introduction 1439... · web viewunderpin the development of a dynamic and connected information...

54
AMENDMENT 01: ANNEXURE 1 TECHNICAL REQUIREMENTS BIDDERS MUST SUBMIT ANNEXURE 1 TOGETHER WITH THE MAIN BID DOCUMENT RFB NUMBER: RFB 1439/2016 PUBLICATION DATE: 24 June 2016 CLOSING DATE: 08 August 2016 CLOSING TIME: 11:00AM RFB DESCRIPTION: Appointment Of A Service Provider For The Provisioning Of Broadband Connectivity To Certain Government Facilities Located In Eight (8) District Municipalities As Per Phase 1 Implementation Of The Sa Connect Programme” Page 1 of 54

Upload: vuongcong

Post on 21-Apr-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

AMENDMENT 01:

ANNEXURE 1

TECHNICAL REQUIREMENTS

BIDDERS MUST SUBMIT ANNEXURE 1 TOGETHER WITH THE MAIN BID DOCUMENT

RFB NUMBER: RFB 1439/2016

PUBLICATION DATE: 24 June 2016

CLOSING DATE: 08 August 2016

CLOSING TIME: 11:00AM

RFB DESCRIPTION:

Appointment Of A Service Provider For The Provisioning Of Broadband Connectivity To Certain Government Facilities Located In Eight (8) District Municipalities As Per Phase 1 Implementation Of The Sa Connect Programme”

Page 1 of 39

Table of ContentANNEXURE 1................................................................................................1

TECHNICAL REQUIREMENTS.........................................................................1

BIDDERS MUST SUBMIT ANNEXURE 1 TOGETHER WITH THE MAIN BID DOCUMENT..................................................................................................1

ANNEXURE 1A: RFB BACKGROUND................................................................3

1 INTRODUCTION...................................................................................3

2 SCOPE................................................................................................5

3 ROLLOUT SCHEDULE............................................................................6

4 DURATION..........................................................................................7

5 SITA INTERCONNECTION REQUIREMENTS..............................................7

6 ADDITIONAL CONSIDERATIONS............................................................7

7 EVALUATION CRITERIA AND METHODOLOGY.........................................8

ANNEXURE 1B: BID PRE-SCREENING REQUIREMENTS......................................9

ANNEXURE 1C: TECHNICAL SPECIFICATION...................................................10

ANNEXURE 1D: PRICING SCHEDULE.............................................................17

ANNEXURE 1E: SPECIAL CONDITIONS OF CONTRACT.....................................23

A GENERAL CONDITION........................................................................23B INFORMATION AND CLARIFICATION REQUEST.....................................23C TECHNOLOGY...................................................................................24D SUPPORT AND MAINTENANCE CONDITIONS.........................................25E SCOPE OF SERVICES..........................................................................26F DELIVERY CONDITION........................................................................26G PERSONNEL SECURITY......................................................................26H SLA PERFORMANCE REPORTING.........................................................26I SOLUTION DELIVERY.........................................................................27J FINANCIAL SUSTAINABILITY...............................................................30

ANNEXURE 1F: SERVICES............................................................................31

ANNEXURE 1G: TECHNICAL SOLUTION ARCHITECTURE..................................34

ANNEXURE 1H: EXISTING SWITCHING CENTRES/POPS...................................35

ANNEXURE 1I: Bidder Capability to operate services of similar scale (Technical

ANNEXURE 1J: Bidder Execution (Technical Non-Mandatory 3.2.3).................37

Page 2 of 39

ANNEXURE 1A: RFB BACKGROUND

1 INTRODUCTIONThe vision of South Africa’s National Development Plan (NDP) is to achieve the following by 2030:

Underpin the development of a dynamic and connected information society and a vibrant knowledge economy that is more inclusive and prosperous. A seamless information infrastructure will be universally available and accessible, and will meet the needs of individuals, business, and the public sector, providing access to the creation and consumption of a wide range of converged services required for effective economic and social participation – at a cost and quality at least equal to South Africa’s main economic peers and competitors.

Furthermore, there is growing evidence that the diffusion of ICT is an accelerator of economic growth in a country (studies by the OECD, World Bank and Economic Commission for Africa). Broadband is being identified as a key contributor to economic growth and offering “opportunities for employment generation, creation of new sources of innovation and enhancement of industrial competitiveness”.

However many global indices show that South Africa is rapidly falling behind other developed and developing countries (including some on the African continent) when it comes to broadband and telecommunications connectivity. Moreover, the leading countries are accelerating in their capabilities, further widening the gap between South Africa and the more advanced nations.

South Africa Connect (SA Connect) is a policy that gives expression to South Africa’s vision in the NDP of a seamless information infrastructure by 2030 that will underpin a dynamic and connected vibrant information society and a knowledge economy that is more inclusive, equitable and prosperous. In particular the policy objective is to provide affordable broadband available nationally to meet the diverse needs of public and private users. Amongst others, the policy provides guiding principles of efficiency, i.e. within a competitive market, enabling the sharing of infrastructure to avoid unnecessary duplication in driving the deployment of broadband services throughout the country in pursuit of the NDP aspirations.

Page 3 of 39

Deployment of high-speed broadband networks requires an enabling environment that facilitates the coordinated building and sharing of infrastructure. The high cost (up to 80%) in deploying new networks relates to civil engineering works. Inefficiencies and bottlenecks preventing rollout therefore need to be addressed. Co-building of infrastructure will be enabled to avoid unnecessary duplication and investments directed instead to areas that are currently underserved.  Exploiting the extensive networks that exist will result in better utilisation, greater cost savings and fair competition.

