+ All Categories
Home > Documents > Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to...

Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to...

Date post: 14-Mar-2018
Category:
Upload: phamdang
View: 213 times
Download: 1 times
Share this document with a friend
42
ANNEXURE 1 TECHNICAL AND PRICING REQUIREMENTS BIDDERS MUST SUBMIT ANNEXURE 1 TOGETHER WITH THE MAIN BID DOCUMENT BID NUMBER: RFB 1583/2017 PUBLICATION DATE: 07 July 2017 CLOSING DATE: 27 July 2017 CLOSING TIME: 11:00AM RFQ DESCRIPTION: APPOINTMENT OF A PROFESSIONAL SERVICES PROVIDER TO OPERATE THE WIDE AREA NETWORK FOR DEPARTMENT OF HOME AFFAIRS FOR A PERIOD OF THREE (03) YEARS. 1 of 42
Transcript
Page 1: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

ANNEXURE 1

TECHNICAL AND PRICING REQUIREMENTS

BIDDERS MUST SUBMIT ANNEXURE 1 TOGETHER WITH THE MAIN BID DOCUMENT

BID NUMBER: RFB 1583/2017

PUBLICATION DATE:

07 July 2017

CLOSING DATE: 27 July 2017

CLOSING TIME: 11:00AM

RFQ DESCRIPTION:

APPOINTMENT OF A PROFESSIONAL SERVICES PROVIDER TO OPERATE THE WIDE AREA NETWORK FOR DEPARTMENT OF HOME AFFAIRS FOR A PERIOD OF THREE (03) YEARS.

1 of 32

Page 2: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

Contents1. PURPOSE AND BACKGROUND......................................................................................................................... 3

1.1. PURPOSE........................................................................................................................................................31.2. BACKGROUND................................................................................................................................................3

1.2.1. The Current Environment...........................................................................................................................31.2.2. PROBLEM STATEMENT...............................................................................................................................41.2.3. CONTRACTING MODEL...............................................................................................................................4

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

2.1. SCOPE OF WORK.............................................................................................................................................52.2. DELIVERY ADDRESS.........................................................................................................................................62.3. CUSTOMER INFRASTRUCTURE AND ENVIRONMENT......................................................................................6

2.3.1. Operating Environment..............................................................................................................................62.3.2. Existing ICT solutions..................................................................................................................................8

3. TECHNICAL REQUIREMENT OVERVIEW............................................................................................................ 8

4. BID EVALUATION STAGES................................................................................................................................ 8

ANNEX A.1: ADMINISTRATIVE PRE-QUALIFICATION...............................................................................................9

5. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS..................................................................................9

5.1. ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION...................................................................................95.2. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS................................................................................9

ANNEX A.2: TECHNICAL MANDATORY, FUNCTIONALITY AND PROOF OF CONCEPT REQUIREMENTS.....................10

6. TECHNICAL MANDATORY.............................................................................................................................. 10

6.1. INSTRUCTION AND EVALUATION CRITERIA..................................................................................................106.2. TECHNICAL MANDATORY REQUIREMENTS...................................................................................................106.3. DECLARATION OF COMPLIANCE...................................................................................................................11

7. TECHNICAL FUNCTIONALITY.......................................................................................................................... 12

7.1. INSTRUCTION AND EVALUATION CRITERIA..................................................................................................127.2. TECHNICAL FUNCTIONALITY REQUIREMENTS..............................................................................................12

8. PROOF OF CONCEPT...................................................................................................................................... 14

ANNEX A.3: SPECIAL CONDITIONS OF CONTRACT (SCC).......................................................................................15

9. SPECIAL CONDITIONS OF CONTRACT.............................................................................................................. 15

9.1. INSTRUCTION...............................................................................................................................................159.2. SPECIAL CONDITIONS OF CONTRACT............................................................................................................15

ANNEX A.4: COSTING AND PRICING..................................................................................................................... 23

10. COSTING AND PRICING.................................................................................................................................. 24

10.1. COSTING AND PRICING EVALUATION...........................................................................................................2410.2. COSTING AND PRICING CONDITIONS............................................................................................................2510.3. DECLARATION OF ACCEPTANCE...................................................................................................................2510.4. BID PRICING SCHEDULE................................................................................................................................26

ANNEX A.5: TERMS AND DEFINITIONS................................................................................................................. 31

13. ABBREVIATIONS............................................................................................................................................ 31

ANNEX A.6: BIDDER SUBSTANTIATING EVIDENCE................................................................................................32

2 of 32

Page 3: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

INTRODUCTION

1. PURPOSE AND BACKGROUND

1.1. PURPOSE

The purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids to provide an end to end – Wide Area Network (WAN) (including core and last mile) and Local Area Network (LAN) - managed network services and capabilities to the Department of Home Affairs (DHA) network on behalf of SITA. This should be achieved using the SITA assets, contracts, operational people and other additional assets and any other systems that the service provider may deem fit. This will be for a period of thirty six (36) months.

