Bid Specification Template 1705... · Web viewThe switch must be stackable; Power over Ethernet...
Transcript of Bid Specification Template 1705... · Web viewThe switch must be stackable; Power over Ethernet...
BID SPECIFICATION
RFB Ref. No: RFB 1705/2017
Description
Supply, installation, configuration and implementation of Gauteng
Broadband Network (GBN) Phase II and maintenance of phase I
and II network infrastructure.
Non-Compulsory Briefing Session
Date: 02 March 2018
Time: 11:30 (South African Time)
Place: SITA Erasmuskloof, Auditorium in Apollo, 459 Tsitsa Street,
Erasmuskloof, Pretoria (Head Office)
Closing Date for questions / queries
Date: 09 March 2018
Time: 06:00 pm
RFB Closing Details
Date: 16 March 2018
Time: 11:00 (South African Time)
Place: Tender Office, Pongola in Apollo, 459 Tsitsa Street,
Erasmuskloof, Pretoria (Head Office)
Public Opening of RFB Responses
Date: 16 March 2018
Time: 12:00 noon
Place: Tender Office, Pongola in Apollo, 459 Tsitsa Street,
Erasmuskloof, Pretoria (Head Office)
RFB Validity Period 120 Days from the Closing Date
1 of 70CONFIDENTIAL
ContentsANNEX A: BID SPECIFICATION............................................................................................................................ 4
1. PURPOSE AND BACKGROUND......................................................................................................................... 4
1.1. PURPOSE........................................................................................................................................................41.2. BACKGROUND................................................................................................................................................4
2. SCOPE OF BID.................................................................................................................................................. 5
2.1. SCOPE OF WORK.............................................................................................................................................52.2. DELIVERY ADDRESS.........................................................................................................................................7
2.2.1. Refer to Enclosure 3 GBN Phase II sites for the list of Phase II sites............................................................72.2.2. Refer to Enclosure 4 GBN Phase I sites and Equipment list for the list of Phase I sites...............................7
2.3. CUSTOMER CURRENT INFRASTRUCTURE AND ENVIRONMENT......................................................................7
3. TECHNICAL REQUIREMENT OVERVIEW............................................................................................................ 9
3.1. PRODUCT REQUIREMENT...............................................................................................................................93.2. SOLUTION REQUIREMENT............................................................................................................................123.3. PROJECT AND SERVICES REQUIREMENTS.....................................................................................................13
4. BID EVALUATION STAGES.............................................................................................................................. 14
ANNEX A.1: ADMINISTRATIVE PRE-QUALIFICATION.............................................................................................15
5. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS................................................................................15
5.1. ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION.................................................................................155.2. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS..............................................................................15
ANNEX A.2: TECHNICAL MANDATORY, FUNCTIONALITY AND PROOF OF CONCEPT REQUIREMENTS.....................16
6. TECHNICAL MANDATORY.............................................................................................................................. 16
6.1. INSTRUCTION AND EVALUATION CRITERIA..................................................................................................166.2. TECHNICAL MANDATORY REQUIREMENTS...................................................................................................166.3. DECLARATION OF COMPLIANCE...................................................................................................................21
7. TECHNICAL FUNCTIONALITY.......................................................................................................................... 22
7.1. INSTRUCTION AND EVALUATION CRITERIA..................................................................................................227.2. TECHNICAL FUNCTIONALITY REQUIREMENTS..............................................................................................23
8. PROOF OF CONCEPT FUNCTIONALITY............................................................................................................ 28
ANNEX A.3: SPECIAL CONDITIONS OF CONTRACT (SCC).......................................................................................29
9. SPECIAL CONDITIONS OF CONTRACT.............................................................................................................. 29
9.1. INSTRUCTION...............................................................................................................................................299.2. SPECIAL CONDITIONS OF CONTRACT............................................................................................................299.3. DECLARATION OF ACCEPTANCE...................................................................................................................49
ANNEX A.4: COSTING AND PRICING..................................................................................................................... 50
10. COSTING AND PRICING.................................................................................................................................. 51
10.1. COSTING AND PRICING EVALUATION...........................................................................................................5110.2. COSTING AND PRICING CONDITIONS............................................................................................................5110.3. DECLARATION OF ACCEPTANCE...................................................................................................................5210.4. BID PRICING SCHEDULE................................................................................................................................54
ANNEX A.5: TECHNICAL SCHEDULES.................................................................................................................... 60
11. TECHNICAL SCHEDULES................................................................................................................................. 60
2 of 70CONFIDENTIAL
11.1. LOCATION SCHEDULE...................................................................................................................................6011.1.1. List of Phase II Sites.............................................................................................................................6011.1.2. List of Phase I sites..............................................................................................................................60
11.2. EQUIPMENT AND QUANTITY SCHEDULE......................................................................................................6011.2.1. Phase I Inventory list...........................................................................................................................6011.2.2. WAN Equipment Standard..................................................................................................................6011.2.3. Inside Plant Build (ISP) Deliverables per site........................................................................................6111.2.4. Outside Plant Build (OSP) Deliverables................................................................................................6211.2.5. LAN Equipment Standard....................................................................................................................6311.2.6. LAN Cabling Standard.........................................................................................................................64
11.3. SOLUTION ARCHITECTURE............................................................................................................................6611.4. SERVICES AND PERFORMANCE SCHEDULE...................................................................................................66
11.4.1. SLA Categories and Sites for Phase I refer to Enclosure 5 SLA Categories and Sites for Phase I...........6611.5. PROJECT AND DELIVERY SCHEDULE..............................................................................................................66
ANNEX A.6: TERMS AND DEFINITIONS................................................................................................................. 67
1. ABBREVIATIONS............................................................................................................................................ 67
2. GLOSSARY..................................................................................................................................................... 68
ANNEX A.7: BIDDER SUBSTANTIATING EVIDENCE................................................................................................70
3 of 70CONFIDENTIAL
ANNEX A: BID SPECIFICATION
1. PURPOSE AND BACKGROUND
1.1. PURPOSE
The purpose of this RFB is to invite competent service providers (hereinafter referred to as
“bidder/s”) to submit bids for the supply, installation, configuration and implementation of
Gauteng Broadband Network (GBN) Phase II and maintenance of phase I and II network
infrastructure for a period of three (3) years.