Council for Scientific and Industrial Research (CSIR) conducted an infrastructure gap analysis that identified gaps between fibre network infrastructure and dwellings, i.e. a situation where the fibre network is available but no last mile infrastructure, or the fibre network is absent. This gap is most highly pronounced in rural areas and in particular in former homelands where the most marginalised communities live.

While there is a considerable duplication and potential inefficient use of infrastructure in the metropolitan areas, the rural areas still experience inadequate access to technologies. To narrow the Digital Divide, Government has to intervene by procuring broadband services for Government facilities, prioritising facilities in the rural areas.

The Department of Telecommunications and Postal Services (DTPS) aims to aggregate the collective demand from these facilities and position Government as an anchor tenant in an effort to encourage the private sector investment in the rollout of infrastructure. In this regard, the DTPS approached SITA to assist it with the roll-out of broadband services to specific Government facilities in eight (8) rural district municipalities. The technology utilized to provide connectivity to the government sites must be robust, scalable and future proof to meet SA connect targets.

In response, SITA intends to appoint a service provider through a competitive and open bidding process to build and operate broadband access services in these eight district municipalities in support of the DTPS requirement. The broadband access services will connect to the existing Government private network that is operated by SITA and will enable access to Government application services hosted at SITA and to the Internet.

The successful service provider is expected and encouraged to work with small medium and micro enterprises (SMMEs) in the district municipalities where the services will be provided in order to create job opportunities in those districts.

Page 4 of 39

2 SCOPEThe scope of this project is to provide broadband access services to certain Government facilities located in the eight district municipalities identified for Phase 1 implementation of the SA Connect program.

The district municipalities and number of facilities per district municipality are depicted in Table 1.

Table 1: The Identified Phase 1 District Municipalities

No Phase 1 District Municipality Total1 Dr Kenneth Kaunda 3402 Gert Sibande 7973 O.R.Tambo 14444 Pixley ka Seme 2255 Thabo Mofutsanyane 7476 uMgungundlovu 7717 uMzinyathi 6018 Vhembe 1210

TOTAL 6135

The eight (8) identified district municipalities for this programme are shown in Figure 1.

Figure 1: 8 District Municipalities

The breakdown of the identified facilities is depicted in Table 2 below.Page 5 of 39

Table 2: District Municipality Facility Breakdown

Prov District Municipality Gov Health PolicePost

OfficeSchool

School Independent

Thusong Total

NW Dr Kenneth Kaunda 27 38 15 27 220 13 340MPU Gert Sibande 106 73 37 31 519 22 9 797EC O.R.Tambo 43 133 17 23 1204 24 1444NC Pixley ka Seme 46 38 27 14 96 4 225FS Thabo Mofutsanyane 98 74 30 30 480 32 3 747KZN uMgungundlovu 111 57 25 34 501 41 2 771KZN uMzi nyathi 52 45 12 10 475 6 1 601LIM Vhembe 52 119 20 33 949 34 3 1210

Total 535 577 183 202 4444 176 18 6135

The project will consist of a build phase (1a) and an operations phase (1b). The build phase will be over a three year period starting from 2016/17 to 2018/19 and the operations phase will be over a ten year period between 2016/2017 and 2025/2026.

For the build phase, the objective is to connect the first 2700 sites within fourteen (14) months of the signing of contract between SITA and the successful bidder and the remainder of the sites over the next twenty four (24) months. Furthermore, the build phase consists of the following at a minimum: (a) access line installations and aggregation, (b) integration into the Government private network and (c) installations and commissioning of customer premises network equipment. For the first five (5) years, all 6135 sites must operate at bandwidths of 10Mbps. Thereafter all sites will need to be upgraded to bandwidths of 100Mbps.

The broadband access network must be able to carry data, voice and video communications and capable of enabling public Internet access together with private corporate Government network access on the same infrastructure.

For the operations phase, the objective is to operate and maintain the broadband access network and customer premises network equipment and provide broadband network access services to SITA. These services must be supported by a 24-hour network operating centre and a service centre in accordance with a Service Level Agreement that will be signed between SITA and the successful bidder.

3 ROLLOUT SCHEDULESITA requires that the rollout schedule adhere to the following principles:

a) That the services be rolled out simultaneously in all identified district municipalities to ensure that the annual targets are achieved.

b) That the rollout schedule to be agreed upon by all parties and signed off by SITA and the DTPS.

c) That the roll-out commences 2 months after the contract has been signed. The first 2 months provide for planning and assessment.

Page 6 of 39

4 DURATION The contract period will be for ten (10) years.

5 SITA INTERCONNECTION REQUIREMENTS All sites must be connected to SITA points of presence as indicated in Figure 2 (Annexure 1G) and Table 3 below.

Table 3: SITA Points of Presence (POPs)

 District Municipality SITA Point of presence (PoP) No. of sites

Dr Kenneth Kaunda Mmabatho 340

Gert Sibande Nelspruit 797

OR Tambo Bhisho 1444

Pixley ka Seme Kimberley 225

Thabo Mofutsanyane Bloemfontein 747

uMgungundlovu Pietermaritzburg 771

uMzinyathi Pietermaritzburg 601

Vhembe Polokwane 1210

6 ADDITIONAL CONSIDERATIONS It is required that: a) The service provider must supply 6135 customer premise equipment as defined

and specified in the Special Conditions of Contract;b) The service provider must supply at least 6135 Access points and the Wireless LAN

controllers as defined in Figure 2 (Annexure 1G);c) The service provider must supply at least 6135 Access data lines at Layer 2 with

80ms latency or better;d) For the duration of the contract, all end-of-life equipment must be replaced within

the expiry date as announced by the OEM.e) All firmware and software upgrades must be costed up front as part of the

solution.