1.2. BACKGROUND

The DHA is a Citizen Centric organisation responsible to provide Civic, Personal Identity and Immigration services, at approximately four hundred and fifty (450) DHA service outlets situated in metropolitan areas, districts and local municipalities and ports of entry across South Africa.

In addition to providing public services to citizens, businesses and foreigners, DHA is also responsible to provide public services to other departments as part of its Justice, Crime Prevention and Security cluster obligations. It is therefore critical for the DHA Information Communication and Technology (ICT) Infrastructure at all service outlets to remain connected and operational at all expected times.

1.2.1.The Current Environment

The table below indicates the distribution of DHA offices (service outlets). Most of the DHA offices are located in the Gauteng province.

No PROVINCE SWITCHING CENTRE SUB-TOTAL TOTAL1 Eastern Cape (EC) Bisho 11 512 Eastern Cape (EC) East London 93 Eastern Cape (EC) Mthatha 184 Eastern Cape (EC) Port Elizabeth 135 Free State (FS) Bloemfontein 14 286 Free State (FS) Welkom 147 Gauteng Province (GP) Bedfordview 40 1258 Gauteng Province (GP) Beta 139 Gauteng Province (GP) Centurion 2410 Gauteng Province (GP) Fixed VSAT sites 4111 Gauteng Province (GP) Numerus 712 North West Mmabatho 23 3113 North West Potchefstroom 814 KwaZulu-Natal (KZN) Durban 25 8815 KwaZulu-Natal (KZN) Middleburg 1916 KwaZulu-Natal (KZN) Pietermaritzburg 1717 KwaZulu-Natal (KZN) Ulundi 2718 Limpopo Province (LP) Modimolle 4 4319 Limpopo Province (LP) Polokwane 3920 Mpumalanga (MP) Nelspruit 25 25

3 of 32

Page 4: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

No PROVINCE SWITCHING CENTRE SUB-TOTAL TOTAL21 Northern Cape (NC) Kimberley 15 2422 Northern Cape (NC) Upington 923 Western Cape (WC) Cape Town 21 3324 Western Cape (WC) George 525 Western Cape (WC) Worcester 7

TOTAL 448

Table 1: Distribution of DHA sites per SITA Point of Presence (PoP).

1.2.2.PROBLEM STATEMENT

The current state of affairs is that SITA provides a WAN service which is not fully managed as DHA owns and manages the customer premises equipment (CPE) infrastructure and the LAN environment. The ability of SITA to provide a stable and reliable service is currently faced with the following challenges:

a) Due to the fact that the majority of the last mile access links are provided over the copper infrastructure, the service is consistently experiencing network outages due to cable related problems. These problems are related to cable theft, cable breaks and faulty cables to name but a few. Telco service providers do not replace a cable after the third occurrence of cable theft. This problem often leads to lengthy network outages and mean time to restore (MTTR) the service. Unfortunately DHA has limited redundancy on last mile access links. These downtimes result in DHA not being able to provide services to the communities they serve.

b) There are also challenges with regards to slow delivery of WAN access links and bandwidth in rural communities by the local Telco service providers with which SITA has a contract.

c) Since DHA owns the CPE, SITA is unable to guarantee proper lifecycle management and maintenance of this equipment.

d) Regular power related problems at some of the sites have been experienced, resulting in service outages.

e) DHA LAN environment is not visible to SITA Network Operational Centre.

1.2.3.CONTRACTING MODEL

The contracting model, indicating the relationship between SITA, Service Provider and DHA is intended to operate as follows:DHA Management will receive a NOC to monitor the network performance. The service provider will be providing leadership in managing the entire DHA network capability including the SITA technical staff and network assets (as illustrated in Figure 1 below).

