensure that it is active within 60 days of contract finalization.

24. Tenders must show a clear understanding of the service provider space, and must address Change Control, a Communication plan and Project Management principles, and rollback plan, for the migration to the new service.

Please specify associated time-frames for the procurement of access links, infrastructure and migration.

25. Sample reports must be provided. These must clearly show the ability to report on all the elements listed as SLA metrics in the mandatory requirements section and repeated here for ease of reference:

The service provided must meet the following requirements measured, calculated and reported per hour

3. End-to-end network availability of 99.8% or higher

4. End-to-end maximum packet loss must not exceed 1.5%

5. End-to-end round–trip time (RTT) must be less than or equal to 260ms for International traffic

Notes:

These metrics apply per PoP and may not be averaged across the two PoPs.

‘End-to-end’ means between the interface(s) at each of the SITA PoPs andthe provider’s routers at their International peering points; ie, it must

22 of 41CONFIDENTIAL

WBS

Statement of Work

include the links the supplier uses to connect its node on site at SITA to the rest of its network.

(4) SERVICES AND PERFORMANCE METRICS

1. The Supplier is responsible to provide the services as specified in the Service Breakdown Structure (SBS) and all other sections of this document.

2. The bidder shall provide a 24-hour contact facility with all contact facilities or media linked to the 24 hour services that will enable the bidder to respond to the required repair and support categories. If at any time this multi media contact cannot be contacted the complaint will be logged by means of e-mail and the complaint shall be considered as accepted by the bidder at the time the e-mail was transmitted.

3. The service must meet the following requirements for Availability, RTT and Packet Loss:

(i) End-to-end network availability of 99.8% or higher

(ii) End-to-end maximum packet loss must not exceed 1.5%

(iii) End-to-end round–trip time (RTT) must be less than or equal to 260ms for International traffic, where ‘End-to-end’ means between the interface(s) at each of the SITA PoPs and the provider’s routers at their International peering points; ie, it must include the links the supplier uses to connect its node on site at SITA to the rest of its network.

These metrics apply per PoP and may not be averaged across the two PoPs.

4. The service must provide Incident and Problem management as follows:

(i) 24x7x365 call centre functionality.

(ii) A MTTr (MAX Time to Respond) of 15 minutes

(iii) A MTTR (MAX Time to Repair) of 2 hours

(iv) MTTr and MTTR time measurement will commence at the time the complaint was logged (see above).

5. The service needs to be available and operational on a 24x7x365 basis. SITA will consider agreed upon maintenance windows as the only periods excluded from attracting penalties if the SLA is not met.

6. The SLA requirements will apply (with associated penalties) to any degradation of service, not only hard outages.

7. Summary of SLA measurables:

Service Element Service Level1. Call Centre 24h x 7days x 52weeks

2. Incident Response Maximum 15 minutes

3. Incident Restore Maximum 2 hours

23 of 41CONFIDENTIAL

Service Element Service Level4. Availability per PoP 99.8%

5. RTT / Latency (International traffic) per PoP

260ms

6. Packet Loss per PoP <1.5%

(5) SERVICE AND PERFORMANCE REPORTING

1. The supplier must provide an on-line reporting portal for SITA to access real-time as well as historical information in the form of graphs, statistics and reports.

2. Reporting must use a sampling/averaging window of no greater than 5 minutes.

3. All service data must be available on-line for the full service contract period at the required 5 minute granularity. No roll-up /summarizing / re-averaging of data is permitted.

4. The reporting tool must be able to preserve peaks within any reporting window.

5. Data from the portal/s must be available in XML or CSV format on demand.

The portal required for this service must provide reports on at least, but not limited to, the following elements: Total bandwidth utilization

• Total bandwidth utilization

International bandwidth utilization

• Total Local bandwidth utilization

• Excess traffic

• Dropped traffic

• Latency

• Reachability

• Availability

NETFLOW reporting (web interface)

All the above information must be available on the total solution as well as on a per PoP basis.