7 EVALUATION CRITERIA AND METHODOLOGYThe evaluation of the RFB shall be based on the 90/10 preference points system as per Preferential Procurement Policy Framework Act (Act 5 of 2000 as amended).

Page 7 of 39

The breakdown of points is as follows:Price points 90

B-BBEE status level contribution 10

Total 100 points

The bid will be evaluated over several stages as follows:

Stage 1: Screening of mandatory documents

Stage 2: Technical mandatory requirements

Stage 3: Technical non-mandatory requirements

Stage 4: Price and B-BBEE evaluation

NB: THE BIDDER MUST COMPLY WITH ALL THE REQUIREMENTS OF A SPECIFIC STAGE TO PROCEED TO THE NEXT STAGE OF EVALUATION.

Page 8 of 39

ANNEXURE 1B: BID PRE-SCREENING REQUIREMENTS

The following documents/requirements will be mandatory during the bid pre-screening stage. Failure by bidders to comply with the requirement may render their bid incomplete and they may be eliminated from participation in further evaluation stages.

1.

Submission of bid response document on time

Bidding conditions

Bidder must submit the bid response at the correct place within the stipulated date and time.

2.

Attendance of compulsory briefing session

Bidding conditions

Bidder must have signed the briefing session attendance register using the name and contacts that appear in the bidding document as a bidder.

3. Registered SupplierBidding conditions

Bidder must be registered as a Supplier on the National Treasury Central Supplier Database (CSD) as per National Treasury Instruction Note 4 of 2016/17.

4.

Submission of required bid response number of hard copies and electronic format documents

Bidding conditions

1) One (1) original file including pricing which must be submitted in a separate envelope;

2) Five (5) hard copy including pricing which must be submitted in a separate envelopes for each of the pricing schedules A.1 to E.1. These pricing envelopes must be clearly marked per pricing schedules A.1 to E.1

3) One (1) electronic copy on compact disk (CD) in Portable Document Format (PDF) and specified which must include Bid Document and Technical / Functionality Response file.

4) Five (5) electronic copies in compact disc (CD) in Portable Document Format (PDF) and Excel Format (xlsx) and specified which each pricing schedules A.1 to E.1 must be submitted on a separate CD.

Page 9 of 39

ANNEXURE 1C: TECHNICAL SPECIFICATION1 INSTRUCTIONS1.1 Bidders are required to EXPLICITLY MARK EITHER “COMPLY”, OR “DO NOT

COMPLY” on each and every requirement. Failure to do so will be taken as a “DO NOT COMPLY”.

1.2 Bidders must SUBSTANTIATE BY PROVIDING RELEVANT PROOF for each requirement. Failure to do so will be taken as a “DO NOT COMPLY”.

1.3 Failure to comply with any mandatory requirement shall lead to disqualification.1.4 Bidders may where necessary, REFER TO ADDITIONAL REFERENCE MATERIAL

SUBMITTED BY DOCUMENT NAME/NUMBER, PAGE NUMBER AND PARAGRAPH. Where a reference in substantiation is made to another page (“off-page”) in the bidder’s submission, such referenced page shall be clearly identified by a unique reference number and such reference number shall be provided in the requirement’s “Provide Relevant Proof” section. During evaluation, SITA reserves the right to treat a question for which an “off-page” referenced substantiation page cannot be located based on such a unique reference number as a “DO NOT COMPLY”.

2 MANDATORY REQUIREMENTS REGULATORY CERTIFICATION/ACCREDITATION REQUIREMENTS2.1 The bidder must be a holder of a valid IECNS license issued by

ICASA as defined in section 1 of the Electronic Communication Act 36 of 2005 as amended.

Comply Do Not comply

Provide relevant proof

The bidder must submit a copy of a valid IECNS license.

2.2 The bidder must have valid OEM (Original Equipment Manufacturer) certifications for all routing and switching products that the bidder intends to use in the proposed solution.

Comply Do Not comply

Provide relevant proof

The bidder must provide:a) A list of all routing and switching products that the bidder intends to use in

the proposed solution; andb) Valid OEM certifications for each of the products.

PREVIOUS EXPERIENCE AND CAPABILITIESPage 10 of 39

2.3 The bidder must have experience in building Electronic Communication Networks (ECN) using fibre optic cable (as defined in section 1 of the Electronic Communication Act 36 of 2005 as amended) in two or more municipalities that are not Metropolitan Municipalities (as defined in section 3 of Local Government Municipal Structures Act 117 of 1998 as amended), at the same time.

Comply Do Not comply

Provide relevant proof

The bidder must submit at least two different certified copies of construction permits (normally issued in terms of a wayleave agreement), where the construction permits indicate:a) That they were issued by the respective land owners to the bidder;b) That they were for installing and operating or maintaining land-based fibre

optic cables (as defined in section 1 of the Electronic Communication Act 36 of 2005 as amended); and

c) That the land owners’ addresses are in different non-metropolitan municipalities; and

d) That they were issued at dates within six months from each other.

2.4 The bidder must currently be providing Individual Electronic Communication Network Services (IECNS), as defined in section 1 of the Electronic Communication Act (Act 36 of 2005 as amended), in all the eight (8) district municipalities where the services will be provided as indicated in Table 1 and Figure 1. The IECNS must deliver, at a minimum, data connectivity Electronic Communication Services (ECS) to business or Government customers.

Comply Do Not comply

Provide relevant proof

The bidder must submit one signed reference letter from a business or Government customer from each of the eight (8) district municipality where the services will be provided and to whom the current data connectivity ECS are provided. Each letter must:a) Be in writing, dated, signed and on a letterhead of the entity giving the

reference;b) Indicate the nature of data connectivity ECS currently provided by the bidder;c) Confirm that data connectivity ECS are provided by the bidder; andd) Indicate the district municipality where the data connectivity ECS are provided.