4 of 32

Page 5: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

Figure 1: Contracting model between SITA, Service Partner and DHA

2. SCOPE OF BID

2.1. SCOPE OF WORK

The scope of work by the bidder is to provide end to end Management Services on the network that SITA has deployed to provide services to the Department of Home Affairs (DHA network); including the following –

(1) Perform a Network capability audit, comprising of:

(a) IT Asset Management Audit: Review and update Inventory, configuration and life-cycle status of all network access links (circuits), network equipment and software licenses; and make recommendations to upgrade and improve network design.

(b) Operational Support System audit: Assess the Network Operation Centre (NOC) and Network Management System (NMS) Toolset and make recommendation for upgrade to world-class NOC and NMS.

(c) Service Management System audit: Assess the effectiveness and maturity of the Service Management System and Toolsets and make recommendations to improve to world-class ITIL compliant service.

(2) Manage the WAN Access Links and Network Technical Service Centre operations, comprising of:

(a) Manage existing Telco Operators for the installation, upgrades, maintenance, modification and decommissioning of WAN Access Links (circuits) as required.

(b) Manage Technical Service Centres, including existing suppliers and SITA technical staff, for the supply, install, configure, break-fix maintenance and decommissioning of Network equipment, cabling and software.

(c) Manage the consolidation of the DHA WAN Access points (circuits) that are currently NOT part of the DHA VPN (that are provide via SARS network) into the DHA VPN.

5 of 32

Page 6: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

(d) Manage contracts of all existing network and equipment suppliers and improve contract and supplier management to improve cost effectiveness.

(3) Manage the Network Operations Centre (NOC) services, comprising of:

(a) Upgrade the NOC to world-class standards based on NOC Audit.

(b) Manage the NOC operations that provide equipment configuration, technology change control, real-time performance monitoring and reporting and service metering to inform billing services.

(c) Integrate the DHA Local Area Networks (LAN) assets into the Network Operations Centre monitoring system.

(d) Extend the NOC Live Performance Monitor dashboard to be available for view by DHA management team.

(4) Manage Service Management Services, comprising of:

(a) Establish dedicated DHA Service Management as single point of contact.

(b) Service Desk,

(c) Customer Request, fulfilment and complaint resolution service

(d) Problem and Incident management.

(e) Configuration Management

(f) Change Management

(g) Service level metrics management.

(5) Provide skills transfer to SITA management and technical staff to operate the DHA VPN.

(6) Provide Consulting services.

2.2. DELIVERY ADDRESS

The service must be provided nationally.

2.3. CUSTOMER INFRASTRUCTURE AND ENVIRONMENT

2.3.1.Operating Environment

The applications that DHA uses to render public services are centralized and as a result, DHA requires network services in order for DHA personnel to access applications from various office sites.

Many offices are fully automated and cannot function with manual procedures. Thus, when the network services affecting these offices are down, then DHA office needs to shut down completely. It is the strategic intent of DHA on behalf of Government to fully automate all the DHA offices over time.

DHA management do not have access to any network operating support systems, and as a result, the DHA management often does not know when the network services and therefore public services get disrupted. In such cases, the DHA management can only react after the fact and often times, only when informed by members of the public. This is clearly not tenable and unnecessarily exposes the Government to perceptions of incompetence and callousness.

6 of 32

Page 7: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

Within the operations management area, an immediate intervention will be a radical improvement in the capability of the network monitoring systems and the creation of a live view of the state of the network to the DHA management. This immediate intervention will then enable SITA to proactively manage all components of the network services and the DHA management to proactively manage any business and operations risks associated with disruptions in network services.

Finally, it is noteworthy that the model proposed for SITA internally is also not unique to the broader market as it is used by one of the most successful employers of technology in Government, the South African Revenue Services (SARS) as illustrated in Figure 2 below.

Figure 2: Proposed Service Delivery Model

DHA – The Customer.Appointed Service Provider – The successful bidder, who will serve as the single point of contact and be responsible for end-to-end managed network service delivery to the customer.SITA – the existing technical capability who are responsible for the service operations of the DHA VPN (SITA IP Core) and Telco core and access link providers. Other service provider – these are existing service providers that provides maintenance and support on all network equipment excluding telecom transmission lines.SITA IP Core – Government MPLS IP network, specifically related to the DHA VPN.Broadband Infraco (BBI) – Providing the majority NGN Core links. Telkom – Providing the majority of access links to DHA.Other access links service providers to DHA including:

1) NeoTel

2) Vodacom

3) Ubuntu

4) Internet Solutions

5) Wispa

6) Haimsa IT

7 of 32

Page 8: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

2.3.2.Existing ICT solutions

SITA currently uses the following ICT solutions to provide network service to DHA:

1) IT Service Management solution: BMC Remedy 9

2) Network Operations Center: HP Network Node Manager and Cisco Prime.