“Bidder/s” - for the purposes of this tender, bidder shall mean an entity holding a valid
Electronic Communications Service (ECS) or Electronic Communications Network Service
(ECNS) License from Independent Communications Authority of South Africa (ICASA) as
defined in the Electronic Communications Act and who will contract directly with SITA.
The full implementation of the commissioning phase of the 2000 sites including project signoff and
invoicing must be completed by 31st of March 2019.
The appointed bidder to provide maintenance, support, connectivity and management of the
current phase one sites from 1st April 2019.
1.2. BACKGROUND
The Gauteng Provincial Government (GPG) strategy is to modernize government operations and
service delivery through Information and communications technology (ICT). Broadband is a key ICT
foundation infrastructure that enables government to deliver electronic Services (e–Services). To
achieve this, GPG initiated the Gauteng Broadband Network (GBN) program into two phases:
Phase one of the GBN program rolled out a ten (10) Gbps core network, which is made up of eight
(8) core nodes and two (2) aggregation nodes across the province. The core network provides
connectivity to one thousand and sixty six (1066) sites across the province in phase one of the
project. The connectivity includes Last Mile and back haul fibre (transmission) cabling.
All Phase I (1066) sites contract expires 31 March 2019. 4 of 70
CONFIDENTIAL
Phase two of the project is to roll out end to end network connectivity to an additional two
thousand (2000) sites thus expanding the GBN foot print within the province. The connectivity
includes LAN, Last Mile and back haul fibre (transmission) cabling. In addition to this as of 1 April
2019 the maintenance and support of the phase I (1066) sites will be included in this phase.
2. SCOPE OF BID
2.1. SCOPE OF WORK
Provide maintenance, support, connectivity and management of the current phase one (1066)
sites from 1st April 2019. This will include the backhaul transmission and the last mile connectivity.
It must be noted that the last mile connectivity is owned by the client.
For the Phase II sites (2000) the bidder must provide end to end connectivity. This must include
both the LAN and WAN. The bidder must supply, installation, maintenance, support, provide
connectivity and management of the phase II (2000) sites from date of installation.
The scope entails the following environment:
(5) Wide Area Network (WAN)
(a) Implement WAN connectivity for the phase II (2000) sites.
(b) Provide fully redundant dedicated connectivity (Backhaul) to the Phase I (1066) from
the 1st April 2019, that ensures service availability and with no service interruption and
Phase II (2000) sites from the award date of the contract.
(c) Provide last mile connectivity with dedicated manholes for the Phase II (2000) site.
(d) Provide WAN management, maintenance and support for the Phase II (2000) sites
from first installation (including hardware, software and cabling).
(e) Provide WAN management, maintenance and support for the Phase I (1066) sites from
1 April 2019 (including hardware, software and cabling).
(6) Local Area Network (LAN)
(a) Implement LAN connectivity for the phase II (2000) sites
5 of 70CONFIDENTIAL
(b) Installation of Fibre Backbone, structure UTP cabling (CAT6), network switches for
phase II (2000) sites
(c) Provide LAN maintenance and support for the Phase II (2000) sites, including
hardware, software and cabling system.
(7) Core Network
(a) The current core must be upgraded to accommodate the additional Phase II (2000)
sites over and above the current installed phase I (1066) sites.
(b) Upgrade the current core devices to handle 100 Gbps.
(c) Upgrade current core bandwidth to 100 Gbps.
6 of 70CONFIDENTIAL
(8) Network Management Service (NMS)
Provide WAN Network Management Services (NMS) including hardware, software,
connectivity and integration into ITSM 9 located at SITA Centurion. (Incident, Event, Network
Management)
(9) Training
(a) Provide Original Equipment Manufacturer(OEM) Certified Training as per table below:
Training Level QTY Training Track
Intermediate level 120 Routing and Switching
Entry Level 100 Wireless
2.2. DELIVERY ADDRESS
The services must be provided at the following physical addresses:
2.2.1. Refer to Enclosure 3 GBN Phase II sites for the list of Phase II sites
NB. Current site list comprises of 1679 site. The outstanding 321 sites are for expansion during the contract period
2.2.2.Refer to Enclosure 4 GBN Phase I sites and Equipment list for the list of Phase I sites
2.3. CUSTOMER CURRENT INFRASTRUCTURE AND ENVIRONMENT
Figure 1: Current GBN Network Diagram
(a) The current network consists of eight (8) core nodes, two aggregation nodes and in excess of
1000 remote sites (phase I).
7 of 70CONFIDENTIAL
(b) Core and Aggregation nodes are connected to a fully redundant 10 Gbps fibre backhaul.
(c) 1Gbps fibre rings are connected from the fibre switches to the core network with redundant
paths.
(d) Currently a maximum of ten (10) remote sites connect to a ring with redundant paths.
(e) The remote sites connect to the ring with fibre or microwave as a transmission medium.
(f) The core network is Multiprotocol Label Switching (MPLS) core network.
(g) The transmission backhaul fibre for the ring and core networks is a Dark Fibre leased service.
(h) The network equipment is owned by the department including the last mile transmission
links.
(i) The network is currently managed from a dedicated Network Operations Centre (NOC) with
Network Management Systems (NMS) tools (Huawei U2000) that are owned by the
department.