TECHNICAL/FUNCTIONAL 2.5 The bidder must have Electronic Communication Network(s) Comply Do Not comply

Page 11 of 39

(ECN), as defined in section 1 of the Electronic Communication Act (Act 36 of 2005 as amended), in all eight (8) district municipalities where the services will be provided.

Provide relevant proof

The bidder must provide current ECN distribution diagram(s) (coverage map(s)) that indicate(s) physical presence in all of the eight (8) district municipalities where the services will be provided.

2.6The bidder must provide evidence that they will be financially sustainable for a period longer than a year of implementation.

Comply Do Not comply

Provide relevant proof

1. The bidder must provide an irrevocable financial warranty that confirms that, (i) the bidder has unencumbered cash balances of no less than R370 million and (ii) the cash balances are exclusively ring-fenced for use to fund the rollout of the services envisaged in this tender and which warranty is:a) from a financial services provider that is authorised by either the Financial

Services Board (FSB) or the South African Reserve Bank (SARB), to provide financial services in South Africa;

b) addressed to the State Information Technology Agency SOC Ltd in the form of a written letter that is specific to the subject of this tender, dated, signed and on a letterhead of the entity giving the guarantee; and

c) valid for a minimum period of twenty four (24) months from the date of issue.

2. The bidder must provide audited financial statements from a registered auditor for the last two financial years that demonstrate the bidder is a going concern.

Page 12 of 39

3 NON-MANDATORY REQUIREMENTS3.1 INSTRUCTION AND EVALUATIONa) All of the following non-mandatory criteria must be completed in full and it must be met

where possible. It is imperative to understand that not meeting any non-mandatory requirement will be taken into account for the scoring of functionality.

b) In all cases, the bidder must substantiate their response in detail in the “Provide Proof” field provided. Bidders may, where necessary, refer to additional reference material submitted by document name/number, page number and paragraph. Where a reference in substantiation is made to another page (“off-page”) in the bidder’s submission, such referenced page must be clearly identified by a unique reference number and such reference number must be provided in the “Provide Proof” field.

Bidders are encouraged to focus on accuracy and quality of their responses as this may affect the scoring.

c) The table below is the weightings for evaluation of Technical Non-Mandatory requirements.

Technical Non-Mandatory Requirement Weighting

Bidder capability to operate services of similar scale 20 %

Service availability 40 %

Project execution 40 %

TOTAL 100 %

d) THE BIDDERS WILL BE REQUIRED TO ACHIEVE A MINIMUM SCORE OF 61% OUT OF 100% TO BE ELIGIBLE FOR THE NEXT STAGE OF EVALUATION.

Page 13 of 39

3.2 NON-MANDATORY REQUIREMENTS3.2.1 Bidder capability to operate services of similar scale: The bidder must

currently be providing Electronic Communications Network Services (ECNS) that deliver data connectivity ECS at 2500 or more business or Government customer sites with different physical addresses. At least 50% of the sites must be connected with fixed lines (wire or cable).

Provide Proof The bidder must provide one or more letters from one or more business or Government customers where services are being delivered with each letter dated, signed and on a letterhead of the customer. Each letter must include:

a) Customer name, contact details and physical addresses for each customer site;

b) The Registered Company name and Registration Number as registered with Companies and Intellectual Property Commission (CIPC) if the customer is a business customer;

c) Confirmation of the Nature of the Service is Data Services;d) The ECN Medium type, being fixed (wire or cable) line or other.e) Number of customer sites at which the customer receives the ECS services

from the bidder.The bidder must provide abovementioned information in the table as per Annexure 1I.

Evaluation Criteria

The scoring will be based on the total number of customer sites specified in the reference letter(s) as follows:

0 = 0 to 2499 customer sites or incomplete proof3 = 2500 to 4499 customer sites4 = 4500 to 6499 customer sites5 = 6500 or more customer sites

Page 14 of 39

3.2.2 Service availability: The bidder must have the capacity to operate and maintain electronic communications network services that deliver data connectivity services at 95% service availability or better.

Provide proof The bidder must provide monthly network operations centre (NOC) statistics for 2500 business or Government customer sites covering a period of 24 months and not older than 24 months of the date of the publication of the tender showing service availability.

Evaluation Criteria

The scoring will be based on the availability statistics per site per month averaged over 24 months and measured over 24 hours per day, except for scheduled maintenance as follows:

0 = 0.0% to less than 95.0% or incomplete proof3 = 95.0% to 98.9%4 = 99.0% to 99.8%5 = more than 99.8%

Page 15 of 39

3.2.3 Project Execution: The bidder must have delivered a project or projects within a minimum period of 36 months that connected at least 2500 business or Government customer sites with data connectivity Electronic Communications Services (ECS), where 50% of the 2500 sites should have been connected using fixed lines (wire or cable) and have been completed within a maximum average Project Delivery Index of 1.2.

Provide Proof

The bidder must provide:a) Signed implementation plan indicating the start and end dates of the

delivery per site;b) Signed customer acceptance certificate(s) indicating the actual dates

of site(s) handover;c) Evidence of the Actual Start date if it is not the same as the start

date in the implementation plan(s).d) Average Project Delivery Index, calculated as Actual Duration divided

by Planned Duration per site, measured over a period of 36 months;e) Physical addresses of each customer site; andf) Business registered company name and registration number of each

customer as registered with Companies and Intellectual Property Commission (CIPC) if the customer is a business customer.

The information above must be summarised in the Table as per Annexure 1J.

