Acknowledgement of Debt - airports.co.za 94-2017 - TELECOMMUNICATION... · Industry and Bulk SMS...

42
Tender Ref. COR 94/2017 IT Telecoms Services Page 1 REQUEST FOR PROPOSALS FOR THE SUPPLY, MAINTENANCE AND SUPPORT OF IT TELECOMMUNICATION SERVICES FOR A PERIOD OF 5 YEARS AT AIRPORTS COMPANY SOUTH AFRICA. CONVERGED MPLS WAN SOLUTION, INTERNET CONNECTIVITY AND REMOTE ACCESS CONNECTIVITY, VOICE CARRIER SERVICES AND BULK SMS SOLUTION TENDER NUMBER: : COR 94/2017 ISSUE DATE : 24 OCTOBER 2017 CLOSING DATE : 27 NOVEMBER 2017 BRIEFING SESSION DATE AND TIME : 30 OCTOBER 2017 - COMPULSORY COMPULSORY SITE VISITS : FROM 30 OCTOBER TO 09 NOVEMBER 2017

Transcript of Acknowledgement of Debt - airports.co.za 94-2017 - TELECOMMUNICATION... · Industry and Bulk SMS...

Tender Ref. COR 94/2017 IT Telecoms Services Page 1

REQUEST FOR PROPOSALS FOR THE SUPPLY, MAINTENANCE AND SUPPORT OF IT

TELECOMMUNICATION SERVICES FOR A PERIOD OF 5 YEARS AT AIRPORTS COMPANY

SOUTH AFRICA.

CONVERGED MPLS WAN SOLUTION, INTERNET CONNECTIVITY AND REMOTE ACCESS

CONNECTIVITY, VOICE CARRIER SERVICES AND BULK SMS SOLUTION

TENDER NUMBER: : COR 94/2017

ISSUE DATE : 24 OCTOBER 2017

CLOSING DATE : 27 NOVEMBER 2017

BRIEFING SESSION DATE AND TIME

: 30 OCTOBER 2017 - COMPULSORY

COMPULSORY SITE VISITS : FROM 30 OCTOBER TO 09 NOVEMBER 2017

Tender Ref. COR 94/2017 IT Telecoms Services Page 2

TABLE OF CONTENTS

DESCRIPTION PAGE

Section 1: Instructions to Bidders

3 - 7

Section 2: Minimum Requirements

8-9

Section 3: Background, Purpose and Scope of Work

9

Section 4: Preference Points and Price

9 - 16

Section 5: Evaluation Criteria

17 - 23

Section 6: Returnable Documents and Check List

24

Section 7: RFP Administrative and Procedural Requirements

25 - 27

Appendices:

Appendix A - Acceptance of Terms and Conditions of RFP and Bidder’s Particulars

28 -29

Appendix B - Briefing Session Form

30

Appendix C – Preamble to Pricing Schedule

31

Appendix D - Declaration of Interest Form

32 - 33

Appendix E - Declaration of Forbidden Practices

34

Appendix F– ACSA’s Health and Safety Requirements

35 - 38

Appendix G - ACSA’s Insurance requirements

39 - 41

Annexures:

Annexure 1 - Telecoms Scope of Work

Annexure 2 - Tender Functional Evaluation Criteria

Annexure 2 A – MPLS WAN Compliance

Annexure 2B - Internet and Remote Connectivity Compliance

Annexure 2C – Voice Carrier Compliance

Annexure 2D - Bulk SMS Compliance

Annexure 3 – Tender Response Form

Annexure 4 - Tender Pricing Schedule

Tender Ref. COR 94/2017 IT Telecoms Services Page 3

1. SECTION 1: INSTRUCTIONS TO BIDDERS

1.1. Access to RFP documents

Tender documents are available electronically from 24 October 2017 on the National Treasury e-Tenders

Publication Portal www.etenders.gov.za. Soft and editable copies of the tender documents may be

requested via email from the following address: [email protected]. With ref.

COR94/2017 in the subject Line.

1.2. Submission of bid documents

The envelopes containing bid documents must have on the outside, the bidder’s return address, the full

description of the tender, tender number and the details of the Tender Management Office/Procurement

department where the bid will close. The documents must be signed and completed by a person who has

been given authority to act on behalf of the bidder. The bottom of each page of the bid documents must be

signed or stamped with the bidder’s stamp as proof that the bidder has read the tender documents.

Bid documents must be submitted on or before 12:00 on 27 November 2017 using the following

method(s):

1.2.1. Hand delivery:

The bid document must be delivered to the Tender Management Office located at the address

below and must be addressed as follows:

Tender No. COR 94/2017 – The Provision of IT Telecommunication Services for ACSA

Tender Box C - Closing time: 12: 00 PM

The Tender box is located at:

3rd Floor, North Wing (Next to the Viewing Deck)

ACSA Offices, OR Tambo International Airport

1.2.2. Tender Email Address:

Any correspondence relating to this tender must be sent to the following email

address: [email protected]. with ref. COR94/2017 in the subject Line.

Proposals must be in duplicate (an original printed copy and a printed copy of the original) together

with an electronic copy of the bid documents using a compact disc or flash drive. The original copy

will be the legal and binding copy, in the event of discrepancies between any of the submitted

documents; the original copy will take precedence.

Tender Ref. COR 94/2017 IT Telecoms Services Page 4

1.3. Alternative Bids

As a general rule ACSA only accepts bids which have been prepared in response to the tender invitation.

However, this tender alternative bids will be accepted provided the alternative bid is accompanied by the

original bid response which materially complies with the specifications of this tender invitation. The

alternative bid will only be considered where the bidder has submitted together with its alternative bid, an

offer which materially complies with the requirements of this tender. Alternative bids will also be evaluated

using the pre-determined evaluation criteria stipulated in this tender document.

1.4. Late Bids

Bids which are submitted after the closing date and time will not be accepted.

1.5. Clarification and Communication

1.5.1. Request for clarity or information on the tender may only be requested from the contact below on

the following dates:

Name: Patricia Kiyala

Email: [email protected]

1st Clarification: Request must be sent to ACSA by COB 06 November 2017.

2nd Clarification: Request must be sent to ACSA by COB 17 November 2017.

Please note that any responses to queries or for clarity sought by a bidder will also be sent to all

the other bidders / entities which have responded to the Request for Proposal.

1.5.2. Bidders may not contact any ACSA employee on this tender other than those listed above. Contact

will only be allowed between the successful bidder and ACSA Business Unit representatives after

the approval of a recommendation to award this tender. Contact will also only be permissible in

the case of pre-existing commercial relations which do not pertain to the subject of this tender.

1.6. Terms and Conditions of Tender Briefing and Site Visits Attendance

1.6.1 A compulsory briefing session will be held on the 30 October 2017 at 10:00. Followed with a Site

visit for the OR Tambo Airport. Bidder are to bring reflective jacket on the date of the briefing session R

508 cash for the temporary permit. The session will be held at the following location:

Media Room, Ground Floor - Next to the Post Office OR Tambo International Airport.

Tender Ref. COR 94/2017 IT Telecoms Services Page 5

1.6.2 COMPULSORY BRIEFING SESSION AND SITE VISITS

It is a MANDATORY and NON-NEGOTIABLE requirement for Bidders to attend the Briefing Session

and ALL sites visit at all ACSA’s airports around the country. For this tender, each site is distinct and

critical and MUST be visited by the bidder during the tour, failure to visit one or many of the site/Airport,

will lead to the bidder being disqualified. Below is a schedule of site visits and bidders must

ensure they have technical representation at each site.

SITE VISITS SCHEDULE (MEETINGS WITH SUPPLIERS)

Date Day Site Visit Permit Cost Time

30 Oct 2017

Mon Tender Briefing Session 10h00

Briefing Session

Briefing

30 Oct 2017 Mon JNB R 508.00 12h00 Site Visit

31 Oct 2017 Tue DUR R 177.99 9h30 Site Visit

01 Nov 2017 Wed ELS Free 9h30 Site Visit

02 Nov 2017 Thu PLZ Free 9h30 Site Visit

03 Nov 2017 Fri GRJ Free 9h30 Site Visit

06 Nov 2017 Mon CPT R 326.00 9h30 Site Visit

07 Nov 2017 Tue UTN Free 9h30 Site Visit

08 Nov 2017 Wed BFN Free 9h30 Site Visit

09 Nov 2017 Thu KIM Free 9h30 Site Visit

1.6.3 MUST have Safety Requirements for Site Visits.

For site visits, bidders are requested to bring the following safety gear:

• Reflective jackets

• Safety boots

1.6.4 Must have Access Permits.

In order to gain access to ACSA’s restricted areas, bidders will need to adhere to the following

requirements:

• Bring along an original ID book or Passport – Driver’s license is not acceptable.

• Temporary access permits are subject to a non-refundable fee at ORTIA, CTIA and KSIA.

• Only cash is acceptable for the payment of temporary access permit.