(j) Currently there is a contract in place with the service provider for the network management,
internet service, end-to-end WAN services including build, deployment and maintenance,
Managed NOC services, providing voice over internet protocol (VoIP) service including
Session Initiation Protocol (SIP) breakout and centralised private branch exchange (PBX).
(k) Refer to: Enclosure 4 GBN Phase I Sites and Equipment List
Enclosure 6 GBN Core Device Port Details
Enclosure 7 GBN DWDM-Slot-Port Reports
(l) Current network elements (Phase 1)
Network Position Current Equipment/Product
Core-DWDM HUAWEI OSN8800
Core-Internet Gateway HUAWEI NE40E
Core-Firewall HUAWEI USG9560
Core MPLS Router HUAWEI NE40E
Aggregation Metro Ethernet Switch HUAWEI S9703
Access-Switch HUAWEI S5700-28C-SI-AC
CPE HUAWEI AR1220V/AR1220EV/AR2220
NMS HUAWEI U2000
Voice Platform HUAWEI IMS and Cisco CallManager
OSS HUAWEI OSS8 of 70
CONFIDENTIAL
Network Position Current Equipment/Product
BSS Astel Globill BSS
CRM In2IT CATS
Service Desk In2IT CATS
(m) Current Network Protocols
(i) 802.1q
(ii) ERPS
(iii) OSPF
(iv) MPLS
(v) LDP
(vi) BGP
(vii) VRRP
3. TECHNICAL REQUIREMENT OVERVIEW
3.1. PRODUCT REQUIREMENT
(1) WAN
(a) Supply, installation, commissioning, maintenance and support of fibre backhaul for
phase I (1066) site from 1 April 2019, that ensures service availability and with no
service interruption.
(b) Supply, installation, commissioning, maintenance and support of fibre backhaul for
phase II (2000) site (from installation).
(c) Supply, Installation commissioning, maintenance and support of last mile connectivity
for the phase II (2000) sites with dedicated manhole.
(d) Maintenance and support of the current Phase I (1066) last mile connection from 1
April 2019
(e) Fibre backhaul must be layer two, must be a dedicated strand and must support
transmission speeds from 1 Gbps to 10 Gbps
(f) 42U cabinets with perforated front and back doors must be supplied for the WAN
connectivity equipment.
9 of 70CONFIDENTIAL
(g) The WAN cabinet must be populated with a dedicated rack mount UPS with eight (8)
hours battery backup.
(h) Customer Premise Router specifications (per site)
The site router must have minimum of (four) 4 x Gigabit Ethernet (GE) ports of which 2
must be SFP capable. 4 x Expansion slots for Interface cards, WAN port that support
800 Mbps throughput, Flash default 512 Mbps and support up to 4 Gbps. Operating
system must support encryption.
(i) Fibre Switch (Aggregation) specifications (per site)
12 port fibre distribution switch supporting 1 Gbps to 10 Gbps bandwidth. It must be
noted that 1Gbps SFP must be supplied. The switch must support VLAN Tagging
technology, layer 3.
(2) LAN (per site)
(a) Supply, installation and configuration of CAT 6 UTP cabling for the phase II (2000) sites.
(b) Supply, installation and configuration of cable route for the phase II (2000) sites.
(c) Supply, installation and configuration of the fibre backbone cabling, for the phase II
(2000) sites.
(d) Supply, installation, configuration, maintenance and support of twelve (12) port fibre
distribution switch supporting 1 Gbps to 10 Gbps bandwidth. It must be noted that
1Gbps SFP modules must be supplied. The distribution switch must be layer 3 switches.
(e) Supply, installation, configuration, maintenance and support of access switches. Forty
eight (48) and twenty four (24) ports GE Layer 3 switch to be used. (As per bill of material
refer to Enclosure 3 GBN Phase II sites for the list of Phase II sites). The switch must be stackable;
Power over Ethernet (PoE) (all UTP ports must support PoE), minimum of 2 fibre uplink
slots that supports minimum of 1Gbps to a maximum 10Gbps. 1Gbps SFP, Stack
modules and stack cables must be supplied with the switch.
(f) Supply, installation commissioning and maintenance of 42U sized network cabinets. In
areas where space is a challenge the cabinet will be replaced with a smaller network
cabinet (25U).
10 of 70CONFIDENTIAL
(g) Supply, installation, configuration, maintenance and support of Wireless LAN Access
Points (APs).
(3) Core Network
(a) The current core must be upgraded to accommodate the additional Phase II (2000)
sites over and above the current installed phase I (1066) sites.
(b) Upgrade the current core devices to handle 100 Gbps.
(c) Upgrade core bandwidth to 100 Gbps.
(d) Bidders to design a solution for the core upgrade (in line with point 2.3 Customer
Infrastructure and Environment of this document) and the implementation thereof.
Refer to the following annexures for the current core details.
Enclosure 4 GBN Phase 1 Sites and Equipment List
Enclosure 6 GBN Core Device Port Details
Enclosure 7 GBN DWDM-Slot-Port Reports
(4) NMS
Phase 1: The current NMS tool used belong to the Department. The tool set used is the
Huawei U2000. The maintenance, management and operational support of the NOC service
expire on the 31st of March 2019. The bidder must provide maintenance, management and
operational support for the NOC service from 1st April 2019 for the duration of this contract.
Nb. The NOC is situated on the client premise.
Phase 2: the bidder must supply an additional 4000 licences for the management of site
routers (2000) and fibre switches (2000) for Huawei U2000 NMS tool. The licenses to be
implemented as sites are commissioned.
The bidder must ensure that the U2000 NMS tool must integrate into the SITA ITSM9 call
logging tool located at SITA Centurion.
11 of 70CONFIDENTIAL
(5) Training
Provide Original Equipment Manufacturer (OEM) Certified Training on all deployed network
equipment as indicated on the below table. All training must take place in one year.