3) Network Performance, Monitoring and Reporting: IBM Netcool and CA-EHealth.

4) Network Security: Cisco ACS Server.

3. TECHNICAL REQUIREMENT OVERVIEWRefer to section 9 work breakdown structure.

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 YESStage 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.

8 of 32

Page 9: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

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 –

(a) Reject the bid and not evaluate it, or

(b) 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 –

(a) 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 (refer to the Bid Document on the format for submission of bids);

(b) in the correct format as one original document, two copies and one CD.

(2) Attendance at compulsory briefing session: Briefing session is mandatory. The bidder must sign the briefing session attendance register using the same information (bidder company name, bidder representative person name and contact details) as submitted in the bidders response document.

(3) 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).

9 of 32

Page 10: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

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.

6.2. TECHNICAL MANDATORY REQUIREMENTSTECHNICAL MANDATORY REQUIREMENTS

Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(provide reference to binder, section and page to locate evidence)

(1) WIDE AREA NETWORK EXPERIENCE

The bidder must have provided managed MPLS network services for at least 3 (three) years to at least two (2) South African customers, each customer with 100 sites minimum.

Provide copies of valid service contract or letter of affirmation from different Customer organisations, which are signed, dated, and indicate:(a) The Bidder organisation name;(b) The Customer organisation name and physical address;(c) The Customer contact person’s name, telephone number and email address;(d) Nature of network services provided;(e) Number of customer sites connected to the WAN; and(f) Contract Start and End Date;

(2) OEM PARTNERSHIP

The bidder or its nominated sub-contractor must be registered as a CISCO Systems “Gold” or better level partner or Value Added Reseller (VAR).

Provide a copy of a valid letter from CISCO Systems indicating, (a) the bidder name, (b) the bidder or sub-contractor is a “Gold” or better Partner or VAR, (c) date the partnership was established, and (d) information stating that the partnership or VAR is valid at time of bid.Note: All letters, certificates or licenses must be in writing, dated, signed and on a

10 of 32

Page 11: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

TECHNICAL MANDATORY REQUIREMENTS

Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(provide reference to binder, section and page to locate evidence)

letterhead of the entity that issued to letter.

(3) NETWORK EQUIPMENT SUPPORT EXPERIENCE (break-fix, maintenance contracts of equipments)

The bidder or its nominated sub-contractor must have provided Network Support Services for at least three (3) years, to at least two (2) South African customers with at least five hundred (500) network equipment for each customer.

Provide copies of valid service contract or letter of affirmation from different Customer organisations, which are signed, dated, and indicate:(a) The Bidder or sub-contractor organisation name;(b) The Customer organisation name and physical address;(c) The Customer contact person’s name, telephone number and email address;(d) Nature of Network Support Services provided (must include Network Maintenance or Support Services);(e) Number of Network equipment; and(f) Contract Start and End Date;

(4) SERVICE MANAGEMENT: TECHNICAL SOLUTION

The bidder or its nominated sub-contractor must have experience with one (1) customer in the last five (5) years in automating at least 3 of the below ITIL processes using a Toolset:

(1) Service Desk,

(2) Incident Management,

(3) Problem management,

(4) Change management and

(5) Configurations Management

Provide copies of valid service contract or letter of affirmation from Customer organisation, which is signed, dated, and indicate:(a) The Bidder organisation name;(b) The Customer organisation name and physical address;(c) The Customer contact person’s name, telephone number and email address;(d) Contract Start and End Date;(e) The names of ITIL Processes as per requirement and the corresponding toolset that was used to automate the process.

6.3. DECLARATION OF COMPLIANCEComply Not

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

(a) The bid complies with each and every TECHNICAL MANDATORY REQUIREMENT as specified in SECTION 6.2 above; AND

(b) Each and every requirement specification is substantiated by evidence as proof of compliance.

11 of 32

Page 12: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

7. TECHNICAL FUNCTIONALITY

7.1. INSTRUCTION AND EVALUATION CRITERIA

(1) The bidder must complete in full all of the TECHNICAL FUNCTIONALITY requirements.