6. Access to the portal must be restricted to SITA Support staff.

7. SITA will require monthly Service Management meetings with full reporting on all aspects of the service at each meeting. The reports must be supplied in hard copy at the meetings.

8. SITA will require electronic reports on the SLA variables and the link utilization by close of business on the 3rd day of the month following the reporting period.

9. SITA will require all RCA reports to be submitted to SITA within 5 working days of the associated fault / incident having been resolved.

24 of 41CONFIDENTIAL

(6) CERTIFICATION, EXPERTISE AND QUALIFICATION

1. The Supplier represents that,

(i) it has the necessary expertise, skill, qualifications and ability to undertake the work required in terms of the Statement of Work or Service Definition and;

(ii) it is committed to provide the Products or Services; and

(iii) perform all obligations detailed herein without any interruption to the Customer.

2. The Supplier must provide the service in a good and workmanlike manner and in accordance with the practices and high professional standards used in well-managed operations performing services similar to the Services;

3. The Supplier must perform the Services in the most cost-effective manner consistent with the level of quality and performance as defined in Statement of Work or Service Definition;

(7) LOGISTICAL CONDITIONS

1. In the event that SITA grants the Supplier permission to access SITA's Environment including hardware, software, internet facilities, data, telecommunication facilities and/or network facilities remotely, the Supplier must adhere to SITA's relevant policies and procedures (which policy and procedures are available to the Supplier on request) or in the absence of such policy and procedures, in terms of, best industry practice.

(8) REGULATORY, QUALITY AND STANDARDS

1. The Supplier must for the duration of the contract ensure compliance with ISO/IEC General Quality Standards, ISO9001

2. The Supplier must for the duration of the contract ensure compliance with IEC/ISO Environmental conditions

3. The Supplier must for the duration of the contract ensure that the proposed product or solution conform with the Government Minimum Interoperability Standards (MIOS).

(9) PERSONNEL SECURITY CLEARANCE

1. The Supplier personnel who are required to work with information related to NATIONAL SECURITY must have a valid South African security clearance or must apply within 30 days of the signed contract for a security clearance to the level of CONFIDENTIAL at the expense of the Supplier from the South African State Security Agency or duly authorised Personnel Security Vetting entity of SA Government.

2. The Supplier personnel who are required to work with GOVERNMENT CLASSIFIED information or access government RESTRICTED areas must be a South African Citizen and at the expense of the Supplier be security vetted (pre-employment screening, criminal record screening and credit screening).

3. The Supplier must ensure that the security clearances of all personnel involved in the Contract remains valid for the period of the contract.

(10) CONFIDENTIALITY AND NON-DISCLOSURE CONDITIONS

25 of 41CONFIDENTIAL

1. The Supplier, including its management and staff, must before commencement of the Contract, sign a non-disclosure agreement regarding Confidential Information.

2. Confidential Information means any information or data, irrespective of the form or medium in which it may be stored, which is not in the public domain and which becomes available or accessible to a Party as a consequence of this Contract, including information or data which is prohibited from disclosure by virtue of:

(i) the Promotion of Access to Information Act, 2000 (Act no. 2 of 2000);

(ii) being clearly marked "Confidential" and which is provided by one Party to another Party in terms of this Contract;

(iii) being information or data, which one Party provides to another Party or to which a Party has access because of Services provided in terms of this Contract and in which a Party would have a reasonable expectation of confidentiality;

(iv) being information provided by one Party to another Party in the course of contractual or other negotiations, which could reasonably be expected to prejudice the right of the non-disclosing Party;

(v) being information, the disclosure of which could reasonably be expected to endanger a life or physical security of a person;

(vi) being technical, scientific, commercial, financial and market-related information, know-how and trade secrets of a Party;

(vii) being financial, commercial, scientific or technical information, other than trade secrets, of a Party, the disclosure of which would be likely to cause harm to the commercial or financial interests of a non-disclosing Party; and

(viii) being information supplied by a Party in confidence, the disclosure of which could reasonably be expected either to put the Party at a disadvantage in contractual or other negotiations or to prejudice the Party in commercial competition; or