Training Level QTY Training Track
Intermediate level 120 Routing and Switching
Entry Level 100 Wireless
3.2. SOLUTION REQUIREMENT
(1) SOLUTION TARGET ARCHITECTURE
WAN and Core Network
(a) The bidder must align to the existing network layout as per Figure 1: Current GBN
Network Diagram above.
The number of sites identified for this programme is 2000 sites (schools, clinics,
community health centres (CHC) and libraries). Refer to Enclosure 3 GBN Phase II sites
LAN
(a) The bidder must supply and install cable routing, CAT6 UTP, Fibre backbone, network
switches and wireless devices. (as per Enclosure 3 GBN Phase II sites
(b) The bidder must provide maintenance for the network equipment for 3 years (period
of contract)
(c) All network equipment to be installed in a network cabinet.
(d) All primary access switch / stack must connect directly to the fibre distribution switch.
Using a 4 core OM3 fibre cable. (point to point)
(e) All industrial standards routing to be used.
(f) Flush / surface mount connects to be used in the solution but this will be confirmed at
the site visits.
(g) UTP cables inclusive of fly lead and patch lead must not exceed 100m.
(h) Transmission speed for the UTP must be 1Gbps
12 of 70CONFIDENTIAL
(i) Fibre backbone cable transmission must support a minimum of 1Gbps and a maximum
of 10Gbps.
(j) The switch internal operating system must be standardized per site installation.
(2) SOLUTION INTEGRATION REQUIREMENTS
(a) Network equipment must integrate with the existing equipment using the below listed
services
i) 802.1q
ii) Ethernet Ring Protection Switching (ERPS)
iii) Open Shortest Path Fast (OSPF)
iv) Multiprotocol Label Switching (MPLS)
v) Label Distribution Protocol (LDP)
vi) Border Gateway Protocol (BGP)
vii) Virtual Router Redundancy Protocol (VRRP)
viii) Simple Network Management Protocol (SNMP)
(b) Wireless LAN Access Point security must be compatible with Active Directory (AD) /
Lightweight Directory Access Protocol (LDAP) and Wi-Fi Protected Access 2 (at
minimum).
(c) NMS tool (Huawei2000) must be integrated into the SITA ITSM9 call logging system for
automated call logging.
3.3. PROJECT AND SERVICES REQUIREMENTS
(1) PROJECT DELIVERY SCHEDULE AND PERFORMANCE
(a) Provide Weekly, Monthly and ad hoc Service Level Agreement (SLA) Report
(b) Provide Project Progress Status report.
(c) Reporting in line with the PRINCE II methodology
13 of 70CONFIDENTIAL
(2) SERVICE DELIVERY SCHEDULE AND PERFORMANCE METRICS
N/A
4. BID EVALUATION STAGES
(1) The bid evaluation process consists of several stages that are applicable according to the
nature of the bid as defined in the table below.
Stage Description Applicable for this bid
Stage 1 Administrative pre-qualification verification YES
Stage 2A Technical Mandatory requirement evaluation YES
Stage 2B Technical Functionality requirement evaluation YES
Stage 2C Technical Proof of Concept requirement evaluation NO
Stage 3 Special Conditions of Contract verification YES
Stage 4 Price / B-BBEE evaluation YES
(2) The bidder must qualify for each stage to be eligible to proceed to the next stage of the
evaluation.
14 of 70CONFIDENTIAL
ANNEX A.1: ADMINISTRATIVE PRE-QUALIFICATION
5. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS
5.1. ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION
(1) The bidder must comply with ALL of the bid pre-qualification requirements in order for the
bid to be accepted for evaluation.
(2) If the Bidder failed to comply with any of the administrative pre-qualification requirements,
or if SITA is unable to verify whether the pre-qualification requirements are met, then SITA
reserves the right to –
(a) Reject the bid and not evaluate it, or
(b) Accept the bid for evaluation, on condition that the Bidder must submit within 7
(seven) days any supplementary information to achieve full compliance, provided that
the supplementary information is administrative and not substantive in nature.
5.2. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS
(1) Submission of bid response: The bidder has submitted a bid response documentation pack –
(a) that was delivered at the correct physical or postal address and within the stipulated
date and time as specified in the “Invitation to Bid” cover page, and;
(b) in the correct format as one original document, two copies and one CD.
(2) Attendance at compulsory briefing session: Attendance is compulsory. The bidder must sign
the briefing session attendance register using the same information (bidder company name,
bidder representative person name and contact details) as submitted in the bidders
response document.
(3) Registered Supplier. The bidder is, in terms of National Treasury Instruction Note 3 of
2016/17, registered as a Supplier on National Treasury Central Supplier Database (CSD).
15 of 70CONFIDENTIAL
ANNEX A.2: TECHNICAL MANDATORY, FUNCTIONALITY AND PROOF OF CONCEPT REQUIREMENTS
6. TECHNICAL MANDATORY
6.1. INSTRUCTION AND EVALUATION CRITERIA
(1) The bidder must comply with ALL the requirements by providing substantiating evidence in the form of documentation or information, failing
which it will be regarded as “NOT COMPLY”.
(2) The bidder must provide a unique reference number (e.g. binder/folio, chapter, section, page) to locate substantiating evidence in the bid
response. During evaluation, SITA reserves the right to treat substantiation evidence that cannot be located in the bid response as “NOT
COMPLY”.
(3) The bidder must complete the declaration of compliance as per section below by marking with an “X” either “COMPLY”, or “NOT COMPLY”
with ALL of the technical mandatory requirements, failing which it will be regarded as “NOT COMPLY”.
(4) The bidder must comply with ALL the TECHNICAL MANDATORY REQUIREMENTS in order for the bid to proceed to the next stage of the
evaluation.