Evaluation Criteria

The scoring will be based on the average Project Delivery Index of all the projects as follows:

0 = Average Project Delivery Index > 1.2 or incomplete proof3 = Average Project Delivery Index is more than 1.1 and less than or equal

to 1.24 = Average Project Delivery Index is more than 1.0 and less than or equal

to 1.15 = Average Project Delivery Index is less than or equal to 1.0

Page 16 of 39

ANNEXURE 1D: PRICING SCHEDULEGENERAL CRITERIABidder will be bound by the following general price criteria 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 signed contract/contractual obligation for the bidder. However, SITA reserve the right to include or waive the condition in the signed contract.

1.All prices must be VAT inclusive and must be quoted in South African Rand (ZAR).

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

2.Bidder is required to provide a copy of previous financial year audited financial statement, e.g. income statement and balance sheet, etc.

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

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

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

4.The cost of delivery, labour, S&T, overtime, etc. must be included in the bid, priced into the solution, not separately.

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

5.All additional costs must be clearly specified and priced into the solution and connection charges.

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

Page 17 of 39

SBD 3.1

PRICING 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

Name of bidder:…………………..…………………………………………….. Bid number: RFB 1439/2016

Closing Time: 11:00 am Closing date: 08 August 2016

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: ………………………………….

- 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

Page 18 of 39

BID PRICING MODELNotes: (applicable to all pricing schedules)

a) Each pricing schedule must be sealed in a separate envelope and clearly marked on the outside, “PRICING SCHEDULE xx”, where xx corresponds with the schedule number below (e.g. “Pricing Schedule A”, “Pricing Schedule B” in separate envelopes) and the name of the bidder and the RFB number.

b) Furthermore, the individual pricing envelopes must be sealed in another envelope marked on the outside with the name of the bidder and the RFB number.

c) Pricing must be completed and submitted using the Excel Spread sheet, “RFB 1439-2016 Pricing Schedule.xlsx”, and summarised in the PRICING SCHEDULES below.

d) The Pricing submission must be unique to each pricing schedule so that each of the 5 envelopes contains:(i) the SBD 3.1 pricing information; (ii) the summary pricing schedule; and(iii) a CD that contains the pricing spreadsheet (e.g. RFB-1439-2016 Pricing Schedule

– A.xlsx), which corresponds with the pricing schedule below.

An envelope must not contain any pricing information that does not correspond with the pricing schedule, e.g. Pricing envelope “A” must not contain schedule B, C, D or E pricing information.

e) Pricing must include VAT.

f) Pricing must include all labour, equipment, telecommunications links and associated services and disbursements to enable a fully operational network solution at each site as specified in the Special Conditions of Contract for the full period of 10 years.

g) Pricing must include technology refresh after 5 years.

SCHEDULE A: COMPLETE SERVICE SOLUTION @ 95% AVAILABILITY

Page 19 of 39

No Product/Service Total PriceforYears 1 to 5@ 10Mbps

TOTAL Price forYears 6 to 10@ 100Mbps

TOTAL BID Price forYears 1 to 10

A.1

Full Connectivity Solution to 6135 Sites guaranteed to operate at SLA Availability of 95%• Maximum time to Respond (MTTr): 4 hours• Guaranteed Maximum time to Restore (MTTR): 16 hours

SCHEDULE B: COMPLETE SERVICE SOLUTION @ 98% AVAILABILITYNo Product/Service Total Price

forYears 1 to 5@ 10Mbps

TOTAL Price forYears 6 to 10@ 100Mbps

TOTAL BID Price forYears 1 to 10

B.1

Complete Connectivity Solution to 6135 Sites guaranteed to operate at SLA Availability of 98%• Maximum time to Respond (MTTr): 2 hours• Guaranteed Maximum time to Restore (MTTR): 8 hours

Page 20 of 39

SCHEDULE C: COMPLETE SERVICE SOLUTION @ 99% AVAILABILITYNo Product/Service Total Price

forYears 1 to 5@ 10Mbps

TOTAL Price forYears 6 to 10@ 100Mbps

TOTAL BID Price forYears 1 to 10

C.1

Complete Connectivity Solution to 6135 Sites guaranteed to operate at SLA Availability of 99%• Maximum time to Respond (MTTr): 1 hours• Guaranteed Maximum time to Restore (MTTR): 4 hours

SCHEDULE D: COMPLETE SERVICE SOLUTION @ 99.9% AVAILABILITYNo Product/Service Total Price

forYears 1 to 5@ 10Mbps

TOTAL Price forYears 6 to 10@ 100Mbps

TOTAL BID Price forYears 1 to 10

D.1

Complete Connectivity Solution to 6135 Sites guaranteed to operate at SLA Availability of 99.9%• Maximum time to Respond (MTTr): 45 minutes• Guaranteed Maximum time to Restore (MTTR): 3 hours

Page 21 of 39

SCHEDULE E: FULL SERVICE SOLUTION @ 99.99% AVAILABILITY No Product/Service Total Price

forYears 1 to 5@ 10Mbps

TOTAL Price forYears 6 to 10@ 100Mbps

TOTAL BID Price forYears 1 to 10

E.1

Complete Connectivity Solution to 6135 Sites guaranteed to operate at SLA Availability of 99.99%• Maximum time to Respond (MTTr): 30 minuteGuaranteed Maximum time to Restore (MTTR): 2 hours

Page 22 of 39

ANNEXURE 1E: SPECIAL CONDITIONS OF CONTRACTBidder will be bound by the following special CONDITIONS OF CONTRACT and SITA reserves the right to negotiate the conditions or automatically disqualify a bidder for not accepting these conditions. These conditions will form part of the signed contractual obligation for the bidder. However, SITA reserves the right to include or waive the condition in the signed contract.

A GENERAL CONDITION1. The bidder must not qualify the bid with own conditions.