Tender Ref. COR 94/2017 IT Telecoms Services Page 6

1.6.5 Travel and Accommodation Requirements for site visit.

Bidders are requested to make travelling and accommodation arrangements at their own cost.

1.7. Bid Responses

Bid responses must be strictly prepared and returned in accordance with this tender document. Bidders

may be disqualified where they have not materially complied with any of ACSA’s requirements in terms of

this tender document. Changes to the bidder’s submission will not be allowed after the closing date of the

tender. All bid responses will be regarded as offers unless the bidder indicates otherwise. No bidder or any

of its consortium/joint venture members may have an interest in any of the other bidder/joint

venture/consortium participating in this bid.

1.8. Disclaimers

It must be noted that ACSA reserves its right to:

1.8.1. Award the whole or a part of this tender;

1.8.2. Split the award of this tender;

1.8.3. Negotiate with all or some of the shortlisted bidders;

1.8.4. Award the tender to a bidder other than the highest scoring bidder where objective criteria allow;

1.8.5. To reject the lowest acceptable tender received; and/or

1.8.6. Cancel this tender.

1.9. Validity Period

1.9.1. ACSA requires a validity period of hundred and twenty (120) business/working days for this tender.

1.9.2. During the validity, period the prices which have been quoted by the bidder must remain firm and

valid. It is only in exceptional circumstances where ACSA would accommodate a proposal to

change the price.

1.10. Confidentiality of Information

1.10.1. ACSA will not disclose any information disclosed to ACSA through this tender process to a third

party or any other bidder without any written approval form the bidder whose information is sought.

Furthermore,

1.10.2. ACSA will not disclose the names of bidders until the tender process has been finalised.

1.10.3. Bidders may not disclose any information given to the bidders as part of this tender process to any

third party without the written approval from ACSA. In the event that the bidder requires consulting

with third parties on the tender, such third parties must complete confidentiality agreements, which

should also be returned to ACSA with the bid.

Tender Ref. COR 94/2017 IT Telecoms Services Page 7

1.11. Hot – Line

ACSA subscribes to fair and just administrative processes. ACSA therefore urges its clients, suppliers and

the general public to report any fraud or corruption to:

Airports Company South Africa TIP-OFFS ANONYMOUS

Free Call: 0800 00 80 80 Free Fax: 0800 00 77 88 Email: [email protected]

Tender Ref. COR 94/2017 IT Telecoms Services Page 8

2. SECTION 2: PRE-QUALIFICATION CRITERIA AND MINIMUM REQUIREMENTS

2.1. Minimum Qualification Criteria

2.2.1 The principal Bidder must hold and submit a valid ECNS (Electronics Communication

and Networks Services) ICASA license.

2.2.2 Bidders must have a minimum of five (5) years (cumulative) experience in

MPLS/VPN/WAN Services industry, Internet Services Industry, Voice Carrier Service

Industry and Bulk SMS industry. Such experience must be proven by submitting client (s)

reference letter(s) on Client Company Letterhead.

2.2.3 To prove experience and understanding of the scope, size and scale of this project, the

Bidder is required to provide one (1) detailed case study of same/ similar projects

successfully implemented and completed for each of the following scopes:

MPLS/VPN/WAN Services, Internet Services, Voice Carrier Services and Bulk SMSs.

Contactable references must be provided for each of the 4 case studies.

2.2.4 Bidders must commit 40% of the contract value to ACSA’s transformation imperatives as

required under section 5.4. Bidders who fail to meet the stipulated threshold will be

disqualified from the process; such proposal must detail how the 40% transformation will

be achieved and must be realistic and measurable.

A Bidder who fails to meet all the above minimum requirements at closing date will

be disqualified.

SECTION 3: BACKGROUND, PURPOSE AND SCOPE OF WORK

3.1 Background

3.1.1 Since inception approximately 20 years ago, Airports Company South Africa Limited (ACSA) has

transformed into a focused, profitable and commercial enterprise that is market-driven and customer

service oriented. The principal ACSA sites comprise of major international airports namely O.R.

Tambo (ORTIA), Cape Town (CTIA) and King Shaka (KSIA). The other sites are, Bram Fischer

(Bram), Upington (UTN), Port Elizabeth (PLZ), East London Airport, George Airport, Kimberley Airport

and the Corporate Office.

Tender Ref. COR 94/2017 IT Telecoms Services Page 9

3.1.2 The sustained growth in traffic over the years, coupled with a creative and performance focused

management and leadership team have contributed to the Company’s excellent financial

performance over time. This has enabled the Company to transform South Africa’s airports into world-

class airports, delivering value for customers, stakeholders, shareholders and employees.

3.1.3 ACSA is focused on creating and operating world-class airports measuring up to international

standards. Numerous international awards won by certain of its airports over the years confirm that

the Company has largely succeeded in this aim. This is also shown in the latest ratings for example,

O.R. Tambo, Cape Town and King Shaka international airports rated first, second and third

respectively in the Best Airport ACI-ASQ awards for Africa.

3.2. Purpose of this Tender

Airports Company South Africa is requesting proposals from highly qualified, experienced, and skilled

Service Providers for supply, maintenance and support of IT Telecommunication Services at all ACSA’s

current and new locations for a period of Five (5) years at Airports Company South Africa.

3.3. Scope of Work

The scope of work for the supply, maintenance and support of IT telecommunication Services comprises

the following service categories:

▪ Converged MPLS WAN Solution,

▪ Internet Connectivity and Remote Access Connectivity,

▪ Voice Carrier Services and Bulk SMS Solution

4. SECTION 4: PREFERENCE POINTS AND PRICE

4.1 Preference Points Claims

4.1.1 In terms of the PPPFA and its regulations only a maximum of 20 points may be awarded for

preference. The preferential point systems are as follows:

4.1.2 The 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes

included); and

4.1.3 The 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes

included).

4.1.4 The value of this bid is estimated to exceed R50 000 000 (all applicable taxes included) and

therefore the 90/10 system shall be applicable. points for this bid shall be awarded for:

Tender Ref. COR 94/2017 IT Telecoms Services Page 10

4.2 The maximum points for this bid are allocated as follows:

Points

4.2.1 Price _______90________

B-BBEE Status Level of Contribution _______10_______

Total Points for Price and B-BBEE must not Exceed 100

4.2.2 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification

Certificate from a Verification Agency accredited by the South African Accreditation System

(SANAS) or an affidavit in the case of Qualifying Small Enterprises and an Emerging Micro

Enterprises together with the bid, will be interpreted to mean that preference points for B-BBEE

status level of contribution are not claimed.

4.2.3 ACSA reserves the right to require of a bidder, either before a bid is adjudicated or at any time

subsequently, to substantiate any claim in regard to preferences, in any manner required by

ACSA.

4.3 Definitions

4.3.1 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad

-Based Black Economic Empowerment Act;

4.3.2 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity

based on its overall performance using the relevant scorecard contained in the Codes of Good

Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based

Black Economic Empowerment Act;

4.3.3 “Black Designated Groups” has the meaning assigned to it in the codes of good practice issued

in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

4.3.4 “Black People” has the meaning assigned to it in the codes of good practice issued in terms of

section 9(1) of the Broad-Based Black Economic Empowerment Act;

4.3.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic

Empowerment Act 53 of 2003);

4.3.6 “Designated Group” means:

4.3.6.1 Black Designated Groups;

4.3.6.2 Black People;

4.3.6.3 Women;

4.3.6.4 People with disabilities; or

Tender Ref. COR 94/2017 IT Telecoms Services Page 11

4.3.6.5 Small enterprises, as defined in section 1 of the national Small Enterprise Act 102 of

1996;

4.3.7 “Consortium or Joint Venture” means an association of persons for the purpose of combining

their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a

contract;

4.3.8 “EME” means an exempted micro enterprise in terms of the codes of good practice issued in terms

of section 9(1) of the Broad-Based Black Economic Empowerment Act;;

4.3.9 “Functionality” means the ability of tenderer to provide goods or services in accordance with

specifications as set out in the tender documents;

4.3.10 “Military Veteran” has the meaning assigned to it in section 1 of the Military Veterans Act 18 of

2011;

4.3.11 “People with disabilities” has the meaning assigned to it in section 1 of the Employment Equity

Act, 55 of 1998;

4.3.12 “Person” includes a juristic person;

4.3.13 “PPPFA” means the Preferential Procurement Policy Framework Act 5 of 2000 and its Regulations

published on 20 January 2017;

4.3.14 “Price” means all applicable axes less all unconditional discounts;

4.3.15 “QSE” means a qualifying small business enterprises in terms of the codes of good practice issued

in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act.