6.2. TECHNICAL MANDATORY REQUIREMENTS
TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance
(used to evaluate bid)
Evidence reference
(to be completed by bidder)
1. BIDDER CERTIFICATION / AFFILIATION REQUIREMENTS Provide a copy of a valid ECS or ECNS License <provide unique reference
to locate substantiating
16 of 70CONFIDENTIAL
TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance
(used to evaluate bid)
Evidence reference
(to be completed by bidder)
(a) The bidder must have an Electronic Communications
Service (ECS) or Individual Electronic Communications
Network Service (ECNS) License from Independent
Communications Authority of South Africa (ICASA).
indicating clearly
(a) the regulator or professional body’s name,
(b) the bidder’s name,
(c) the date it was issued, and
(d) if applicable, the expiry date.
Note:
All letters, certificates or licenses must be in writing,
dated, signed and on a letterhead of the entity that
issued it.
evidence in the bid
response – see Annex A.7>
(b) The bidder must be a registered/certified Huawei
partner for maintenance and support for phase I
(1066) sites as per list below.
Nb: Refer to Enclosure 4 GBN Phase I sites and Equipment list
Provide a copy of a valid letter from OEM indicating,
(a) the bidder name,
(b) date the partnership was established, and
(c) Information stating that the partnership is
valid at time of bid.
Note:
<provide unique reference
to locate substantiating
evidence in the bid
response – see Annex A.7>
17 of 70CONFIDENTIAL
TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance
(used to evaluate bid)
Evidence reference
(to be completed by bidder)
All letters, certificates or licenses must be in writing,
dated, signed and on a letterhead of the entity that
issued the letter.
(c) The bidder must be a registered/certified OEM(s) partner
for the proposed solution (equipment and cabling for
Phase II).
Provide a copy of a valid letter from OEM indicating,
(a) the bidder name,
(b) date the partnership was established, and
(c) Information stating that the partnership is
valid at time of bid.
Note:
All letters, certificates or licenses must be in writing,
dated, signed and on a letterhead of the entity that
issued the letter.
<provide unique reference
to locate substantiating
evidence in the bid
response – see Annex A.7>
2. BIDDER EXPERIENCE AND CAPABILITY REQUIREMENTS
The bidder must have rolled out a broadband network with
the minimum of two hundred (200) sites in the past five (5)
years
Provide a minimum of two (2) letters of affirmation
from Business/Government customers to whom the
project or service was delivered. Each letter must be
dated, signed and on a letterhead of the customer
and indicates:
<provide unique reference
to locate substantiating
evidence in the bid
response – see Annex A.7>
18 of 70CONFIDENTIAL
TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance
(used to evaluate bid)
Evidence reference
(to be completed by bidder)
(a) The customer Company name and physical
address;
(b) Customer contact person’s name, telephone
number and email address;
(c) Indicate the number of sites rolled out;
(d) Project Start and End Date;
Note:
All this information should be provided on the
client’s letterhead and signed by the client.
3. INTEGRATION REQUIREMENT
The bidder’s solution must comply with the below listed
network protocol standards:
Protocol Name
Remark
802.1qOpen Standard
Provide OEM product documentation or datasheet
indicating how the identified product/solution
complies with the listed protocol standards.
<provide unique reference
to locate substantiating
evidence in the bid
response – see Annex A.7>
19 of 70CONFIDENTIAL
TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance
(used to evaluate bid)
Evidence reference
(to be completed by bidder)
ERPSITU-T G.8032 Standard
OSPFOpen Standard
MPLSOpen Standard
LDPOpen Standard
BGPOpen Standard
Static Routing
Open Standard
VRRPOpen Standard
SNMPOpen Standard
20 of 70CONFIDENTIAL
6.3. DECLARATION OF COMPLIANCE
Comply Not Comply
The bidder declares by indicating with an “X” in either the “COMPLY” or “NOT COMPLY” column that –
(a) The bid complies with each and every TECHNICAL MANDATORY REQUIREMENT as specified in SECTION
6.2 above; AND
(b) Each and every requirement specification is substantiated by evidence as proof of compliance.
21 of 70CONFIDENTIAL
7. TECHNICAL FUNCTIONALITY
7.1. INSTRUCTION AND EVALUATION CRITERIA
(1) The bidder must complete in full all of the TECHNICAL FUNCTIONALITY requirements.
(2) The bidder must provide a unique reference number (e.g. binder/folio, chapter, section, page) to locate substantiating evidence in the bid
response. During evaluation, SITA reserves the right to treat substantiation evidence that cannot be located in the bid response as “NOT
COMPLY”.
(3) Evaluation per requirement. The evaluation (scoring) of bidders’ responses to the requirements will be determined by the completeness,
relevance and accuracy of substantiating evidence. Each TECHNICAL FUNCTIONALITY requirement will be evaluated using the following generic
3 point scale.
Evaluation criteria Score
Irrelevant (does not meet any requirement or no substantiation) 0
Poor (far below minimum requirements) 1
Good (meets minimum requirements) 3
Excellent (far exceeds minimum requirements) 5
22 of 70CONFIDENTIAL
(4) Weighting of requirements: The full scope of requirements will be determined by the following weights:
No. Technical Functionality requirements Weighting
1. Project Manager 25%
2. Network Architect 25%
3. Network Engineer 20%
4. Service Delivery Manager 20%
5. Field Technician 10%
TOTAL 100 %
(5) Minimum threshold. To be eligible to proceed to the next stage of the evaluation the bid must achieve a minimum threshold score of 70%.