(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) Evaluation per requirement. The evaluation (scoring) of bidders’ responses to the requirements will be determined by the completeness, relevance and accuracy of substantiating evidence. Each TECHNICAL FUNCTIONALITY requirement will be evaluated using the following generic 5 point scale:

Evaluation criteria ScoreIrrelevant (does not meet any requirement or no substantiation)

0

Poor (far below minimum requirements) 1Average (below minimum requirements) 2Good (meets minimum requirements) 3Very Good (exceeds minimum requirements) 4Excellent (far exceeds minimum requirements) 5

(4) Weighting of requirements: The full scope of requirements will be determined by the following weights:

No. Technical Functionality Areas Weighting1a. Transition: Project 1. The Bidder’s capability to

execute transition or change management.35%

1b. Transition: Project 2. The Bidder’s capability to execute transition or change management.

35%

2. Service Management: Maturity. Bidder’s capability to provide service management.

30%

TOTAL 100 %

(5) Minimum threshold. To be eligible to proceed to the next stage of the evaluation the BID must achieve a minimum threshold score of 60%.

7.2. TECHNICAL FUNCTIONALITY REQUIREMENTSTECHNICAL FUNCTIONALITY REQUIREMENTS

Substantiating evidence and evaluation criteria(used to evaluate bid)

Points Substantiation reference(to be completed by bidder)

(1) TRANSITION EXPERIENCE

The Bidder or its nominated sub-contractor must have executed two (2) complex Network Services transition projects over the past ten (10) years for one or more South African Customers. The bidder must select any 2 (two) of

Provide for each transition project (2), copy of valid service contract and letter of affirmation from different Customer organisations, which are signed, dated, and indicate:(a) The Bidder or sub-contractor organisation name;(b) The Customer organisation name and

70 (35 per project)

12 of 32

Page 13: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

TECHNICAL FUNCTIONALITY REQUIREMENTS

Substantiating evidence and evaluation criteria(used to evaluate bid)

Points Substantiation reference(to be completed by bidder)

the following Project categories:

1) WAN Access Link Management of at least one hundred (100) Sites distributed across South Africa with one or more Telco Operators involved.

2) Network Support and Maintenance Capability of at least five hundred (500) network devices performed at multiple Service Centres across South Africa with one or more OEMs involved.

3) Transition of a Network Operations Centre including Network Management Toolsets.

physical address;(c) The Customer contact person’s name, telephone number and email address;(d) Transition project category (as per the requirement) (e) Approved Project plan with detailed scope of work;(f) The project best practice or standard adopted to execute the project;(g) The Project deliverable acceptance certificate (signed and date stamped).(h) Project Start and End Date;

Note: Please provide sufficient project details to evaluate the Project completion rate. Information in item (e) above will be evaluated against (g).Evaluation per Project:0 = Irrelevant project or no

substantiation1 = Project less than 50% complete

within planned time frame.2 = Project at least 70% complete within

planned time frame.3 = Project at least 80% complete within

planned time frame.4 = Project at least 90% complete within

planned time frame.5 = Project at least 95% complete within

planned time frame.(2) SERVICE MANAGEMENT:

PROCESS MATURITY

The Bidder’s Service Management processes should be documented, conform to international best practice of IT Infrastructure Library (ITIL) and cover the following:

Service Desk, Incident

Management, Problem

management, Change

management and Configurations

Management

Provide the following:(a) a copy of Service Management processes covering at least Service Desk, Incident management, Problem management, Change management, and Configuration management; and (b) Specify whether the processes have been formally assessed (either internally or externally) and (c) provide the results, assessor organisation, and date of the assessment.

Evaluation:0 = Irrelevant or no processes or no

substantiation3 = All processes defined and formal

internally assessed.5 = All processes defined and formal

externally assessed.

30

13 of 32

Page 14: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

8. PROOF OF CONCEPTNot applicable for this bid.

14 of 32

Page 15: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

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

9. SPECIAL CONDITIONS OF CONTRACT

9.1. INSTRUCTION

(1) The successful Service Provider 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 Service Provider. However, SITA reserves the right to include or waive the condition in the signed contract.

(2) SITA reserves the right to –

(a) Negotiate the conditions, or

(b) 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 (15) 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”.

9.2. SPECIAL CONDITIONS OF CONTRACT

(1) CONTRACTING CONDITIONS

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

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

(c) 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.

(d) 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.

(2) DELIVERY ADDRESS

(a) The Primary Service Delivery location is SITA Centurion.

(b) The Supplier agrees that the Services may require deployment of management personnel at all SITA Offices located across the country

(c) The Supplier must also deliver these Services to DHA and may require a visit to all DHA offices across the country.