If the bidder does not specifically withdraw its own conditions of bid when called upon to do so, the bid will be declared invalid and the bid will be disqualified.

Accept Do Not accept

2. a. 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 and technical capability to provide the goods and services as required by this tender.

b. The bidder must on request furnish SITA with all relevant information to conduct and conclude such financial audit or probity.

Accept Do Not accept

Comment Bidder to provide:(a) comment or reasons for not accepting the condition; and(b) a proposal they are putting forward.

B INFORMATION AND CLARIFICATION REQUEST3. a. SITA may request written clarification or further information

regarding any aspect of the proposal.b. The bidders must supply the requested information in writing

within twenty-four (24) hours of the request or by no later than the date indicated in the request, failing which the proposal will be disqualified.

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

C TECHNOLOGYPage 23 of 39

4 The customer premise infrastructure solution must:a. Include

i. An appropriate equipment rack of at least 4U, 800mm deep wall mountable that would house1. The defined equipment2. The TELCO termination and3. Any other equipment that may be required in

future, e.g. a serverii. An access data line connecting to nearest SITA POP

(alternate technology connections allowed for maximum period of 18 months only).

iii. All cabling as per figure 2 in Annexure 1G: Technical Solution Architecture.

iv. Providing a layer 3 customer premise equipment with at least 8 ports that is fully compatible with SITA Next Generation Network (NGN) Multiprotocol Label Switching (MPLS) infrastructure with a 1 Gbps connection throughput capability.

v. All network equipment must be fully manageable with Cisco Prime as used by the NGN.

vi. Have the ability to define NGN-compatible VRFs (Virtual Routing and Forwarding).

vii. Provision of 100% IEEE 802.3at (POE+) capability on all ports.

viii. Provision of an IEEE 802.11ac Wireless Access point at every premise (at least 600Mbps).

ix. Centralised WLAN (Wireless Local Area Network) controller management for all access points in terms of aggregating security, AP configurations and performance.

x. Access points must be internally or externally mountable and weather resistant where applicable

b. Every piece of equipment must have an MTBF of at least 26000 hours.

c. All updates and upgrades must be able to be automated and with minimal downtime;

d. Provide clear cable and connection markings on all connections;

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

Page 24 of 39

5Alternative data line technology may be used, but it must be replaced with fibre solutions within 18 months.

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

6 Product certification requirement: All equipment offered as part of the client-site solution must be SITA-certified according to the process at www.sita.co.za/prodcert.htm.

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

SUPPORT AND MAINTENANCE CONDITIONS7 Solution must include:-

a. 10 year contract with SLA for comprehensive management and maintenance of the solution;

b. Service Level for 95% Availability:i. Maximum time to Respond (MTTr): 4 hours;ii. Guaranteed Maximum time to Restore (MTTR):

16 hours.c. Service Level for 98% Availability:

i. Maximum time to Respond (MTTr): 2 hours; andii. Guaranteed Maximum time to Restore (MTTR):

8 hours.d. Service Level for 99% Availability:

i. Maximum time to Respond: (MTTr): 1 hours; and

ii. Maximum time to Resolve (MTTR): 4 hours.e. Service Level for 99.9% Availability:

i. Maximum time to Respond (MTTr): 45 minutes; and

ii. Guaranteed Maximum time to Restore (MTTR): 3 hours.

f. Service Level for 99.99% Availability:i. Maximum time to Respond (MTTr): 30 minutes;

andii. Guaranteed Maximum time to Restore (MTTR):

2 hours.

Accept Not accept

Page 25 of 39

Comment

Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

E SCOPE OF SERVICES8

The bidder must deliver the service referred to in Annexure 1FAccept Do Not

accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

F DELIVERY CONDITION9 No services must be rendered or goods delivered before an official

SITA Purchase Order form has been received.Accept Do Not

accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

10 Should ANY omission have been made regarding the solution requirements it is the responsibility of the bidder to ensure that a FULL working solution is provided. Should any unforeseen expenses, software or equipment be required to provide a full working solution, it will be for the bidder’s account.

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

G PERSONNEL SECURITY11 All bidder personnel that will work on this solution must be

security cleared based on Security Clearance of Government

employment and have a valid South African Identity Document on

being informed of the contract award. Should a higher level of

security clearance be required it will be communicated to the

successful bidder in writing and the clearance will be for the

bidders cost.

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

H SLA PERFORMANCE REPORTING12 a. The bidder must provide a root cause analysis of (i) any

material fault which occurs in the network and affects SITA’s ability to pass traffic, within twenty-four (24) hours of the occurrence of such fault, or (ii) for other faults, as

Accept Do Not accept

Page 26 of 39

requested by SITA.b. The bidder must provide monthly SLA reports indicating

the performance against each SLA metric as per SLA, including a list of failures that were reported and the resolutions. Service enhancements must also be channelled via the Service manager.

c. The bidder must provide a cumulative summary listing of all network outages (including one-time outages and special summaries for chronic outages) each month, or more preferably, provide a web-based tool to run reports on an as needed basis. For each outage the following information shall be provided:i. Dateii. Location of outageiii. Outage hoursiv. Cause of outagev. Actions taken, timeline, and problem resolutionvi. Associated creditsvii. Additionally, the following cumulative data shall be

included at the end of the report: total number of outages, average duration of outage, average response time, and average repair time.

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward

13 After the initial installation and commissioning has been completed, the transmission links must have the functionality to be upgraded or downgraded within a 10 work day period after the official SITA order is placed.