7.2. TECHNICAL FUNCTIONALITY REQUIREMENTS
TECHNICAL FUNCTIONALITY REQUIREMENTS Substantiating evidence and evaluation criteria
(used to evaluate bid)
Substantiation
reference
(to be completed by
bidder)
(1) BIDDER CERTIFICATION AND PROFICIENCY
REQUIREMENTS
The bidder must have the below from (a)-(e) skilled and
Provide updated Curriculum Vitae (CV)’s of the technical
team, with details of each personnel technical skills and
experience, attach certified copies of qualifications
<provide unique
reference to locate
substantiating
23 of 70CONFIDENTIAL
TECHNICAL FUNCTIONALITY REQUIREMENTS Substantiating evidence and evaluation criteria
(used to evaluate bid)
Substantiation
reference
(to be completed by
bidder)
experienced personnel to provide the required solution (full
time dedicated to this project.)
evidence in the bid
response – see Annex
A.7>
(a) Project Manager (x 1)
Evaluation
0 = Do not have a qualification and experience.
1 = Have Prince 2 certificate OR experience less than
three (3) years.
3 = Have Prince 2 certificate and three (3) or more
years’ experience.
5 = Have Prince 2 certificate and IT related
diploma/degree and three (3) or more years’
experience.
<provide unique
reference to locate
substantiating
evidence in the bid
response – see Annex
A.7>
(b) Network Architect (x 2)
Evaluation
0 = Less than 2 Network Architect CVs.
<provide unique
reference to locate
substantiating
24 of 70CONFIDENTIAL
TECHNICAL FUNCTIONALITY REQUIREMENTS Substantiating evidence and evaluation criteria
(used to evaluate bid)
Substantiation
reference
(to be completed by
bidder)
1 = Both Network Architect must have OEM
Professional Design certificate OR experience less
than two (2) years.
3 = Both Network Architect must have OEM
Professional Design certificate and a minimum of
two (2) years’ experience.
5 = Both Network Architect must have OEM
Professional Design certificate and IT related
diploma/degree and a minimum of two (2) years’
experience.
evidence in the bid
response – see Annex
A.7>
(c) Network Engineers (x 10)
Evaluation
0 = Less than 10 Network Engineers CVs.
1 = All 10 Network Engineers must have OEM
Professional (Routing and Switching) certificate OR
experience less than two (2) years.
3 = All 10 Network Engineers must have OEM
<provide unique
reference to locate
substantiating
evidence in the bid
response – see Annex
A.7>
25 of 70CONFIDENTIAL
TECHNICAL FUNCTIONALITY REQUIREMENTS Substantiating evidence and evaluation criteria
(used to evaluate bid)
Substantiation
reference
(to be completed by
bidder)
Professional (Routing and Switching) certificate
and experience of two (2) years.
5 = All 10 Network Engineers must have OEM
Professional (Routing and Switching) certificate
and IT related diploma/degree and a minimum of
two (2) years’ experience.
(d) Service Delivery Manager (x 1)
Evaluation
0 = Do not have a qualification and experience.
1 = Have Service Management ITIL certificate OR
experience less than 2 years.
3 = Have Service Management ITIL certificate only and
two (2) to four (4) years’ experience.
5 = Have Service Management ITIL certificate and IT
related diploma/degree and more than 4 years’
experience.
<provide unique
reference to locate
substantiating
evidence in the bid
response – see Annex
A.7>
26 of 70CONFIDENTIAL
TECHNICAL FUNCTIONALITY REQUIREMENTS Substantiating evidence and evaluation criteria
(used to evaluate bid)
Substantiation
reference
(to be completed by
bidder)
(e) Field Technicians (x 20) Evaluation
0 = Less than 20 field technicians CVs.
1 = Over 10 Field Technicians must have OEM
associate certificate only OR experience less than 2
years only.
3 = Over 10 Field Technicians must have OEM
associate certificate only and more than 2 years’
experience.
5 = All 20 Field Technicians must have OEM associate
certificate and IT related diploma/degree and
more than 2 years’ experience.
<provide unique
reference to locate
substantiating
evidence in the bid
response – see Annex
A.7>
8. PROOF OF CONCEPT FUNCTIONALITY
N/A
27 of 70CONFIDENTIAL
ANNEX A.3: SPECIAL CONDITIONS OF CONTRACT (SCC)
9. SPECIAL CONDITIONS OF CONTRACT
9.1. INSTRUCTION
(1) The successful supplier will be bound by Government Procurement: General Conditions of
Contract (GCC) as well as this Special Conditions of Contract (SCC), which will form part of
the signed contract with the successful Supplier. However, SITA reserves the right to include
or waive the condition in the signed contract.
(2) SITA reserves the right to –
(a) Negotiate the conditions, or
(b) Automatically disqualify a bidder for not accepting these conditions.
(3) In the event that the bidder qualifies the proposal with own conditions, and does not
specifically withdraw such own conditions when called upon to do so, SITA will invoke the
rights reserved in accordance with subsection 9.1(2) above.
(4) The bidder must complete the declaration of acceptance as per section 9.3 below by
marking with an “X” either “ACCEPT ALL” or “DO NOT ACCEPT ALL”, failing which the
declaration will be regarded as “DO NOT ACCEPT ALL” and the bid will be disqualified.
9.2. SPECIAL CONDITIONS OF CONTRACT
(1) CONTRACTING CONDITIONS
(a) Formal Contract. The Supplier must enter into a formal written Contract (Agreement)
with SITA.
(i) The supplier must not, without the prior written consent of SITA (which shall not
be unreasonably withheld), subcontract or delegate any of the services as
contained in the Statement of Work to any parties other than those listed as
members or joint ventures in the Supplier proposal.
(ii) The Supplier shall not be relieved of any obligations, responsibility or liability
under the agreement by the appointment of any subcontract to carry out any
part of the services. 28 of 70
CONFIDENTIAL
(iii) The Supplier shall be responsible for the payment, performance, acts, defaults,
omissions, breaches and negligence of all subcontractors.