(ix) information the disclosure of which would be likely to prejudice or impair the safety and security of a building, structure or system, including, but not limited to, a computer or communication system; a means of transport; or any other property; or a person; methods, systems, plans or procedures for the protection of an individual in accordance with a witness protection scheme; the safety of the public or any part of the public; or the security of property; information the disclosure of which could reasonably be expected to cause prejudice to the defence of the Republic; security of the Republic; or international relations of the Republic; or plans, designs, drawings, functional and technical requirements and specifications of a Party, but must not include information which has been made automatically available, in terms of the Promotion of Access to Information Act, 2000; and information which a Party has a statutory or common law duty to disclose or in respect of which there is no reasonable expectation of privacy or confidentiality;

26 of 41CONFIDENTIAL

3. Notwithstanding the provisions of this Contract, no Party is entitled to disclose Confidential Information, except where required to do so in terms of a law, without the prior written consent of any other Party having an interest in the disclosure;

4. Where a Party discloses Confidential Information which materially damages or could materially damage another Party, the disclosing Party must submit all facts related to the disclosure in writing to the other Party, who must submit information related to such actual or potential material damage to be resolved as a dispute;

5. Parties may not, except to the extent that a Party is legally required to make a public statement, make any public statement or issue a press release which could affect another Party, without first submitting a written copy of the proposed public statement or press release to the other Party and obtaining the other Party's prior written approval for such public statement or press release, which consent must not unreasonably be withheld.

(11) GUARANTEE AND WARRANTIES. The Supplier warrants that:

1. As at Commencement Date, it has the rights, title and interest in and to the Product or Services to deliver such Product or Services in terms of the Contract and that such rights are free from any encumbrances whatsoever;

2. The Product remains connected or Service is continued during the term of the Contract;

3. no actions, suits, or proceedings, pending or threatened against it or any of its third party suppliers or sub-contractors that have a material adverse effect on the Supplier’s ability to fulfil its obligations under the Contract exist;

4. SITA is notified immediately if it becomes aware of any action, suit, or proceeding, pending or threatened to have a material adverse effect on the Supplier’s ability to fulfil the obligations under the Contract;

5. any Product sold to SITA after the Commencement Date of the Contract remains free from any lien, pledge, encumbrance or security interest;

6. SITA’s use of any Product and Manuals supplied in connection with the Contract does not infringe any Intellectual Property Rights of any third party;

7. the information disclosed to SITA does not contain any trade secrets of any third party, unless disclosure is permitted by such third party;

8. it is financially capable of fulfilling all requirements of the Contract and that the Supplier is a validly organized entity that has the authority to enter into the Contract;

9. it is not prohibited by any loan, contract, financing arrangement, trade covenant, or similar restriction from entering into the Contract;

10. the prices, charges and fees to SITA as contained in the Contract are at least as favourable as those offered by the Supplier to any of its other customers that are of the same or similar standing and situation as SITA; and

11. any misrepresentation by the Supplier amounts to a breach of Contract.

(12) INTELLECTUAL PROPERTY RIGHTS

27 of 41CONFIDENTIAL

1. SITA retains all Intellectual Property Rights in and to SITA's Intellectual Property. As of the Effective Date, the Supplier is granted a non-exclusive license, for the continued duration of this Contract, to perform any lawful act including the right to use, copy, maintain, modify, enhance and create derivative works of SITA's Intellectual Property for the sole purpose of providing the Products or Services to SITA pursuant to this Contract; provided that the Supplier must not be permitted to use SITA's Intellectual Property for the benefit of any entities other than SITA without the written consent of SITA, which consent may be withheld in SITA's sole and absolute discretion. Except as otherwise requested or approved by SITA, which approval is in SITA's sole and absolute discretion, the Supplier must cease all use of SITA's Intellectual Property, at of the earliest of:

(i) termination or expiration date of this Contract;

(ii) the date of completion of the Services; and

(iii) the date of rendering of the last of the Deliverables.