4.3.16 “Rand Value” means the total estimated value of a contract in South African currency, calculated

at the time of bid invitations, and includes all applicable taxes and excise duties

4.3.17 “Rural Area” means:

4.3.17.1 a sparsely populated area in which people farm or depend on natural resources including

villages and small towns that are dispersed through the area; or

4.3.17.2 an area including a large settlement which dee ds a on migratory labour and remittances

and govern social grants for survival, and may have a traditional land tenure system;

4.3.18 “Total Revenue” bears the same meaning assigned to this expression in the Codes of Good

Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based

Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February

2007;

4.3.19 “Township” means an urban living area that any time from the late 19th century until 27 April

1994, was reserved for black people, including areas developed for historically disadvantaged

individuals post 27 April 1994;

Tender Ref. COR 94/2017 IT Telecoms Services Page 12

4.3.20 “Trust” means the arrangement through which the property of one person is made over or

bequeathed to a trustee to administer such property for the benefit of another person;

4.3.21 “Trustee” means any person, including the founder of a trust, to whom property is bequeathed in

order for such property to be administered for the benefit of another person; and

4.3.22 “Youth” has the meaning assigned to it in section 1 of the National Youth Development Agency

Act 54 of 2008

All terms not defined herein have the meanings assigned to them in the PPPFA.

4.4 Adjudication Using A Point System

4.4.1 The bidder obtaining the highest number of total points will be awarded the contract, unless

objective criteria exist justifying an award to another bidder or ACSA exercises one or more of its

disclaimers.

4.4.2 Preference points will be calculated after prices have been brought to a comparative basis taking

into account all factors of non-firm prices and all unconditional discounts

4.4.3 Points scored will be rounded off to the nearest 2 decimal places.

4.5 Award of Business where Bidders have Scored Equal Points Overall

4.5.1 In the event that two or more bids have scored equal total points, the successful bid will be the

one scoring the highest number of preference points for B-BBEE.

4.5.2 However, when functionality is part of the evaluation process and two or more bids have

scored equal points including equal preference points for B-BBEE, the successful bid will be the

one scoring the highest score for functionality.

4.5.3 Should two or more bids be equal in all respects, the award will be decided by the drawing of lots.

4.6 Points Awarded for Price

90/10 Preference Point Systems

A maximum of 90 points is allocated for price on the following basis:

90/10

min

min190

P

PPtPs

Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid

Tender Ref. COR 94/2017 IT Telecoms Services Page 13

4.6.1 Points Awarded for B-BBEE Status Level of Contribution

4.6.1.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference

points must be awarded to a bidder for attaining the B-BBEE status level of contribution in

accordance with the table below:

4.6.1.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit an affidavit stating its annual

turnover, certificate issued by a Verification Agency accredited by SANAS.

4.6.1.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification

certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Verification

Agency accredited by SANAS. QSEs have an additional option of submitting a sworn affidavit as

its B-BBEE certificate in terms of the amendments to the B-BBEE Codes of Good Practice in 2013.

4.6.1.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal

entity, provided that the entity submits their B-BBEE status level certificate.

4.6.1.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an

unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if

they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every

separate bid.

4.6.1.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level

certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

B-BBEE Status Level of Contributor

Number of Points (90/10 system)

1 10

2 9

3 6

4 5

5 4

6 3

7 2

8 1

Non-compliant contributor 0

Tender Ref. COR 94/2017 IT Telecoms Services Page 14

4.6.1.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents

that such a bidder intends sub-contracting more than 25% of the value of the contract to any other

enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the

intended sub-contractor is an EME that has the capability and ability to execute the sub-contract.

4.6.1.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to

any other enterprise that does not have an equal or higher B-BBEE status level than the person

concerned, unless the contract is sub-contracted to an EME that has the capability and ability to

execute the sub-contract.

4.7 Bid Declaration

Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the

following:

(B-BBEE Status Level of Contribution Claimed in Terms of Paragraphs 4.2.1)

B-BBEE Status Level of Contribution: ________________ = _____________(maximum of 10 points:

(Points claimed in respect of paragraph 0must be in accordance with the table reflected in paragraph

4.6.1.1and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency

accredited by SANAS).

4.8 Sub-Contracting

4.8.1 Will any portion of the contract be sub-contracted? YES / NO (*Delete whichever is not

applicable)

4.8.2 If yes, indicate:

4.8.2.1 The sub-contracted percentage is:______%

4.8.2.2 The type of ownership is as follows in terms of percentage out of 100:

4.8.2.2.1 black ownerships is: __________

4.8.2.2.2 black youth ownership is: ___________

4.8.2.2.3 black women ownership is: __________

4.8.2.2.4 black people with disabilities ownerships is: ____________;

4.8.2.2.5 black people in rural areas, underdeveloped areas or townships ownerships is: ___________

4.8.2.2.6 black ownership of the co-operative is:_________

4.8.2.2.7 black people who are military veteran ownership is: __________

4.8.2.2.8 Combined ownership of any of the above is: ______________

Tender Ref. COR 94/2017 IT Telecoms Services Page 15

4.8.3 The tendering condition must specify that the tenderer may only subcontract to a QSE listed above

if the QSE has a B-BBEE status level that is equal to or more than that of the tenderer/bidder.

4.8.3.1 The name of the sub-contractor is: __________________________________________

4.8.3.2 The B-BBEE status level of the sub-contractor is: _____________________

4.8.4 The sub-contractor is an EME: YES / NO ? (*Delete whichever is not applicable)

4.8.5 A bidder may not sub-contract any portion of the tender after award without the written approval

a delegated ACSA representative.

4.9 Declaration with Regard to the Bidder

4.9.1 Name of bidding entity

4.9.2 VAT Registration

4.9.3 number:

4.9.4 Company registration

number:

4.9.5 Type of company / firm:

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited

[TICK APPLICABLE BOX]

4.10 Describe principal business activities

4.11 Company Classification

Manufacturer

Supplier

Professional service provider

Tender Ref. COR 94/2017 IT Telecoms Services Page 16

Other service providers, e.g. transportation, etcetera.

[TICK APPLICABLE BOX]

4.12 Total numbers of years the company / firm has been in business:

___________________________________________

4.13 I/we, the undersigned, who is/are duly authorised to do so on behalf of the company/firm, certify that the

points claimed, based on the B-BBEE status level of contribution indicated in this bid of the foregoing

certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

4.13.1 The information furnished is true and correct;

4.13.2 The preference points claimed are in accordance with the General Conditions as indicated in this

Section;

4.13.3 In the event of a contract being awarded as a result of points claimed, the contractor may be

required to furnish documentary proof to the satisfaction of ACSA that the claims are correct;

4.13.4 If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis or

any of the conditions of contract have not been fulfilled, ACSA may, in addition to any other remedy

it may have:

4.13.4.1 Disqualify the person from the bidding process;

4.13.4.2 Recover costs, losses or damages it has incurred or suffered as a result of that person’s

conduct;

4.13.4.3 Cancel the contract and claim any damages which it has suffered as a result of having

to make less favourable arrangements due to such cancellation;

4.13.4.4 Restrict the bidder or contractor, its shareholders and directors, or only the shareholders

and directors who acted on a fraudulent basis, from obtaining business from ACSA for

a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule

has been applied; and.

4.13.4.5 Forward the matter for criminal prosecution.

Witnesses:

1. ______________________________ _____________________________

Signature(s) of bidder(s)

2. ______________________________ Date : ________________________

Address: ________________________________________________________________________

Tender Ref. COR 94/2017 IT Telecoms Services Page 17

SECTION 5: EVALUATION CRITERIA

5.1 The evaluation criteria will consider the commitment made by Bidders under the following requirements:

Minimum requirements, Mandatory Administrative requirements, Scope Compliance, Functional Criteria,

Price and BBBEE.

5.2 The requirements of any given stage must be complied with prior to progression to the next stage.

ACSA reserves the right to disqualify bidders without requesting any outstanding document/information.

A staged approach will be used to evaluate bids and the approach will be as follows:

Stage 1

Stage 2

Stage 3 Stage 4 Stage 5

Ch

eck if

Bid

der

su

bm

itte

d a

ll

man

dato

ry A

dm

inis

trati

ve

Do

cu

men

ts.

Evalu

ate

on

Fu

ncti

on

al

asp

ect

of

the b

id

Evalu

ate

pri

ce a

nd

Pre

fere

nce

(B-B

BE

E)

Ch

eck if

Bid

der

meets

th

e p

re-

qu

alify

ing

an

d m

inim

um

cri

teri

a

Ch

eck if

Bid

der

co

mp

ly t

o s

co

pe

of

wo

rk –

Ch

eck L

ist

Tender Ref. COR 94/2017 IT Telecoms Services Page 18

5.3 Mandatory Administrative Documents:

Bidders MUST submit the following mandatory administrative documents before being considered for

Functional and Technical Evaluation:

a) Bidders must provide proof of registration with National Treasury CSD, (www.csd.gov.za).

b) Bidders must submit their acceptance of the terms and conditions of this Request for Proposal;

c) Bidders should submit a valid Tax Clearance Certificate;

d) Bidders should submit proof of relevant B-BBEE certificate;

e) Letter of good standing in Safety compliance from the department of Labour

f) Bidders should complete all applicable Annexures/Appendices of this Request for Proposal.

5.4 Transformation Requirements:

As a public enterprise, ACSA has an obligation to assist the South African government with addressing the

economic imbalances of the past.