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

I SOLUTION DELIVERY14 The bidder must implement the solution connecting at SITA NGN

MPLS POPs as follows:a. Connect at least 6135 sites of which 2700 sites (see

spreadsheet attached) have to be completed within 14 months after signing the contract;

b. Connect the remainder of all the sites within the next 24 months;

c. Provide as part of the bid response an implementation plan that indicates how requirement

Accept Do Not accept

Page 27 of 39

(a.) and (b.) above will be met. This must include at least a project plan with roles, definite timelines and work breakdown for the overall project;

d. All additional sites identified during the execution of this project; and

e. Provide maintenance and support for provisioned infrastructure for the duration of the contract;

f. Start the project within 2 months after award of this contract;

g. Connect all sites must be completed and cannot be cancelled by the provider due to reasons relating to lack of infrastructure as this is a build project;

h. Have the capacity to connect sites in parallel to all district municipalities;

i. Network platform that is future proof and scalable;j. Connect 100% of the 6135 facilities at a speed of 10 Mbps

within three years of contracting;k. The service provider must allocate at least 30% of the

value of the contract relating to the build and field operations to Black Qualifying Small Enterprises (QSEs)/Exempted Micro Enterprises (EMEs).

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

15 a. At least 50% of the Electronic Communication Network must be fibre within the project time lines.

b. The service provider must be able to provide the following:i. Fibre network connectivity on layer 2 (access

links) at least 10Mbps;ii. All last mile technologies must be dedicated and

uncontended;iii. Latency not exceeding 80 milliseconds;iv. Each transmission link must guarantee a packet-

loss of maximum 1.0%;v. Each transmission link must guarantee a jitter of

maximum 30ms;vi. Footprint in all nine provinces;vii. Including rural coverage or a commitment to

build fibre infrastructure as part of this project;viii. When trunking is used to aggregate last-mile

Accept Not accept

Page 28 of 39

connections, then a fully redundant trunk termination solution is required at each affected SITA POP.

c. Alternative technologies: (Very Small Aperture Terminal:i. Must be an Internet Protocol (IP) solution;ii. Backhaul bandwidth must match the access

speeds on a 1:1 contention rate;iii. Transmission latencies must not be more than

600ms round trip (data only);iv. Provide for a minimum availability of 95% or

better.  SLA metrics must be provided and an indication on what level of SLA will be provided;

v. The termination interfaces on both A and B sides must be Ethernet;

vi. Access links must be full duplex;vii. Up and download rates must adhere to minimum

bandwidth of 10Mbps;viii. Service provider is responsible for installation

and maintenance of all V-SAT customer edge equipment (Dish, modem etc.);

ix. Solution must be able to transport GRE Tunnelling.

d. Alternate Technology: VDSL or LTEi. VDSL (Very-high-bitrate Digital Subscriber Line)

or LTE (Long Term Evolution) will be allowed but must support GRE (Generic Routing Encapsulation) tunnelling;

ii. Bandwidth must adhere to 10Mbps minimum;Comment

Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

16The pricing will be renegotiated every three years to align with market price trends and technologies available.

Accept Do Not accept

CommentBidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

Page 29 of 39

17 If the bidder fails to deliver Access links or performance per link according to SLA as indicated in bid contracting terms, and provided that such a failure is not caused by a failure of the client (SITA) to comply with its obligations, the bidder shall compensate the Client by issuing a monthly credit note equivalent to line connection fee for each site affected by such failure.

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

18 The bidder must connect sites to the nearest Point of Presence (POP) as per Table 4, “Preferred POP List” below (Refer Annexure 1H for complete list and physical location of SITA POPs).

Table 4: Preferred SITA POP List

District MunicipalitySITA Point of presence

(PoP)No. of sites

Dr Kenneth Kaunda Mmabatho 340Gert Sibande Nelspruit 797OR Tambo Bhisho 1444Pixley ka Seme Kimberley 225Thabo Mofutsanyane Bloemfontein 747uMgungundlovu Pietermaritzburg 771uMzinyathi Pietermaritzburg 601Vhembe Polokwane 1210

Accept Do Not accept

Comment Bidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

J FINANCIAL SUSTAINABILITY

19

The bidder must provide, on a half-yearly basis, proof that the bidder has access to no less than thirty percent (30%) of the remaining bid value throughout the duration of the programme of work. Such proof will take the form of either bridging capital agreements with auditor’s notes, or an auditor’s letter and/or warranty from an authorized financial services provider, confirming that the company has made available and will keep the said funds in reserve.

Accept Do Not accept

CommentBidder to provide any comment or reasons for not accepting the condition and the proposal they are putting forward.

Page 30 of 39

ANNEXURE 1F: SERVICESNo Services

requiredService Description

Minimum Required Deliverables

Technical Services

1 Testing Establish, execute and manage a testing capability in a controlled environment as per the Bidder's proposed methodology

Produce testing strategies, plans and schedules;

Design test cases that include expected results, alternative processing scenarios, positive and negative testing scenarios

Coordinate testing processes using appropriate resources from business and programme;

Document results of testing; Perform re-testing where primary test

results failed.

Testing strategy and plan including at least: Test Phases and/or Test

Types; Acceptance metrics per

Test Phase and/or Test Type;

Functional Testing; Performance Testing; Security Testing; Back-up and Recovery

Testing; Data Migration Testing; and Usability Testing.