2. If so required by SITA, the Supplier must certify in writing to SITA that it has either returned all SITA Intellectual Property to SITA or destroyed or deleted all other SITA Intellectual Property in its possession or under its control.

3. SITA, at all times, owns all Intellectual Property Rights in and to all Bespoke Intellectual Property.

4. Save for the license granted in terms of this Contract, the Supplier retains all Intellectual Property Rights in and to the Supplier’s pre-existing Intellectual Property that is used or supplied in connection with the Products or Services.

(13) TARGETED PROCUREMENT/TRANSFORMATION

SITA, in terms of the PPPFA Regulation 2017 section 9(1), has an obligation to advance designated groups which includes black SMMEs (i.e. Exempted Micro Enterprises (EME) and Qualifying Small Enterprises (QSE)) for the supply of certain ICT goods or services to subcontract for a contract above R30 million, an organ of state must apply subcontracting to advance designated groups.

a) The Prime Contractor must be B-BBEE compliant (have a B-BBEE status level of at least 6).b) The Prime Contractor must at the time of submitting the tender/bid provide proof of intent to

subcontract via a subcontracting agreement which clearly defines the scope of work to be subcontracted.

c) The Prime Contractor must subcontract a minimum of 40% to EMEs or QSEs which are at least 51% black owned, and /or i. EME/QSE which is at least 51% owned by black people who are youth; or

ii. EME/QSE which is at least 51% owned by black people with disabilities; oriii. EME/QSE which is at least 51% owned by unemployed black people; oriv. EME/QSE which is at least 51% owned by black people living in rural and under

developed areas; orv. EME/QSE which is at least 51% owned by black military veterans.vi. EME or QSE which is at least 51% owned by black people who are women;

vii. a cooperative which is at least 51% owned by black people;

28 of 41CONFIDENTIAL

An EME or QSE being subcontracted preferably should be registered and have presence in the province where the service will be delivered.

9.3. DECLARATION OF ACCEPTANCE

ACCEPT ALL DO NOT ACCEPT ALL

(1) The bidder declares to ACCEPT ALL the Special Condition of Contract as specified in section 9.2 above by indicating with an “X” in the “ACCEPT ALL” column, OR

(2) The bidder declares to NOT ACCEPT ALL the Special Conditions of Contract as specified in section 9.2 above by -

1. Indicating with an “X” in the “DO NOT ACCEPT ALL” column, and;

2. Provide reason and proposal for each of the conditions that is not accepted.

Comments by bidder:Provide reason and proposal for each of the conditions not accepted as per the format:Condition Reference:Reason:Proposal:

29 of 41CONFIDENTIAL

ANNEX A.4: COSTING AND PRICING

QUALIFICATION NOTICE

To safeguard the integrity of the bidding process, the technical and financial proposals should be submitted in separate sealed envelopes, as per “National

Treasury: Supply Chain Management a guide for Accounting Officers / Authorities, 2004”, section 5.9.4; therefore

All bid Pricing Schedules, as indicated in section 10 COSTING AND PRICING, must be

submitted in a SEPARATE SEALED ENVELOPE, failing which the bid WILL BE DISQUALIFIED.

30 of 41CONFIDENTIAL

10. COSTING AND PRICING

10.1.COSTING AND PRICING EVALUATION

(1) ALL PRICING SCHEDULES MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE, failing which the BID will be DISQUALIFIED.

(2) In terms of Preferential Procurement Policy Framework Act (PPPFA), the following preference point system is applicable to all Bids:

1. the 80/20 system (80 Price, 20 B-BBEE) for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); or

2. the 90/10 system (90 Price and 10 B-BBEE) for requirements with a Rand value above R50 000 000 (all applicable taxes included).

(3) This bid will be evaluated using the PPPFA preferential points scoring system of 90/10.

(4) The bidder must complete the declaration of acceptance as per section 10.3 below by marking with an “X” either “ACCEPT ALL”, or “DO NOT ACCEPT ALL”, failing which the declaration will be regarded as “DO NOT ACCEPT ALL” and the bid will be disqualified.