5.4.1 It is a requirement of this tender that bidders must commit to an overall 40% of the contract

value towards Supplier Development initiatives using some of the options listed below:

a) Skills Development

b) Increase in black / woman / youth / disabled ownership percentage

c) Improvement of employment equity percentage

d) EME Spend

e) Preferential procurement

f

0

)

)

)

Rural integration and small business promotion

5.4.2 It is a requirement of this tender that such Supplier Development should be applicable

to the following Designated Groups.

5.4.2.1 51% black owned;

5.4.2.2 51% owned by black youth;

5.4.2.3 51% owned by black women;

5.4.2.4 51% owned by black people with disabilities;

5.4.2.5 51% owned by black people in rural areas, underdeveloped areas or townships;

5.4.2.6 a co-operative that is 51% owned by black people;

5.4.2.7 51% owned by black people who are military veterans; or

5.4.2.8 More than one of the above-mentioned categories.

Tender Ref. COR 94/2017 IT Telecoms Services Page 19

5.4.3 The bidder may only subcontract to a QSE listed above if the QSE has a B-BBEE status level that

is equal to or more than that of the bidder.

5.4.4 The transformation Proposal must detail how the 40% contract value will benefit the

transformation partner. Implementation and monitoring process must also be included in the such

proposal.

5.4.5 A signed contractual agreement between the bidder and transformation partner(s) must be

included as an annexure to the transformation proposal.

5.5 Functional and Technical Evaluation

The functionality/technical evaluation will be conducted by the Bid Evaluation Committee which comprises

of various skilled and experienced members from diverse professional disciplines. The evaluation process

will be based on a minimum threshold percentage to be achieved as specified under each section.

5.5.1 Functional Evaluation Criteria.

A minimum combined score of 80% for functional evaluation criteria is required for a Bidder to

proceed to the next phase, which is Price and B-BBEE.

Tender Ref. COR 94/2017 IT Telecoms Services Page 20

Min ScoreMax

Score

Bidder

Score

Pass

/Fail

8 10 8

16 20 16

Technical Capacity 31 40 31

Project Management 25 30 25

80 100 80 PASS

Are

a

Sub

Are

a

Re

spo

nse

Fo

rm

Sect

ion

Re

fere

nce

Me

asu

re

Sco

re

Rat

ing

Op

tio

ns

Min

Max

Co

mm

en

ts

Tech

nic

al R

eso

urc

es

WAN Infrastructure,

Internet and Remote

connectivity, Voice Carrier

Services, Bulk SMS

Services

3.1.1

Resources

The Bidder is required to provide a 2-page profile supported

with certifications for key technical staff that will be assigned

to this project with defined roles in each of the following

scopes: WAN Infrastructure, Internet Services, Voice Carrier

Services and Bulk SMS . CV’s should demonstrate the following

minimum skills of technical staff being recommended for this

project:

1. At least 1x resource with CCIE-RS/CCIE-SP or equivalent OEM

certification;

2. At least 1 x Certified Solutions Architect on OEM vendor

networking devices (CCDP or equivalent);

3. Proof of more than five years’ post certification experience

working on projects of a similar nature, scope, size and scale in

planning, installation, configuration and supporting of

8

Requirement Exceeded

More than the required amount of Certified Resources for each of the following services:

Supporting of MPLS/VPN/WAN Services, Internet Services, Voice Carrier Services and Bulk SMS Services 10 Points

Requirements fully met:

At least 1 x resource with CCIE-RS/CCIE-SP or equivalent OEM certification and 1 X Certified Solutions Architect

on OEM vendor networking devices (CCDP or equivalent); each with more than five years’ post certification

experience working on projects of a similar nature, scope, size and scale in planning, installation,

configuration for each of the following services: Supporting of MPLS/VPN/WAN Services, Internet Services,

Voice Carrier Services and Bulk SMS Services 8 Points

Requirement not Met:

Resources not certified or has less than 5 years’ experience in any of the following scopes:

Supporting of MPLS/VPN/WAN Services, Internet Services, Voice Carrier Services and Bulk SMS Services 0 Points

8 10

Section

TOTALSSection Total 8 8 10

WAN Infrastructure,

Internet and Remote

connectivity, Voice Carrier

Services, Bulk SMS

Services

3.2.1

Case Studies & References

To prove experience and understanding of the scope, size and

scale of this project, the Bidder is required to provide one (1)

detailed case study of same/ similar projects successfully

implemented and completed for each of the following scopes:

MPLS/VPN/WAN Services, Internet Services, Voice Carrier

Services and Bulk SMSs. Contactable references must be

provided for each case study.

8

Requirements Exceeded: 10 Points

Has successfully provided more than one Case Study of similar scope and scale and has adequately presented experience in each of the following scopes: MPLS

WAN, Internet Services, Voice Carrier Services, Bulk SMS Services and references fully met verification requirements.

Requirements fully met:

Has successfully provided at least one Case Study of similar scope and scale and has adequately presented experience in each of the following scopes: MPLS WAN,

Internet Services, Voice Carrier Services, Bulk SMS Services and references fully met verification requirements. 8 Points

Requirements not met:

Has not presented evidence of relevant experience in all four scopes/ not presented relevant experience and or no case studies presented /and or partial or no

reference verification could be proven. 0 Points

8 10

WAN Infrastructure,

Internet and Remote

connectivity, Voice Carrier

Services, Bulk SMS

Services

3.2.2

Company Experience

Provide client reference letters on Client Company Letterhead

to show proof of five (5) years or more company experience in

each of the following industries: MPLS/VPN/WAN Services

industry, Internet Services Industry, Voice Carrier Service

Industry and Bulk SMS industry, which covers the history of the

organisation’s services to date, spanning the full five (5) year

period.

8

Requirement Exceeded

Reference Letters provided that shows company experience in each of the following industries:

MPLS/VPN/WAN Services, Internet Services, Voice Carrier Services and Bulk SMS Services for more than five (>5) years 10 Points

Requirement Met:

Reference Letters provided that shows company experience in each of the following industries:

MPLS/VPN/WAN Services, Internet Services, Voice Carrier Services and Bulk SMS Services for at least five (5) years 8 Points

Requirement not Met:

Reference Letters not Provided that shows company experience in each of the following industries:

MPLS/VPN/WAN Services, Internet Services, Voice Carrier Services and Bulk SMS Services and/or

experience less than five <(5) years for any of the following industries:

MPLS/VPN/WAN Services, Internet Services, Voice Carrier Services and Bulk SMS Services and/or

references unavailable or uncontactable 8 Points

8 10

16 Section Total 16 20

Pro

ven

Exp

eri

en

ce

Sub Section Compliance

Technical Resources

Proven Experience

TOTAL

Tender Ref. COR 94/2017 IT Telecoms Services Page 21

WAN Infrastructure,

Internet and Remote

Connectivity and Voice

Carrier Services

3.3.1

OEM Partnership

The Bidder is required to demonstrate networking certification

and partnership which is valid and current from the proposed

solution OEM (for example: Cisco, Juniper, Huawei and

Fortigate etc.) through the provision of one certificate which

indicates the highest level of certification for each of the

following industries : broadband telecommunications industry,

Internet Services Industry, Voice Carrier Service Industry, Bulk

SMS Industry

8

Requirement Exceeded

Partnership: Advanced Level/Platinum/Diamond in each of the following industries:

MPLS/VPN/WAN Services, Internet Services, Voice Carrier Services and Bulk SMS Services 10 Points

Requirement Met:

Partnership: Intermediate Level/Gold in each of the following industries:

MPLS/VPN/WAN Services, Internet Services, Voice Carrier Services and Bulk SMS Services 8 Points

Requirement not Met:

Partnership: Entry Level/Silver in each of the following industries:

MPLS/VPN/WAN Services, Internet Services, Voice Carrier Services and Bulk SMS Services 0 Points

8 10

Internet and Remote

Connectivity3.3.2

Internet Web Portal

The bidder must provide a Web Portal with log on credentials to

monitor SLA parameters such as

- link status,

- uptime and downtime,

- capacity,

- utilization,

- and other parameters on real time

Bidder must provide print screens of the web portal and or

samples of utilization graphs and sample reports from the

portal that show real time reporting.

3

Requirement exceeded: 4 Points

Bidder provided portal information that meets the requirement and exceed them. (reporting on other parameters not listed).

Bidder must provide a list of additional parameter and sample reports

Requirements met: 3 Points

• Portal provided

• Portal capable on reporting on any two of the parameters below:

- link status

- uptime and downtime

- capacity

- utilization

Requirements not met: 0 Points

• No portal access provided or cannot report on at least any two of the below:

- link status

- uptime and downtime

- capacity

- utilization

3 4

Internet and Remote

Connectivity3.3.3

Internet Call Logging and Troubleshooting

The bidder should have full-fledged ''Network Management

Centre

The Network Operating Centre (NMC/NOC)", must be available

around the clock (24x7x365 basis) manned by individuals that

have the relevant qualifications, for the efficient centralised

remote monitoring, configuration, diagnose, troubleshooting

and performance management of backbone network and last

mile network over which the Internet connectivity for ACSA

shall be provisioned.