15 of 32

Page 16: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

(3) SCOPE OF WORK

The Service Provider must provide the services as per the following Statement of Work:

Statement of Work.No Statement of Work Outputs1 Perform a Network capability audit, including:1.1 IT Asset Management Audit: Review and update

Inventory, configuration and life-cycle status of all network access links (circuits), network equipment and software licenses; and make recommendations to upgrade and improve network design.

- Network Inventory (hardware and Software.- Updated CMDB.- Network Audit report.- Business Case and URS for Network.

1.2 Operational Support System audit: Assess the Network Operation Centre (NOC) and Network Management System (NMS) Toolset and make recommendation for upgrade to world-class NOC and NMS.

- NOC/NMS Audit Report.- Business Case and URS for NMS Toolset.- Updated NOC SOPs (Standard Operational

Procedure’s).- NOC Transition Plan.

1.3 Service Management System audit: Assess the effectiveness and maturity of the Service Management System and Toolsets and make recommendations to improve to world-class ITIL compliant service.

- Service Management Audit report.- Updated Service Management SOPs.

2. Manage the WAN Access Links and Network Technical Service Centre operations, including

2.1 Manage existing Telco Operators for the installation, upgrades, maintenance, modification and decommissioning of WAN Access Links (circuits) as required.

- Implemented Technical Service Centre functions.

- Implemented Network Access Link Field support function.

- Updated Telco Supply agreement.- Implemented Telco Supplier Management

function.- DHA VPN Operates according to SLA Metrics.

2.2 Manage Technical Service Centres, including existing suppliers and SITA technical staff, for the supply, install, configure, break-fix maintenance and decommissioning of Network equipment, cabling and software.

- Technical Service Centre functions operate according to SLA Metrics.

- Implemented Network Engineering support function.

- Implemented Network Field Support function.- Implemented Network Hardware break-fix

agreements.- Implemented Network Equipment and Software

supply agreements.- Implemented Network configuration

management function.2.3 Manage the consolidation of the DHA WAN Access

points (circuits) that are currently NOT part of the DHA VPN into the DHA VPN.

- DHA WAN consolidation plan.- Integrated DHA VPN.

2.4 Manage contracts of all existing network and equipment suppliers and improve contract and supplier management to improve cost effectiveness.

- Updated Network equipment supplier agreements

- Implemented Network Supplier Management function

3. Manage the Network Operations Centre (NOC) services, including

3.1 Upgrade the NOC to world-class standards based on NOC Audit.

- NOC NMS Upgrade Plan.- Business Case and URS.- Updated NMS Toolset Supplier agreements.

16 of 32

Page 17: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

No Statement of Work Outputs- Implemented World-Class NOC / NMS Toolset.-

3.2 Manage the NOC operations that provides equipment configuration, technology change control, real-time performance monitoring and reporting and service metering to inform billing services.

- World-Class NOC function definition.- NOC Function operates to meet SLA Metrics

NOC/NMS integrated with billing system.

3.3 Integrate the DHA Local Area Networks (LAN) assets into the Network Operations Centre monitoring system.

- Updated Network Inventory (including LAN).- NOC View includes LAN Performance Monitor.

3.4 Extend the NOC Live Performance Monitor dashboard to be available for view by DHA management team.

- NOC Dashboard expansion plan.- Deployed NOC Performance Dashboard at DHA.

4. Manage Service Management Services, including:4.1 Establish dedicated DHA Service Management as

single point of contact.- DHA Service Delivery Manager appointed.

4.2 Service Desk. - Updated Help Desk SOP.- Trained Help Desk Staff.

4.3 Customer Request, fulfilment and complaint resolution service.

- Update Request and Fulfilment Management SOP.

- Updated Customer SLA SOP.- Customer Self-Help Portal.

4.4 Problem and Incident management. - Updated Incident Management SOP.- Updated Problem Management SOP.- Trained staff.

4.5 Configuration Management. - Updated Configuration Management SOP.- Updated CI in CMDB.

4.6 Change Management. - Updated Change Management SOP.- Updated Change Management Policy.- Trained Staff.

4.7 Service level metrics management. - Updated customer engagement model- Updated Service Catalogue with SLA metrics.- Integrated SLA reporting.- Customer Self Service Portal.