(5) Bidder will be bound by the following general costing and pricing conditions and SITA reserves the right to negotiate the conditions or automatically disqualify the bidder for not accepting these conditions. These conditions will form part of the Contract between SITA and the bidder. However, SITA reserves the right to include or waive the condition in the Contract.

10.2.COSTING AND PRICING CONDITIONS

(1) The bidder must submit the Pricing Schedule(s) as prescribed in section 10.4 as well as the relevant enclosed Standard Bidding Document SBD 3.1, 3.2 or 3.3.

(2) SOUTH AFRICAN PRICING. The total price must be VAT inclusive and be quoted in South African Rand (ZAR).

(3) TOTAL PRICE

1. All quoted prices are the total price for the entire scope of required services and deliverables to be provided by the bidder.

2. The cost of delivery, labour, S&T, overtime, etc. must be included in this bid.

3. All additional costs must be clearly specified.

(4) BID EXCHANGE RATE CONDITIONS. The bidders must use the exchange rate provided below to enable SITA to compare the prices provided by using the same exchange rate:

Foreign currency South African Rand (ZAR) exchange rate1 US Dollar 11.92021 Euro 14.61711 Pound 16.7383

31 of 41CONFIDENTIAL

THE TOTAL BID PRICE RESULTING FROM THE CALCULATIONS BELOW IS PURELY IN ORDER TO BE ABLE TO COMPARE THE RESPONSES. SITA WILL NOT BE COMMITTED TO PROCURING THE SERVICE IN ACCORDANCE WITH THE TABLE AND GROWTH RATE PROVIDED IN THE FINANCIAL RESPONSE SECTION. SIMILARLY, SHOULD SITA EXCEED THE REQUIREMENTS IN THE TABLE, AN ADDENDUM WILL NEED TO BE PREPARED FOR THE CONTRACT TO PROVIDE COSTING OF ADDITIONAL CATEGORIES.

10.3.DECLARATION OF ACCEPTANCE

ACCEPT ALL DO NOT ACCEPT ALL

(1) The bidder declares to ACCEPT ALL the Costing and Pricing conditions as specified in section 10.2 above by indicating with an “X” in the “ACCEPT ALL” column, or

(2) The bidder declares to NOT ACCEPT ALL the Costing and Pricing Conditions as specified in section 10.2 above by -

1. Indicating with an “X” in the “DO NOT ACCEPT ALL” column, and;

2. Provide reason and proposal for each of the condition not accepted.

Comments by bidder:Provide the condition reference, the reasons for not accepting the condition.

32 of 41CONFIDENTIAL

10.4.BID PRICING SCHEDULE

Note:a) Bidder must complete the pricing as per table below (or as per the attachoed spread sheet if applicable).

b) Line Prices are all VAT EXCLUDING, and TOTAL PRICE is VAT INCLUSIVE

c) The table below provides an estimation of quantities based on projected uptake.

d) The bandwidth requirements below are based on a projected estimation of our customer bandwidth consumption. These bandwidth estimations do not constitute a binding commitment to buy an amount of bandwidth equal to the projected estimation

(1) PRODUCT OR SERVICE PRICING

No

Product/Service description Quantity (Regular

Bandwidth Gbps)

Regular Bandwidth

cost

Quantity (E-Rate

Bandwidth Gbps)

E-Rate Bandwidth

cost

Quantity (Backhaul Bandwidth

Gbps)

Backhaul Bandwidt

h cost

Total Price

1. Installation, configuration, and commissioning of internet services.

2. Provide Internet services with maintenance and support to SITA and its clients – Year 1

20 20 20

3. Provide Internet services with maintenance and support to SITA and its clients – Year 2

40 40 40

4. Provide Internet services with maintenance and support to SITA and its clients – Year 3

80 80 80

5. 6U of Rack Space – Year 16. 6U of Rack Space – Year 27. 6U of Rack Space – Year 38. SUBTOTAL (VAT Excl.)9. VAT (15%)10. BID TOTAL (VAT Incl.)