(iv) The supplier is responsible for all agreed milestone payment to the
subcontracted parties.
(b) Right of Award. SITA reserves the right to award the contract for required goods or
services to multiple Suppliers.
(c) Right to Audit. SITA reserves the right, before entering into a contract, to conduct or
commission an external service provider to conduct a financial audit or probity to
ascertain whether a qualifying bidder has the financial wherewithal or technical
capability to provide the goods and services as required by this tender.
(d) Performance Security. In terms of section 7.1 of the General Conditions of Contract, a
successful bidder must provide to SITA within 30 days after award of the contract a
performance security to the amount of at least 10% of the bid price.
(e) Sub-Contracting. The Bidder may appoint sub-contractors to perform specialised
work.
(2) DELIVERY ADDRESS. The bidder must deliver the required products or services at the
physical locations as specified in Enclosure 3 GBN Phase II sites and Enclosure 4 GBN Phase I
Sites and Equipment List
(3) SCOPE OF WORK AND DELIVERY SCHEDULE
a) The Supplier is responsible to perform the work as outlined in the following Work
Breakdown Structure (WBS).
WBS Statement of Work Delivery Timeframe
1. Wide Area Network (WAN) 31st March 2019
1.1. Provide fully redundant dedicated connectivity
(Backhaul) to the Phase I (1066) from the 1st April 2019,
that ensures service availability and with no service
interruption and Phase II (2000) sites from the award
date of the contract.
From 1st April 2019
1.2. Provide and implement a fully redundant dedicated
29 of 70CONFIDENTIAL
WBS Statement of Work Delivery Timeframe
connectivity to the additional Phase II (2000) sites.
1.3. Inside Plant Build (Additional details refer to Annexure
A.5:11.2.3)
1.4. Outside Plant Build (Additional details refer to Annexure
A.5:11.2.4)
2. Local Area Network (LAN) 31st March 2019
2.1. Provide and Implement LAN connectivity for the phase II
(2000) sites.
2.2. Provide and Implement Fibre Backbone for phase II
(2000) sites (Vertical Cabling). Refer to A.5.11.2.6.2
2.3. Provide and Implement structured UTP cabling (CAT6)
for phase II (2000) sites. (Horizontal cabling) Refer to
A.5.11.2.6.1
2.4. Provide and Implement network switches (distribution
and access switches) and wireless for phase II (2000)
sites. Refer to A.5.11.2.5.1 – A.5.11.2.5.3
2.5. Provide and Implement 42U and 25U cabinets
NB: As per Bill of Material (BOM).
2.6. Provide and Implement cable routing.
2.7. Labelling of network equipment and cabling using best
practice and client’s naming convention and
requirements
2.8. Testing of the cabling and equipment connectivity.
3. Core Upgrade 31st March 2019
2.
3.
3.1.
The current core must be upgraded to accommodate the
additional Phase II (2000) sites over and above the
current installed phase I (1066) sites.
30 of 70CONFIDENTIAL
WBS Statement of Work Delivery Timeframe
3.2. Upgrade the current core from 10 Gbps to 100 Gbps
(Bandwidth)
3.3. Upgrade the current core devices to handle 100 Gbps in
accordance to Figure 1: Current GBN Network Diagram.
3.4. Upgrade the current core to support the additional
Phase II 2000 sites
3.5. The bidder must provide low level design document for
core equipment upgrade and core transmission backhaul
where applicable.
3.6. Installation and configuration of the core equipment.
3.7. Quality Assurance Testing (including test plans and
results)
4. Project Management Ongoing from 2 weeks
after award
2.
3.
4.
4.1.
Provide Project Charter Within 2 weeks after
award
4.2. Provide Project Plan Within 2 weeks after
award
4.3. Provide documentation in line with approve
methodology. (RAID) Risk, Action, Incident, Decision
Schedule and Facilitate weekly and monthly meetings
4.4. Provide project coordination services.
5. Training 31st March 2019
2.
3.
4.
Provide OEM intermediate level Certified Training on
Routing and Switching for a 120 resources
31 of 70CONFIDENTIAL
WBS Statement of Work Delivery Timeframe
5.
5.1.
5.2. Provide OEM entry level Certified Training on the
wireless solution for a 100 resources
6. Network Management 3 years
6.1. Provide HUAWEI U2000 licences for the network
equipment for phase II (2000) sites
from date of contract
6.2. Provide and implement WAN management for the
additional Phase II (2000). (as sites go live)
from date of contract
6.3. Provide call logging and ticketing system based on an
ITIL standard that must be able to integrate with ITSM 9
located at SITA Centurion. ( Incident, Event, Network
Management)
6.4. Manage the NOC Operations services for phase I (1066)
and Phase II (2000) sites.
from 1st of April 2019
until end of contract
7. Maintenance and Support 3 years
2.
3.
4.
5.
6.
7.
7.1.
Provide maintenance and support for all supplied
network equipment.
From the supply date
7.2. Provide LAN maintenance and support for the Phase II
(2000) sites, including hardware, software and cabling
system.
32 of 70CONFIDENTIAL
WBS Statement of Work Delivery Timeframe
7.3. Provide maintenance and support for Phase I (1066)
sites network equipment.
from 1st of April 2019
until end of contract
7.4. Provide maintenance and support for all supplied
cabling and fibre.
From the supply date
7.5. Provide maintenance and support for Phase I (1066)
sites cabling and fibre.
from 1st of April 2019
until end of contract
b) Bidders are required to submit rapid rollout approach to achieve a target of 2000 sites by the
31st of March 2019
(i) Bidders must submit a detailed project plan specifying the various phases of the
rollout, timeframes and deliverables adhering to the target date of 31st March 2019.