5. Provide skills transfer to SITA management and technical staff to operate the DHA VPN.

- Leadership Change management plan.- Management Certification programme.- Certified Network management team

6. Provide Consulting services. - Thought Leadership reports.- Overall network service improvement plan with

recommendations.

(4) SERVICE AND PERFORMANCE METRICS

(a) Supplier must define new Service and Performance Metrics as per Statement of Work.

(5) SCOPE OF TECHNICAL SOLUTION DEVELOPMENT

Not applicable.

(6) SUPPLIER PERFORMANCE REPORTING

(a) The supplier will report directly to Executive Management as per figure 2 in the contracting model.

(b) The supplier must report on the progress of the project and performance of the service on a monthly basis.

17 of 32

Page 18: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

(7) CERTIFICATION, EXPERTISE AND QUALIFICATION

(a) 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 required Services; and

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

(iv) The personnel performing service management has ITIL certification.

(b) 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 proposed solution; and in accordance with the OEM prescribed standards and procedures.

(c) 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;

(d) Electrical Work. The Supplier must ensure that Electrical Work is performed as prescribed by the Occupation Health and Safety Act (Act 85 of 1993 as amended), Electrical Regulations 2009, including,

(i) The person performing electrical work is registered at the Department of Labour as an Electrical Contractor;

(ii) The standard of work conforms to SABS SANS 10142-1: The code of practice for wiring of premises; and

(iii) Any Electrical installation or alteration is certified after completion of work by means of a Certificate of Compliance.

(e) Heating, Ventilation and Air Conditioning (HVAC) work. The Supplier must ensure the HVAC work is performed as prescribed by the Occupation Health and Safety Act (Act 85 of 1993 as amended), Pressure Equipment Regulations, including,

(i) The person performing HVAC work is registered at the South African Qualification and Certification Committee (SAQCC) as a Refrigerant Gas Practitioner; and

(ii) The installation, repair, maintenance or modification to HVAC equipment is performed by a Refrigerant Gas Practitioner in accordance with Pressure Equipment Regulation.

(f) Original Equipment Manufacturer (OEM) or Original Software Manufacturer (OSM) work. The Supplier must ensure that work or service is performed by a person who is certified by Original Equipment Manufacturer or Original Software Manufacturer, including at least the following:

(i) Cisco Systems.

(8) LOGISTICAL CONDITIONS.

(a) Hours of work. Normally 07h45 – 16h30 and the operating hours of DHA.

18 of 32

Page 19: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

(b) 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.

(c) Tools of Trade. The Supplier must provide own Laptop and cell phone.

(9) SKILLS TRANSFER AND TRAINING

(a) The supplier must provide skills transfer as per the work breakdown structure above.

(b) The nature of training must be formal certification.

(10) REGULATORY, QUALITY AND STANDARDS

Not applicable.

(11) PERSONNEL SECURITY CLEARANCE.

(a) 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.

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

(12) CONFIDENTIALITY AND NON-DISCLOSURE CONDITIONS

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

(b) 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;

19 of 32

Page 20: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

(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;

(c) 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;

(d) 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;

(e) 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.

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

(a) 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;

(b) 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;

(c) 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;

20 of 32

Page 21: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

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

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

(f) 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;

(g) it is not prohibited by any loan, contract, financing arrangement, trade covenant, or similar restriction from entering into the Contract; and

(h) any misrepresentation by the Supplier amounts to a breach of Contract.

(14) INTELLECTUAL PROPERTY RIGHTS

(a) 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.

(b) 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.

(c) SITA, at all times, owns all Intellectual Property Rights in and to all Bespoke Intellectual Property.

(d) 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.

(15) ENTERPRISE DEVELOPMENT.

SITA, in terms of the PPPFA Regulation 2017 section 4(1), has an obligation to advance certain 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; and therefore –

(a) The Supplier must allocate a minimum of 30% of the value of the contract to Black EMEs or QSEs; and

(b) The Supplier must at time of bid provide proof of intent to subcontract either via a joint venture agreement or subcontracting agreement with the targeted Black SMMEs.

21 of 32

Page 22: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

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 -

(a) Indicating with an “X” in the “DO NOT ACCEPT ALL” column, and;

(b) 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:

22 of 32

Page 23: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

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.