Bidder must provide:

- Details of NOC (Location, Contact details and escalation

process)

- Operational times

- Resource details and quantity (Min 2 x CCNA/CCNP or

equivalent certified resources) with more than 3 years’ work

experience

3

Requirements Exceeded: 4 Points

Information supplied as per below :

Details of NOC

Location of NOC

Contact Details of NOC

Escalation Process

Operational times of NOC 24X7X365

More than two resources with CCNA/CCNP or equivalent certified resources) with more than 3 years’ work experience provided

Requirements Fully Met: 3 Points

Information supplied as per below :

Details of NOC

Location of NOC

Contact Details of NOC

Escalation Process

Operational times of NOC

Resource 1 Details: CCNA/CCNP or equivalent certified resources) with more than 3 years’ work experience

Resource 2 Details: CCNA/CCNP or equivalent certified resources) with more than 3 years’ work experience

Requirements not met: 0 Points

Some or all of the below information not supplied

Details of NOC. Location of NOC, Contact Details of NOC, Escalation Process

Operational times of NOC

Resource 1 Details: CCNA/CCNP or equivalent certified resources) with more than 3 years’ work experience

Resource 2 Details: CCNA/CCNP or equivalent certified resources) with more than 3 years’ work experience

.

3 4

Internet and Remote

Connectivity3.3.4

Internet Service Provider Redundancy

The service provider must have redundant internet break outs

on major cables such as SAT3, SAFE, ESSAY, WACS, SEACOM etc.-

- check that the service providers have a minimum of two

internet breakouts

3

Requirements Exceeded: 5 Points

More that two Internet Break outs

Requirements met: 4 Points

Redundant Internet break out

Requirements not met: 0 Points

No internet break out

3 4

Internet and Remote

Connectivity3.3.5

Remote Connectivity Administration

Provide for dynamic creation and deletion of user accounts and

upgrading or degrading of accounts and password resets, via

remote portal for DSL accounts

3

Requirements exceeded: 4 Points

The process is dynamic and allows for all the functionality required as well as additional functionality

Requirements met: 3 Points

Provides for a dynamic process for the functionality below

Creation of User Account

Deletion of User Account

Upgrading of User Account

Downgrading of User Account

Password reset

Requirements not met: 0 Points

Not all of the functionality below is available or dynamic

Creation of User Account

Deletion of User Account

Upgrading of User Account

Downgrading of User Account

Password reset

3 4

Internet and Remote

Connectivity3.3.6

DSL Remote Connectivity Call Logging and Troubleshooting

Provide support 24 hours, 7 days, 365 days a year. 3

Requirements exceeded: 4 Points

Available 365 Days a year

Available from 00:00 – 24:00 daily

Requirements met: 3 Points

Available 365 Days a year

Available minimum 9:00 – 17:00 daily

Requirements not met: 0 Points

Available less than 365 Days a year or

less than 9:00 – 17:00 daily

3 4

Internet and Remote

Connectivity3.3.7

DSL Remote Connectivity User Reporting

Provide functionality for emailing utilisation reports to users 3

Requirements Exceeded 4 points

Functionality provided with additional information provided

Requirements met: 3 Points

Functionality provided via email or alternate way of obtaining utilisation reports

Requirements not met: 0 Points

Required functionality not provided in any form or not acceptable.

3 4

Bulk SMS System 3.3.8

Agreement with Mobile Operators

The Service Provider must maintain agreements with each of

the Mobile Operators and its SMSC (Short Message Service

Centre) must bind/connect with each of the Mobile Operators

directly. The Service Provider must not be reliant on, and must

not send traffic via other WASPs to transmit SMS messages to

the MO’s. The service provider must submit a copy of the

agreement with the mobile operators

5

Requirements exceeded: 6 Points

Bidder is a Mobile Operator with agreements with more than 3 other Mobile Operators or

Bidder is not a Mobile Operator with agreements with more than 4 other Mobile Operators

Requirements met: 5 Points

Bidder is a Mobile Operator with agreements with 3 other Mobile Operators or

Bidder is not a Mobile Operator with agreements with 4 other Mobile Operators

Requirements not met: 0 Points

Bidder is a Mobile Operator with agreements with less than 3 other Mobile Operators or

Bidder is not a Mobile Operator with agreements with less than 4 other Mobile Operators

5 6

Tech

nica

l Cap

acity

Tender Ref. COR 94/2017 IT Telecoms Services Page 22

WAN Infrastructure,

Internet and Remote

connectivity, Voice Carrier

Services, Bulk SMS

Services

3.4.1

Project Plan

Provide a detailed project implementation plan in each of the

following scopes : WAN Infrastructure, Internet Services, Voice

Carrier Services and Bulk SMS Services. (including but not

limited to Gantt Charts, Work Breakdown Structure (WBS),

Resource Allocation. Timelines and Critical Path with respect to

operational readiness within a twelve (12) week period. The

project plan must adhere to the project processes of ISO/IEC

15288:2008 or accepted industry equivalent

• Milestones

• Activity Level

• Resource Allocation

• Project Implementation timeline within 12 weeks

8

Requirement exceeded: 10 Points

The project plan provided covers all the item listed below and more information is provided

Requirement met: 8 Points

Project Plan provided covers all the element listed below

Gannt Chart

Work Breakdown Structure

Resource Allocation

Timelines and Critical Path

Confirm implementation readiness in 12 weeks’ period

Milestones

Activity Level

Requirement not met: 0 Points

Project plan presented does not meet requirements. One or more elements below are not shown'

Gannt Chart

Work Breakdown Structure

Resource Allocation

Timelines and Critical Path

Confirm implementation readiness in 12 weeks’ period

Milestones

Activity Level

8 10

WAN Infrastructure,

Internet and Remote

connectivity, Voice Carrier

Services, Bulk SMS

Services

3.4.2

Project Management Methodology

The Bidder must provide a clear project management

methodology on how the project will be implemented and

supported in each of the following scopes : WAN Infrastructure,

Internet Services, Voice Carrier Services and Bulk SMS Service,

which conforms to an industry standard project management

processes, which include the following elements:

- Organisational enabling processes

- Project Management Processes

- Project Support Processes

- Project Management Certification

- Quality Assurance

9

Requirements exceeded: 10 Points

Project management methodology is proven to align with industry accepted equivalent

and covers all elements below and includes additional pertinent information

Organisational enabling processes

Project Management Processes

Project Support Processes

Project Management Certification

Quality Assurance

Requirements fully met: 8 Points

Project management methodology is proven to align with industry accepted equivalent and covers all elements below

Organisational enabling processes

Project Management Processes

Project Support Processes

Project Management Certification

Quality Assurance

Requirements not met: 0 Points

Project management methodology does not align to industry accepted equivalent or does not cover all elements listed below -

Organisational enabling processes

Project Management Processes

Project Support Processes

Project Management Certification

Quality Assurance

9 10

WAN Infrastructure,

Internet and Remote

connectivity, Voice Carrier

Services, Bulk SMS

Services

3.4.3

Project Managers

The bidder is required to provide the detailed Curriculum

Vitaes of the Project Managers who will be assigned to each of

the following scopes: WAN Infrastructure, Internet Services,

Voice Carrier Services and Bulk SMS Services of the project who

has acquired the following minimum certifications and skills:

- IT Project Management certification (e.g. PMP)

- A minimum of 5 years’ post certification experience in

management of projects of a similar nature, scope, size and

scale in planning, installation, configuration and supporting of

MPLS/VPN/WAN and broadband services, Internet Services,

Voice Carrier Services and Bulk SMS Services.

8

Requirement exceeded: 10 Points

Certified PMP verified Project Manager or higher qualification with CV provided and/or

more than five years’ experience post certification in management of projects

Requirement met: 8 Points

Certified PMP verified Project Manager with CV provided

with five years’ experience post certification in management of projects

Requirement not met: 0 Points

unable to verify PMP certification and/or CV not provided and/or

less than five years’ experience post certification in management of projects

8 10

25 Section Total 25 30

80 TOTAL 80 100

Pro

ject

Man

age

me

nt

Tender Ref. COR 94/2017 IT Telecoms Services Page 23

5.6 Price and B-BBEE

This is the final stage of the evaluation process and will be based on the PPPFA preference point system

of__90_/_10_Price will amount to 90 points, whilst preference will be 10 points.

The award of business will be made to a bidder which has scored the highest overall points for this stage of

the evaluation, unless objective criteria exists, justifying an award to another bidder or ACSA splits the

award or cancels the tender, etcetera. The pricing schedule to be completed is as follows:

Bidders must only price in accordance with the pricing schedule herein referenced as Annexure 1E to 1J,

this will enable ACSA to compare priced offers on the same basis. Failure to submit a priced offer using the

prescribed schedule will make the bidder ‘s offer non-responsive.

Tender Ref. COR 94/2017 IT Telecoms Services Page 24

SECTION 6: RETURNABLE DOCUMENTS AND CHECK LIST

Bidders who fail to submit their proposal in this format, will be classify as non-responsive.