Test plans per test phase and/or test type

Test cases and test scripts per test phase and/or test type incl. negative testing

Traceability matrix of test scripts mapped to business processes and user requirements

Traceability matrix of test scripts mapped to test results

Testing progress and issues report

Final testing sign-offs2 Go-live planning

and deployment to production environment

Plan, execute and manage go-live readiness assessments

Plan, execute and manage all deployment and go-live activities including aspects such as: system freeze dates; manual processes and catch-up

processing activities; dress rehearsals in preparation for

Go-live readiness checklist Go-live readiness assessment Go-live decision-making

framework Deployment strategy, plans

and schedule Deployment guide Documented manual processes Go-live activity schedule (hour

Page 31 of 39

No Services required

Service DescriptionMinimum Required Deliverables

go-live; go-live activity schedule; support processes for trouble-

shooting and error-handling; contingency and roll-back strategy

and plans.

by hour) Go-live roles and

responsibilities Dress rehearsal / mock run

reports Contingency / roll-back

strategy and plans Ensure dual connections do not

create loop backs3 Problem and

incident management and helpdesk implementation

The bidder is required to establish, plan and provide a problem and incident management capability, as per the Bidder's proposed methodology, which is integrated with the SITA Service Management Centres for the production and Disaster Recovery Sites immediately after the first implementation up until 2 (two) months after the last lead-site go-live date to execute and manage the daily activities.

Call routing from 1st line to 2nd line will be provided by SITA SMC and Network call routing will be provisioned at 3rd

line by the NOC. The capability must include activities

such as: develop problem and incident

management processes; definition of appropriate datacentre

SLAs per cloud provisioning requirements;

configuration of helpdesk software per incident requirements and SLAs;definition of escalation procedures; andthe establishment of known error

database.

Call logging process Problem and incident

management procedures Agreed service level

agreements Status reporting Known error database Integration strategy to UCM

environment Test FCAPS capabilities and Real-time monitoring portals

Page 32 of 39

No Services required

Service DescriptionMinimum Required Deliverables

Training and Skills Transfer Services4 Skills transfer,

training and certification

Design, execution, evaluation and feedback of skills transfer processes per work stream/service required including but not limited to: Software and tools-of-trade

installation, configuration, maintenance, support and management; and

Methodologies proposed by Bidder.

Skills transfer strategy and approach

Skills transfer project plan and schedule

Evaluation / feedback of skills transfer activities

Formal certified training to configure and manage the total solution.

Administration and Support cost for both sites5 Solution

administration and support services

Support the solution environment in production until SITA personnel are fully trained and able to perform at full operational level

Monthly Reporting to customers on usage, failures and recommendations

Verification of successful/unsuccessful throughputs

Management of availability of WAN and LAN Datacentre links

Assist with ad hoc compliance reports as required by hosted customers

Daily Monitoring & FCAPS Management

Management of alerts (infrastructure, virtualization and applications)

Successful resolution of alerts Deliver Scope of Work and

project plan Facilitate sign off Facilitate DC network testing

Page 33 of 39

ANNEXURE 1G: TECHNICAL SOLUTION ARCHITECTURE

Page 34 of 39

Figure 2: Technical Solution Architecture (red lines to be provided by service provider)

Page 35 of 39

ANNEXURE 1H: EXISTING SWITCHING CENTRES/POPS

Page 36 of 39

Switching Centre Building Street Suburb Town

Cape Town SITA House (Cape Town) Fir St 1 Observatory Cape Town

George Windsor Park (George) Herrie St 1 N/A George

Worcester SAPS Offices (Worcester) Adderley St 53 N/A Worcester

Bhisho Legislative Assembly Independence Bouv 4780 Parliament Hill Bhisho

Port Elizabeth SITA: Eastern Cape Ivor Ben Close Fair View Port Elizabeth

Bloemfontein Fs Provincial Government Building Elizabeth St 55 N/A Bloemfontein

Welkom SAPS Offices (Welkom) Jan Hoffmeyer St 83 N/A Welkom

Bedfordview Riverwoods Office Park Johnson Rd 24 Bedfordview Johannesburg

Beta SITA Beta Centre Proes St 222  N/A Pretoria

Centurion SITA Centurion John Voster Dr Brakfontein 390JR Centurion

Numerus SITA Numerus Hamilton St 35Prinshof 349JR, Arcadia

Pretoria

Durban Siltek House Kosi Place 17 Springfield Park Durban

Pietermaritzburg Natalia Langalibalele St 330 (Longmarket) N/A Pietermaritzburg

Ulundi Main Admin (Ulundi) King Dinizulu Highway N/A Ulundi

Middelburg SITA Middelburg Cowen Ntuli St 133 (Van Riebeeck St 133) N/A Middelburg

Nelspruit 16 Bateleur Nel St 16 Sonheuwel Nelspruit

Modimolle Ntk Rivier St 84 N/A Modimolle

Polokwane Moolman Building Market St 27 N/A Polokwane

Kimberley Transvaal Rd 31 Transvaal Rd 31 N/A Kimberley

Upington SAPS Offices (Upington) Schreder St 114 N/A Upington

Mmabatho Garona Dr James Moroka Dr 3138 Mmabatho Unit 4 Mmabatho

Potchefstroom Wespoll Building Van Riebeeck St 121, c/o Potgieter St 100 N/A Potchefstroom

Page 37 of 39

ANNEXURE 1I: Bidder Capability to operate services of similar scale (Technical Non-Mandatory 3.2.1)

The following letter template must be used and completed by the customer as well as the excel spreadsheet “Annexure 3.2.1”:

Registered Company Name, or Name of Government Department with,

Registration number and contact details

Company Address of the BidderCompany Contact Details of the

Bidder

RFB 1439/2016: APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISIONING OF

BROADBAND CONNECTIVITY

I <insert name and surname> hereby confirm that <name of the bidder> is providing ECNS data

services connectivity at <include number> sites.

Attached is the spreadsheet containing the site details.

______________________________________Name and Surname

______________________________________Signature

______________________________________Date

Page 38 of 39

ANNEXURE 1J: Bidder Execution (Technical Non-Mandatory 3.2.3)

The template as per the excel spreadsheet “Annexure 3.2.3” must be used as part of the proof to be provided.

Page 39 of 39