23 of 32

Page 24: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

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)Regulations 2017, the following preference point system is applicable to all Bids:

(a) the 80/20 system (80 Price, 20 B-BBEE) for requirements with a Rand value equal and above R30 000 up to R50 million (all applicable taxes included); or

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

(3) This bid will be evaluated using the PPPFA preferential points scoring system of 80/20,

(a) whereas the B-BBEE points is calculated as follows:

B-BBEE Status Level of Contributor

Number of points(80/20 system)

Number of points(90/10 system)

1 20 10

2 18 9

3 14 6

4 12 5

5 8 4

6 6 3

7 4 2

8 2 1

Non-compliant contributor 0 0

(b) and whereas the Price points is calculated as follows:

Number of points(80/20 system)

Number of points(90/10 system)

WherePs = Points scored for price of tender under consideration;Pt = Price of tender under consideration; andPmin = Price of lowest acceptable tender.

24 of 32

Page 25: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

(4) The bidder must complete the declaration of acceptance as per section Error: Referencesource not found 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.

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

(3) TOTAL PRICE

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

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

(e) 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 rate 1US Dollar 12.95071Euro 14.79751Pound 16.8198

10.3.DECLARATION OF ACCEPTANCEACCEPT 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 -

(a) Indicating with an “X” in the “DO NOT ACCEPT ALL” column, and;

(b) 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.

25 of 32

Page 26: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

10.4.BID PRICING SCHEDULE

Note:a) Bidder must complete the pricing as per the attached spread sheet “DHA pricing schedule managed network service v1.0.xlsx”).

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

(1) PRODUCT OR SERVICE PRICING

No PRODUCT / SERVICE

Unit of Measure (hours) Quantity

Price Year 1 (VAT Excl.)

Price Year 2 (VAT Excl.)

Price Year 3 (VAT Excl.)

Note: The professional services, which is summarised in this pricing schedule, must be provided by the bidder in accordance with the statement of work (SOW) and deliverables (outputs) as specified in this RFB, Annex A, par 9.2 section (3).

1 Perform a Network capability audit.

1.1 IT Asset Management Audit services

1.2 Operational Support System audit services

1.3 Service Management System audit services

2 Manage the WAN Access Links and Network Technical Service Centre operations.

2.1 Manage existing Telco Operators

2.2 Manage Technical Service Centres

2.3 Consolidate DHA WAN Access points (circuits) that are currently NOT part of the DHA VPN into the DHA VPN.

2.4 Manage existing network and equipment suppliers.

26 of 32

Page 27: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

3 Manage the Network Operations Centre (NOC) services.

3.1 Upgrade the NOC

3.2 Manage the NOC operations

3.3 Integrate the DHA Local Area Networks (LAN) assets into the Network Operations Centre monitoring system.

3.4 Extend the NOC Live Performance Monitor dashboard to DHA.

4 Manage Service Management Services.

4.1 Establish dedicated DHA Service Management

4.2 Manage Service Desk

4.3 Manage customer request, fulfilment and complaints

4.4 Manage Problems and Incidents.

4.5 Manage Configuration Management.

4.6 Manage Change Management

4.7 Manage Service level metrics.

5 Provide skills transfer to SITA

6 Provide Consulting services

SUBTOTAL (VAT Excl.)

27 of 32

Page 28: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

VAT (14%)

SUB-TOTAL (VAT Incl.)

BID TOTAL PRICE (VAT Incl.)

28 of 32

Page 29: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

SBD 3.3PRICING SCHEDULE

(Professional Services)

NAME OF BIDDER: ……………………………………………………………… BID NO: RFB 1583/2017

CLOSING TIME: 11:00 CLOSING DATE: 27 July 2017

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

29 of 32

Page 30: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

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.

……………………………………………………………….

……………………………………………………………….

……………………………………………………………….

……………………………………………………………….

30 of 32

Page 31: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

ANNEX A.5: Terms and definitions

13. ABBREVIATIONSEC Eastern Cape (province)FS Free State (province)GP Gauteng provinceKZN Kwazulu-Natal (province)LAN Local Area NetworkLP Limpopo (province)MP Mpumalanga (province)NC Northern Cape (province)NW North West (province)PPPFA Preferential Procurement Policy Framework ActRFA Request for AccreditationRFA Request for BidRFQ Request for QuotationSBC Session Border ControllerUPS Uninterruptible Power SupplyWAN Wide Area NetworkWC Western Cape (province)

31 of 32

Page 32: Bid Specification Template - etenders.gov.za 1583-2017... · Web viewThe purpose of this RFB is to invite Service Providers (hereinafter referred to as “bidders”) to submit bids

ANNEX A.6: 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 sections.

32 of 32


Recommended