33 of 41CONFIDENTIAL

(2) Bill of material-based costing model

Not applicable.

(3) LUMP SUM DELIVERABLE PRICING

No Deliverable/Output Description Price Year 1(VAT Excl.)

Price Year 2(VAT Excl.)

Price Year 3(VAT Excl.)

1.2. SUBTOTAL (VAT Excl.)3. VAT (14%)4. SUBTOTAL (VAT Incl.)5. BID TOTAL (VAT Incl.)

(4) RATE OF EXCHANGE PRICING INFORMATION

Provide the TOTAL BID PRICE for the duration of Contract and clearly indicate the Local Price and Foreign Price, where –1. Local Price means the portion of the TOTAL price that is NOT dependent on the Foreign Rate of Exchange (ROE) and;

2. Foreign Price means the portion of the TOTAL price that is dependent on the Foreign Rate of Exchange (ROE).

3. Exchange Rate means the ROE (ZA Rand vs foreign currency) as determined at time of bid.

No Description Price YEAR 1(Vat Excl.)

Price YEAR 2(VAT Excl.)

Price YEAR 3(VAT Excl.)

1. LOCAL Price (ZAR)2. FOREIGN Price (ZAR)3. Exchange Rate4. SUBTOTAL (VAT Excl.)5. VAT (14%)6. TOTAL (VAT Incl.)7. BID TOTAL

34 of 41CONFIDENTIAL

SBD 3.1PRICING SCHEDULE – FIRM PRICES

(PURCHASES)

NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED

IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT

Name of bidder: ………………………………………………………… Bid number:

Closing Time: 11:00 Closing date:

OFFER TO BE VALID FOR ……… DAYS FROM THE CLOSING DATE OF BID._______________________________________________________________________________ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCYNO. ** (ALL APPLICABLE TAXES INCLUDED)

_______________________________________________________________________________

- Required by: THE STATE INFORMATION TECHNOLOGY AGENCY SOC LTD

- At: …………………………………………………

…………………………………………………

- Brand and model: …………………………………………………

- Country of origin: …………………………………………………

- Does the offer comply with the specification(s)? *YES/NO

- If not to specification, indicate deviation(s) ………………………………….

- Period required for delivery ………………………………….*Delivery: Firm/not firm

- Delivery basis ……………………………………

Note:All delivery costs must be included in the bid price, for delivery at the prescribed destination.

** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies.*Delete if not applicable

35 of 41CONFIDENTIAL

SBD 3.2PRICING SCHEDULE – NON-FIRM PRICES

(PURCHASES)

NOTE: PRICE ADJUSTMENTS WILL BE ALLOWED AT THE PERIODS AND TIMES SPECIFIED IN THE BIDDING DOCUMENTS.

IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT

Name of Bidder: …………………………………………………………… Bid number:

Closing Time 11:00 Closing date:

OFFER TO BE VALID FOR ……… DAYS FROM THE CLOSING DATE OF BID.

________________________________________________________________________________ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCYNO. **(ALL APPLICABLE TAXES INCLUDED)

________________________________________________________________________________

- Required by: THE STATE INFORMATION TECHNOLOGY AGENCY SOC LTD

- At: …….…..……………………………….

- Brand and model ……..………………………………….

- Country of origin ……...………………………………….

- Does the offer comply with the specification(s)? *YES/NO

- If not to specification, indicate deviation(s) ………………………………………….

- Period required for delivery ………………………………………….

- Delivery: *Firm/not firm

** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies.

*Delete if not applicable

36 of 41CONFIDENTIAL

SBD 3.3PRICING SCHEDULE

(Professional Services)

NAME OF BIDDER: ……………………………………………………………… BID NO:

CLOSING TIME: 11:00 CLOSING DATE:

OFFER TO BE VALID FOR ………… DAYS FROM THE CLOSING DATE OF BID._______________________________________________________________________________________ITEM DESCRIPTION BID PRICE IN RSA CURRENCYNO **(ALL APPLICABLE TAXES INCLUDED)_______________________________________________________________________________________

1. The accompanying information must be used for the formulationof proposals.

2. Bidders are required to indicate a ceiling price based on the totalestimated time for completion of all phases and including allexpenses inclusive of all applicable taxes for the project. R………..…………………………………………………...