ITEM MANDATORY RETURNABLE DOCUMENTS Tick Location

Submission File no. 1 - General Company Information

Covering letter, Executive Summary, Organogram & Director’s Identity documents File no. 1

Joint Venture (JV) or Consortium Agreement (If Applicable) File no. 1

Certified copy of company registration documents/ For Consortium each entity must submit File no. 1

Latest Audited Financial Statements past 3 Years File no. 1

Submission File no. 2 - Mandatory Administrative Documents

Briefing Session Form (compulsory) and Proof of site visit attendance File no. 2

Bidders proof of relevant B-BBEE certificate and tax clearance certificate File no. 2

Proof of proposal for transformation, Refer to Section 5.4 of the RFP document. File no. 2

Bidder’s proof of registration on National Treasury Central Supplier Database (CSD). File no. 2

Bidder’s acceptance of this Request for Proposal terms and conditions of bid File no. 2

Letter of good standing in Safety compliance from the department of Labour;

File no. 2

Declaration of conflict of interest File no. 2

Declaration of forbidden practises File no. 2

Bidder completed and signed all applicable Annexures/Appendices of the RFP.

File no. 2

Submission File no. 3 – Returnable Documents/ Proof and Certifications

Certified copy of ICASA ECNS License

File no. 3

Proof of networking certification/partnership with OEM for proposed solutions

File no. 3

Case studies x 4 or any combination - must cover all 4 scopes

File no. 3

Client reference letter proving bidder’s 5 years’ experience in similar services

File no. 3

Technical and Project Management Resources profiles and Certifications

File no. 3

Annexure 3 - Telecoms - Tender Response Form

File no. 3

Annexure - Tender Pricing Workbook

File no. 3

Project Plan

File no. 3

Tender Ref. COR 94/2017 IT Telecoms Services Page 25

SECTION 7: RFP ADMINISTRATIVE & PROCEDURAL RFP REQUIREMENTS The following information must be provided as requested in the Annexures and Appendices in order to have the

bid considered by ACSA. Any individual, partnership, joint venture or close corporation submitting a bid must meet

the minimum administrative and procedural requirements in order to have its bid considered.

7.1 Bid Submission:

The bid shall consist of the following documents in response to the RFP (Appendices need to be

signed and returned), Annexures response forms and each part of the bid submission should be adhered

to and inserted in the respective files number and sequence, for ease of reference, as indicated Section

6 “Returnable Documents and Check List”.

7.1.2 The bid shall also consist of the following documents in response to the RFP with signatures

where applicable:

7.1.2.1 Acceptance of ACSA’s terms and conditions of RFP- must be completed and signed and

submitted with the bid;

7.1.2.2 Covering Letter - A covering letter must be provided to properly identify the bid and to

highlight other general information that the Bidder has included for instance, the business and/or

organisation;

7.1.2.3 Company Background and Executive Summary and Organogram - An executive

summary of the bid should include all salient features. Bidders should include the bid information

requested in the Appendices such as:

Full name, address, fax and telephone numbers, including the full citation of Bidder, and registration

number (in the case of a company or close corporation) exactly as the company or close corporation

is registered. If the Bidder is an entity other than a natural person, please provide the name of an

individual who is authorised to represent the Bidder;

7.1.2.4 Description of Bidder (i.e. Corporation, Joint Venture, Consortium, Sole Proprietorship) :–

a) If an Incorporated Entity: List the date of incorporation and the names of all persons or

entities owning 10% or more of the Bidders voting shares.

Tender Ref. COR 94/2017 IT Telecoms Services Page 26

b) If a Partnership / Consortium: List the date of commencement of the partnership and the

name, address, and share of each partner and include a copy of the partnership agreement.

Bidders in partnership must provide individual Mandatory documentation (refer to list of

mandatory requirements under section 4, item 4.3) except for the B-BBEE certificate which

must be submitted jointly.

c) If a Joint Venture: List date of commencement of the agreement. Also, list the name and

address of each member of the joint venture, including a copy of the agreement recording

such a joint venture.

d) If a Sole Proprietorship: List all the business names under which such proprietor has done

business during the last two (2) years, address/es, and the duration of the contract/project.

e) Provide a brief history of the Bidder and its experience. State the number of persons the

Bidder presently employs. Also indicate any changes in the Bidders name and ownership

structure and any trading names under which the Bidder has been doing business.

7.1.2.5 Bidder Proof of relevant experience of providing similar services - The Bidder is to detail

the nature of similar services provided and such experience must be supported with at least three (3)

letters of verifiable clients where the bidder is providing, or have provided similar services. The Bidder

must have at least five (5) years relevant and recent experience;

7.1.2.6 B-BBEE particulars - Bidders must submit a valid B-BBEE verification certificate and report

issued by a verification agency for recognition of the B-BBEE status as determined in accordance with

the Codes of Good Practice. B-BBEE information must be detailed confirming the BEE ownership and

attach hereto, a certified copy of the identity documents of all owners. In the case of a Company (Pty)

Ltd, submit CM29 or equivalent and in the case of a Close Corporation CK1 or CK2.

7.1.2.7 Valid, Original Tax Clearance Certificate - The Bidder must submit a valid, original tax

clearance certificate from the South African Revenue Services together with the bid.

7.1.2.8 Financial Information – financial statements of the actual bidding entity (e.g. not the holding

company) must be submitted. In the case of a joint venture, include the audited financial statements

of each member of the joint venture.

Tender Ref. COR 94/2017 IT Telecoms Services Page 27

7.1.2.9 Declaration of Solvency - A statement declaring whether the Bidder or any Director or member

of the Bidder has ever been declared insolvent or liquidated or whether, either the Bidder or member

has ever filed an application for sequestration or liquidation as the case may be.

7.1.2.10 Annual Financial Statements–the Bidders must provide audited financial statements for the

last three (3) financial year certified by their Auditors.

7.1.2.11 Proof of Joint Venture – Formal Agreement of JV or partnership with the JV’s B-BBEE

certificate where applicable.

7.1.2.12 Proof of Accreditation by OEM - Bidders are requested to submit, as applicable, proof of

accreditation with the original equipment manufacturer of the proposed solution related to the services

required.

7.1.2.13 Schedule of Rates/Price must be submitted as per schedules provided under Appendix C

7.1.2.14 Additional Information - Bidders are requested to indicate any additional information they

deem relevant to strengthen their bid.

Tender Ref. COR 94/2017 IT Telecoms Services Page 28

APPENDIX A

ACCEPTANCE OF TERMS AND CONDITIONS OF RFP AND BIDDER’S PARTICULARS

To: The Supply Chain General Manager

Airports Company South Africa Ltd.

Proposal No: COR94/2017

1. Bidder’s Name and Contract Details

Bidder:

Physical Address:

Correspondence to be addressed to:

Fax Number:

Phone numbers:

Email Address:

Contact Person:

Tender Ref. COR 94/2017 IT Telecoms Services Page 29

2. Proposal Certification

We hereby submit a Proposal in participation of the request for the Provisioning, Support and Maintenance

of IT Facilities Power; Cooling & Cabling Infrastructure for a Period of 24 Months at Airports Company

South Africa:

• We acknowledge that ACSA’s terms and conditions shall apply to the agreement with the

successful Bidder,

• We have read, understand and agree to be bound by the content of all the documentation provided

by ACSA in this Request for Proposal.

• We accept that ACSA’s Tender Board’s decision is final and binding.

• We certify that all forms of Proposal as required in the Proposal document are included in our

submission.

• We certify that all information provided in our Proposal is true, accurate, complete and correct.

• This Proposal is specific to this project only; it has no impact, influence or effect on any other

project for which a Proposal may be submitted.

• The undersigned is/are authorized to submit and sign the Proposal that shall be binding on closure

of the Proposal submission.

• The Proposal is binding on this Tenderer for a period which lapses after hundred and twenty (120)

days calculated from the closing date of the Proposal submission.

Thus done and signed at on this the day of 2017

Signature:

Name:

For and behalf of:

Tendering entity name:

Capacity:

Tender Ref. COR 94/2017 IT Telecoms Services Page 30

APPENDIX B

BRIEFING SESSION FORM COR 94/2017

This is to certify that:

Bidder Name _____________________________________________________________

Attended a briefing session which was held on ________ of ___________________ 2017.

Bidder was represented by:

Name:

Designation:

This certification is made on behalf of ACSA by:

Name: Patricia Kiyala

Designation: Group Coordinator Commodity Specialist

Signature:

Date:

Tender Ref. COR 94/2017 IT Telecoms Services Page 31

APPENDIX C – PREAMBALE TO PRICING SCHEDULE

PRICING SCHEDULE

Bidders are requested to provide their pricing in both Pdf and Soft version (Excel) of the attached pricing

schedule and must adhere to the following:

1) Rates and/or prices for material shall be exclusive of VAT, which shall be added to invoices at the time of

invoicing;

2) Rates and/or prices quoted by the bidder shall be fixed and firm for the contract period and free of any

adjustment for a period of not less than twelve (24 months) from the effective date of the Contract;

3) Bidders are to complete the Annexure 4 – Tender Pricing Schedule attached herein.