3. PERSONS WHO WILL BE INVOLVED IN THE PROJECT AND RATES APPLICABLE (CERTIFIED INVOICES MUST BE RENDERED IN TERMS HEREOF)

4. PERSON AND POSITION HOURLY RATE DAILY RATE

----------------------------------------------------------------- R--------------------- -----------------

----------------------------------------------------------------- R--------------------- -----------------

----------------------------------------------------------------- R--------------------- -----------------

5. PHASES ACCORDING TO WHICH THE PROJECT WILL BECOMPLETED, COST PER PHASE AND MAN-DAYS TO BE SPENT

----------------------------------------------------------------- R----------------------- ----------------- days

----------------------------------------------------------------- R----------------------- ----------------- days

----------------------------------------------------------------- R----------------------- ----------------- days

----------------------------------------------------------------- R----------------------- ----------------- days

37 of 41CONFIDENTIAL

5.1 Travel expenses (specify, for example rate/km and total km, classof air-travel, etc). Only actual costs are recoverable. Proof of theexpenses incurred must accompany certified invoices.

DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT

…………………………………………………………………… ……………… …………….. R………………….

…………………………………………………………………… ……………… …………….. R………………….

…………………………………………………………………… ……………… …………….. R………………….

…………………………………………………………………… ……………… …………….. R………………….

TOTAL: R………………………..

** ”all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies.

5.2 Other expenses, for example accommodation (specify, eg. Threestar hotel, bed and breakfast, telephone cost, reproduction cost,etc.). On basis of these particulars, certified invoices will be checkedfor correctness. Proof of the expenses must accompany invoices.

DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT

…………………………………………………………………… ……………… …………….. R…………………..

…………………………………………………………………… ……………… …………….. R…………………..

…………………………………………………………………… ……………… …………….. R…………………..

…………………………………………………………………… ……………… …………….. R…………………..

TOTAL: R………………………….6. Period required for commencement with project after

acceptance of bid ………………………………………………………………

7. Estimated man-days for completion of project ……………………………………………………………….

8. Are the rates quoted firm for the full period of contract? *YES/NO

9. If not firm for the full period, provide details of the basis on whichadjustments will be applied for, for example consumer price index.

……………………………………………………………….

……………………………………………………………….

……………………………………………………………….

……………………………………………………………….

*[DELETE IF NOT APPLICABLE]

38 of 41CONFIDENTIAL

ANNEX A.5: TECHNICAL SCHEDULES

11. Technical SchedulesInclude the schedules that that are referenced in the technical specifications sections.

11.1.LOCATION SCHEDULE

11.2.EQUIPMENT AND QUANTITY SCHEDULE

11.3.SOLUTION ARCHITECTURE

11.4.SERVICES AND PERFORMANCE SCHEDULE

11.5.PROJECT AND DELIVERY SCHEDULE

39 of 41CONFIDENTIAL

ANNEX A.6: Terms and definitions

1. ABBREVIATIONSIn alphabetical order

ICT Information and Communication TechnologyPPPFA Preferential Procurement Policy Framework Act

2. DEFINITIONSIn alphabetical order…include only the terms that are used in this technical bid specification. See also terms and definitions in the Main Bid Document to avoid inconsistency

<term> means ….

40 of 41CONFIDENTIAL

ANNEX A.7: BIDDER SUBSTANTIATING EVIDENCE

This section is reserved for the bidder to provide information related to the substantiating evidence or comments in the format as required by the bid specification (e.g. text, graphical representation, diagrams, statistical reports, lists, reference letters, copies of product of solution documentation, certificates, licences, memberships, etc.).

Note: The evidence provided in this section will be used by the bid evaluation committee to evaluate the bid. Therefore, each piece of substantiating evidence must be cross referenced to requirements specification section.

41 of 41CONFIDENTIAL


Recommended