Disbursements

• The Supplier shall make arrangements and settle all travel and accommodation requirements. ACSA will

reimburse the Supplier in accordance with the stipulations of the Agreement;

• Disbursements will be invoiced at cost with no mark-up;

• Invoices for disbursements will have attached backup documentation;

• All travel arrangements to be approved by ACSA prior to making arrangements for the trip; and

• Disbursement costing will be based on the rates as per the following schedule:

Description of transaction Fees

Accommodation (three- star) hotel or equivalent on a bed and breakfast basis

Air Travel (Economy Class)

Car Hire

Other travel costs

Tender Ref. COR 94/2017 IT Telecoms Services Page 32

APPENDIX D

DECLARATION OF INTEREST FORM

13.1 Making a Declaration

Any legal person or persons having a relationship with persons employed by ACSA, including a blood

relationship, may submit a bid in terms of this tender document. In view of possible allegations of unfairness,

should the resulting bid, or part thereof, be awarded to persons connected with or related to ACSA employees,

it is required that the bidder or his/her authorised representative declare his/her position in relation to ACSA

employees or any member of the evaluation or adjudication committee which will consider bids. Furthermore,

ACSA requires all bidders to declare that they have not acted in any manner inconsistent with the law, policy

or fairness.

13.2 All bidders must complete the declaration of interest form below:

Full name of the bidder or representative of

the bidding entity

Identity Number

Position held in the bidding entity

Registration number of the bidding entity

Tax Reference number of the bidding entity

VAT Registration number of the bidding entity

I/We certify that there is a / no relationship between the bidding entity or any of its shareholders /

directors / owner / member / partner with any ACSA employee or official.

Where a relationship exists, please provide details of the ACSA employee or official and the extent of the

relationship below

Tender Ref. COR 94/2017 IT Telecoms Services Page 33

13.3 Full Names of Directors / Trustees / Members / Shareholders of the bidding entity

Full Name

Designation

(Whether

shareholder /

director or both)

Identity Number Tax Reference

Number

% Interest

in the

bidding

entity

13.4 I/We declare that we have not acted in any manner which promotes unfairness, contravenes

any law or is against public morals. We further certify that we will in full compliance of this tender

terms and conditions as well as ACSA policies in the event that we are successful in this tender.

Declaration:

I/We the undersigned ____________________________________________________ (Name) herby certify

that the information furnished in this tender document is true and correct. We further certify that we understand

that where it is found that we have made a false declaration or statement in this tender, ACSA may disqualify

our bid or terminate a contract we may have with ACSA where we are successful in this tender.

___________________________ _________________________________

Signature Date

____________________________ __________________________________

Position Name of bidder

Tender Ref. COR 94/2017 IT Telecoms Services Page 34

APPENDIX E

DECLARATION OF FORBIDDEN PRACTICES

I/We hereby declare that we have not/been found guilty of any illegal activities relating to corruption, fraud, B-

BBEE fronting, anti-competitive practices and/or blacklisted by an organ of State Owned Company, etc. and/or

any other forbidden practices.

I/We declare the following:

Description Penalty Organ of State / State Owned Company

a)

b)

Furthermore, I/We declare that to the best of my/our knowledge there is /are no further practices to be declared

or which are in the process of being finalised. The following are alleged practices which have not yet been

finalised.

Description Organ of State / State Owned Company

a)

b)

This declaration was signed on _______ of ____________________________ 2017

Name:

Designation:

Signature:

Tender Ref. COR 94/2017 IT Telecoms Services Page 35

APPENDIX F

OCCUPATIONAL HEALTH AND SAFETY AGREEMENT

AGREEMENT IN TERMS OF SECTION 37(2) OF THE OCCUPATIONAL HEALTH & SAFETY ACT (ACT 85 Of 1993) & CONSTRUCTION REGULATION 5.1(k)

OBJECTIVES

To assist Airport Company South Africa (ACSA) in order to comply with the requirements of: 1. The Occupational Health & Safety (Act 85 of 1993) and its regulations and 2. The Compensation for Occupational Injuries & Diseases Act (Act 130 of 1993) also known as the (COID

Act).

To this end an Agreement must be concluded before any contractor/ subcontracted work may commence

The parties to this Agreement are:

Name of Organisation:

AIRPORTS COMPANY SOUTH AFRICA

Physical Address:

The Mapples, Riverwoods, 24 Johnson Road, Bedfodview, Gauteng

Hereinafter referred to as “Client”

Name of organisation:

Physical Address

Hereinafter referred to as “the Mandatary/ Principal Contractor”

Tender Ref. COR 94/2017 IT Telecoms Services Page 36

MANDATORY’S MAIN SCOPE OF WORK

GENERAL INFORMATION FORMING PART OF THIS AGREEMENT

1. The Occupational Health & Safety Act comprises of SECTION 1-50 and all unrepealed

REGULATIONS promulgated in terms of the former Machinery and Occupational Safety Act No.6 of 1983 as amended as well as other REGULATIONS which may be promulgated in terms of the Act and other relevant Acts pertaining to the job in hand.

2. “Mandatary” is defined as including as agent, a principal contractor or a contractor for work, but WITHOUT DEROGATING FROM HIS/HER STATUS IN HIS/HER RIGHT AS AN EMPLOYER or user of the plant

3. Section 37 of the Occupational Health & Safety Act potentially punishes Employers (PRINCIPAL CONTRACTOR) for unlawful acts or omissions of Mandataries (CONTRACTORS) save where a Written Agreement between the parties has been concluded containing arrangements and procedures to ensure compliance with the said Act BY THE MANDATARY.

4. All documents attached or refer to in the above Agreement form an integral part of the Agreement. 5. To perform in terms of this agreement Mandataries must be familiar and conversant with the relevant

provisions of the Occupational Health & Safety Act 85 of 1993 (OHS Act) and applicable Regulations. 6. Mandatories who utilise the services of their own Mandatories (contractors) must conclude a similar

Written Agreement with them. 7. Be advised that this Agreement places the onus on the Mandatary to contact the CLIENT in the event

of inability to perform as per this Agreement. 8. This Agreement shall be binding for all work the Mandatary undertakes for the client. 9. All documentation according to the Safety checklist including a copy of the written Construction

Manager appointment in terms of construction regulation 8, must be submitted 7 days before work commences.

THE UNDERTAKING

The Mandatary undertakes to comply with:

INSURANCE

1. The Mandatary warrants that all their employees and/or their contractor’s employees if any are

covered in terms of the COID Act, which shall remain in force whilst any such employees are present on the Client’s premises. A letter is required prior commencing any work on site confirming that the Principal contractor or contractor is in good standing with the Compensation Fund or Licensed Insurer.

2. The Mandatary warrants that they are in possession of the following insurance cover, which cover shall remain in force whilst they and /or their employees are present on the Client’s premises, or which shall remain in force for that duration of their contractual relationship with the Client, whichever period is the longest. a. Public Liability Insurance Cover as required by the Subcontract Agreement. b. Any other Insurance cover that will adequately makes provision for any possible losses and/or

claims arising from their and /or their Subcontractors and/or their respective employee’s acts and/or omissions on the Client’s premises.

Tender Ref. COR 94/2017 IT Telecoms Services Page 37

COMPLIANCE WITH THE OCCUPATIONAL HEALTH & SAFETY

ACT 85 OF 1993

The Mandatary undertakes to ensure that they and/or their subcontractors if any and/or their respective employees will at all times comply with the following conditions:

1. All work performed by the Mandatary on the Client’s premises must be performed under the close

supervision of the Mandatary’s employees who are to be trained to understand the hazards associated with any work that the Mandatary performs on the Client’s premises.

2. The Mandatary shall be assigned the responsibility in terms of Section 16(1) of the OHSAct 85 of 1993, if the Mandatary assigns any duty in terms of Section 16(2), a copy of such written assignment shall immediately be forwarded to the Client.

3. The Mandatary shall ensure that he/she familiarise himself/herself with the requirements of the OHSAct 85 of 1993 and that s/he and his/her employees and any of his subcontractors comply with the requirements.

4. The Mandatary shall ensure that a baseline risk assessment is performed by a competent person before commencement of any work in the Client’s premises. A baseline risk assessment document will include identification of hazards and risk, analysis and evaluation of the risks and hazards identified, a documented plan and safe work procedures to mitigate, reduce or control the risks identified, and a monitoring and review plan of the risks and hazards.

5. The Mandatary shall appoint competent persons who shall be trained on any Occupational Health & Safety aspect pertaining to them or to the work that is to be performed.

6. The Mandatary shall ensure that discipline regarding Occupational Health & Safety shall be strictly enforced.

7. Any personal protective equipment required shall be issued by the Mandatary to his/her employees and shall be worn at all times.

8. Written safe working practices/procedures and precautionary measures shall be made available and enforced and all employees shall be made conversant with the contents of these practises.

9. No unsafe equipment/machinery and/or articles shall be used by the Mandatary or contractor on the Client’s premises.

10. All incidents/accidents referred to in OHSAct shall be reported by the Mandatary to the Provincial Director: Department of Labour as well as to the Client.

11. No user shall be made by the Mandatary and/or their employees and or their subcontractors of any of the Client’s machinery/article/substance/plant/personal protective equipment without prior written approval.

12. The Mandatary shall ensure that work for which the issuing of permit is required shall not be performed prior to the obtaining of a duty completed approved permit.

13. The Mandatary shall ensure that no alcohol or any other intoxicating substance shall be allowed on the Client’s premises. Anyone suspected to be under the influence of alcohol or any other intoxicating substance shall not be allowed on the premises. Anyone found on the premises suspected to be under the influence of alcohol or any other intoxicating substance shall be escorted off the said premises immediately.

14. Full participation by the Mandatary shall be given to the employees of the Client if and when they inquire into Occupational Health & Safety.

FURTHER UNDERTAKING

1. Only a duly authorised representative appointed in terms of Section 16.2 of the OHS Act is eligible to

sign this agreement on behalf of the Mandatary. The signing power of this representative must be designated in writing by the Chief Executive Officer of the Mandatary. A copy of this letter must be made available to the Client.

2. The Mandatary confirms that he has been informed that he must report to the Client’s management, in writing anything he/she deems to be unhealthy and /or unsafe. He has versed his employees in this regard.

3. The Mandatary warrants that he/she shall not endanger the health & safety of the Client’s employees and other persons in any way whilst performing work on the Client’s premises.

Tender Ref. COR 94/2017 IT Telecoms Services Page 38

4. The Mandatary understands that no work may commence on the Client’s premises until this procedure is duly completed, signed and received by the Client.

5. Non-compliance with any of the above clauses may lead to an immediate cancellation of the contract.

ACCEPTANCE BY MANDATARY

In terms of section 37(2) of the Occupational Health & Safety Act 85 of 1993 and section 5.1(k) of the Construction Regulations 2014,

I ………………………………….a duly authorised 16.2 Appointee acting for and on behalf of ………………………………………………..(company name) undertake to ensure that the requirements and the provision of the OHSAct 85 of 1993 and its regulations are complied with.

Mandatary – WCA/ Federated Employers Mutual No……………………………….

Expiry date …………………………………………………………………………………….

_____________________________________ ______________________ ____________

SIGNATURE ON BEHALF OF MANDATARY NAME & SURNAME DATE

(Warrant his authority to sign)

______________________________________ _______________________ ____________

SIGNATURE ON BEHALF OF THE CLIENT NAME & SURNAME DATE

AIRPORTS COMPANY SOUTH AFRICA

Tender Ref. COR 94/2017 IT Telecoms Services Page 39

APPENDIX G

ACSA INSURANCE REQUIREMENTS

INSURANCE CLAUSES FOR CAPEX PROJECTS

The insurance clauses in this document should be extracted and attached to tender documents and to contracts.

SECTION A: DEFINITIONS

Landside refers to:

• Areas of the airport before the security points, and

• The restricted area beyond the security points but, within the perimeter of gatehouses, passenger

terminals and cargo buildings

Airside refers to:

• The Apron / manoeuvring areas

• Area within the airside boundary/perimeter fence, excluding the internal areas of the passenger terminals,

perimeter gatehouses and cargo buildings

SECTION B: INSURANCE CLAUSES

1. Insurance requirements for contracts with a value below R50million on the LANDSIDE

1.1 Contract Works

• With regards to contract works claims, the contractor/consultant is responsible for a deductible (excess)

of R250 000.

• Contractors / consultants may re-insure the deductible

1.2 Public Liability

• In the event of a claim against the contractor / consultant for 3rd party property damage the contractor /

consultant will be responsible for a deductible (excess) of R275 000

• In the event of a claim against the contractor / consultant for removal of lateral support, the contractor /

consultant will be responsible for a deductible (excess) of R500 000

• Contractors / consultants may re-insure the deductibles

1.3 Professional Indemnity

• All consultants are responsible for Professional Indemnity cover of R5million

• Contractors who have a material design element, excluding typical P & G related work, as part of their

scope, are responsible for Professional Indemnity cover of R5million

• In the event of a claim above R5million, the ACSA PI cover will kick in for the amount in excess of R5m.

• Proof of cover in the form of a certificate of insurance should be provided to ACSA before a contract is

signed between ACSA and the contractor and/or consultant.

Tender Ref. COR 94/2017 IT Telecoms Services Page 40

2. Insurance requirements for contracts below R50million on the AIRSIDE

2.1 Contract Works

• With regards to contract works claims, the contractor / consutant is responsible for a deductible (excess)

of R250 000.

• Contractors / consultants may re-insure the deductible

2.2 Public Liability

• In the event of a claim brought against the contractor / consultant for 3rd party property damage the

contractor / consultant will be responsible for a deductible (excess) of R525 000

• In the event of a claim brought against the contractor / consultant for removal of lateral support, the

contractor / consultant will be responsible for a deductible (excess) of R750 000

• In the event of a claim brought against the contractor / consultant for damage to aircraft, the contractor /

consultant will be responsible for a deductible (excess) of R750 000

• Contractors / consultants may re-insure the deductibles

2.3 Professional Indemnity

• All consultants are responsible for Professional Indemnity cover of R5million

• Contractors who have a material design element, excluding typical P & G related work, as part of their

scope, are responsible for a Professional Indemnity cover of R5million.

• In the event of a claim above R5million, the ACSA PI cover will kick in for the amount in excess of

R5million.

• Proof of cover in the form of a certificate of insurance should be provided to ACSA before a contract is

signed between ACSA and the contractor and/or consultant.

3. Insurance requirements for contracts with a value above R50 million on the LANDSIDE

• Contracts with a value of more R50 million are not automatically covered under the construction policies.

A separate quote is provided by insurers per contract.

3.1 Contract Works

With regards to contract works claims, the contractor / consultant is responsible for the following deductibles:

• All Civil Work and Earthworks – R300 000 deductible (excess)

• All other claims – R300 000 deductible (excess)

• Other property insured – R700 000 deductible (excess)

• Contractors / consultants may re-insure the deductibles

3.2 Public Liability

• In the event of a claim brought against the contractor / consultant for 3rd party property damage the

contractor / consultant will be responsible for a deductible (excess) of R275 000

• In the event of a claim brought against the contractor / consultant for removal of lateral support, the

contractor / consultant will be responsible for a deductible (excess) of R500 000

• Contractors / consultants may re-insure the deductibles.

Tender Ref. COR 94/2017 IT Telecoms Services Page 41

3.3 Professional Indemnity

• All consultants are responsible for Professional Indemnity cover of R10million

• Contractors who have a material design element, excluding typical P & G related work, as part of their

scope, are responsible for a Professional Indemnity cover of R10million

• In the event of a claim above R10million, the ACSA PI cover will kick in for the amount in excess of R10m

• Proof of cover in the form of a certificate of insurance should be provided to ACSA before a contract is

signed between ACSA and the contractor and/or consultant.

4. Insurance requirements for contracts with a value above R50 million on the AIRSIDE

• Contracts with a value of more R50 million are not automatically covered under the construction policies.

A separate quote is provided by insurers per contract.

4.1 Contract Works

With regards to contract works claims, the contractor / consultant is responsible for the following deductibles:

• All Civil Work and Earthworks excluding Runways – R300 000 deductible (excess)

• Runway Rehabilitation – R300 000 deductible (excess)

• New Runway Construction – R700 000 deductible (excess)

• All other claims – R300 000 deductible (excess)

• Other property insured – R700 000 deductible (excess)

• Contractors / consultants may re-insure the deductibles

4.2 Public Liability

• In the event of a claim brought against the contractor / consultant for 3rd party property damage the

contractor / consultant will be responsible for a deductible (excess) of R1 025 000

• In the event of a claim brought against the contractor / consultant for removal of lateral support, the

contractor / consultant will be responsible for a deductible (excess) of R1 250 000

• In the event of a claim for damage to aircraft, the contractor / consultant will be responsible for a deductible

(excess) of R1 250 000

• Contractors / consultants may re-insure the deductibles

4.3 Professional Indemnity

• All consultants are responsible for Professional Indemnity cover of R10million

• Contractors who have a material design element, excluding typical P & G related work, as part of their

scope, are responsible for a Professional Indemnity cover of R10million

• In the event of a claim above R10million, the ACSA PI cover will kick in for the amount in excess of R10m

• Proof of cover in the form of a certificate of insurance should be provided to ACSA before a contract is

signed between ACSA and the contractor and/or consultant.

Tender Ref. COR 94/2017 IT Telecoms Services Page 42

ATTACHMENTS

The following annexures form an integral part of this Request for Proposal and must be read in conjunction with

RFP document.

ATTACHMENTS:

Annexure

Annexure

Annexure

Annexure

Annexure

Annexure