(ii) Supplier must configure routers and switches during initial deployment phase with
departmental approved site requirements. (Completion certificate and copy of
configurations to be issued).
(iii) Supplied network equipment must include 3 year warranty, maintenance and support
(hardware and software) agreement backed by the Original Equipment Manufacturer
(OEM).
(iv) The current NMS / NOC is managed by the current service provider until 31st March
2019. However an NMS instance shall be visible to new service provider for assurance.
Commissioning and configuration of new installations shall be performed by the
current service provider.
(v) The bidders call logging system must fully integrate to the SITA ITSM9 incident
management system located at the SITA Centurion offices.
(vi) The Bidder must provide network infrastructure monitoring services/tools and
reporting must be available through an internet portal.
(vii) The bidder must provide weekly, monthly, Ad hoc Network Performance and Incident
Reports
(viii) The Bidder must provide training plans, which includes manuals and on the job
training.
33 of 70CONFIDENTIAL
(ix) For all upgrade(s) that must be conducted, the SITA and department change
management process must be followed and be approved by SITA and the department.
(x) The bidder must be responsible for all applications and obtaining approvals for
wayleaves, right of ways and other relevant approvals.
c) The supplier must deploy equipment which is both compatible and able to integrate with the
current systems, refer to paragraph 2.3. CUSTOMER CURRENT INFRASTRUCTURE AND
ENVIRONMENT (m) for integration requirements.
(i) Supplied switches must be rack mounted in a cabinet in the main server room.
(ii) Each WAN element deployed must be licensed for monitoring.
(iii) Transceiver must be SFP or UTP based on the site design.
Latency must not exceed 5.5ms between customer edge and provider edge routers.
d) Access Points (AP) that support 802.11 a/b/g/n and minimum of 40 concurrent sessions.
e) Switch Operating System must be standardized per site.
f) the bidder must ensure that the Huawei U2000 NMS tool must integrate into the SITA ITSM9
call logging tool
g) Final site signoff is dependent on the successful completion of both WAN and LAN (including
cabling up to host connection point).
(4) SERVICE DELIVERY AND PERFORMANCE METRICS
(a) The Bidder is responsible to provide the following services:
i) WAN Performance Metrics will be based on the Availability, Utilisation and
Latency
ii) Core sites must achieve 99.99% 24/7/365 uptime.
iii) A maximum of 10 remote sites must connect to a ring with redundant paths.
iv) Remote sites must achieve uptime based on the following classifications
Classification of service level standards as per below:
1) Platinum SLA : 99.99% Access Link Availability and Reachability
99.99% Site Router Infrastructure Availability and Reachability
34 of 70CONFIDENTIAL
95% of calls must be responded to and resolved as follows: Mean time to Respond (MTTr):
30 minutes
Maximum time to Resolve (MTTR): 2 hours
365X24X7
2) Gold SLA : 99% Access Link Availability and Reachability
99% Site Router Infrastructure Availability and Reachability
95% of calls will be responded to and resolved as follows: Mean time to Respond (MTTr): 1
hour
Maximum time to Resolve (MTTR): 4 hours
Monday to Friday excluding public holidays from 06H00 to 22H00
3) Silver SLA :97% Access Link Availability and Reachability
97% Site Router Infrastructure Availability and Reachability
95% of calls will be responded to and resolved as follows: Mean time to
Respond (MTTr): 2 hours Maximum time to Resolve (MTTR): 8 hours
Monday to Friday excluding public holidays from 07H00 to 17H00
4) Bronze SLA :95% Access Link Availability and Reachability
95% Site Router Infrastructure Availability and Reachability
95% of calls will be responded to and resolved as follows: Mean time to
Respond (MTTr): 4 hours Maximum time to Resolve (MTTR): 16 hours
Monday to Friday excluding public holidays from 07H00 to 17H00
NB: Please refer to Annex A.5.11.4.1 SLA Categories and Sites
(b) The Bidder Maintenance and Support service must include
i) Call logging services.
ii) Problem Management.
iii) Incident Management.
iv) Escalation.
v) Hardware and software support.
vi) Installations, Modifications, Additions, Changes, and Dismantlement (IMACD)
functions.35 of 70
CONFIDENTIAL
(5) SCOPE OF TECHNICAL SOLUTION
(a) Structured Cabling Design (UTP). The Bidder must ensure that Structured Cabling conforms
to the design as per the cabling standard refer to Annexure A.5:11.2.6
(b) Fibre Optic Backbone. The Bidder must ensure that the fibre backbone Cabling conforms to
the client standard as per the cabling standard refer to Annexure A.5:11.2.4
(c) Testing
(i) All cabling must be tested. A certificate of all test results must be supplied to an
appointed Gauteng Department of e-Government representative within fourteen
(14) days after the completion of installations.
(ii) Copper Test results should reflect Cross Talk, Attenuation, Noise Count,
Continuity and Performance over relevant frequency range.
(iii) Fibre testing
(d) Cable Trays, Trunking and Ducting
(i) Cable trays, trunking or ducting must be installed as required and it must cater
for data and electrical reticulation.
(ii) Only one (1) entry point per room / location is allowed.
(iii) Ceiling entry points to a room must be installed in a corner of the room.
(e) Labelling and marking
(i) Labelling marking convention must conform to the client’s standards. Any
labelling scheme must be tied in with all building documentation and supplied to
Gauteng Department of e-Government.
(ii) Labels on the Network equipment must be visible
(iii) All network points must be clearly labelled on the patch panel, wall box and
cable. Polyvinyl chloride (PVC) Heat shrink must be used to fix the labels to the
cables.
(iv) All outlet plates and patch panels must be labelled in accordance to the client’s
requirement.
(f) OEM Certified Installation
36 of 70CONFIDENTIAL
(i) All cabling (UTP and Fibre Optic) installations must be certified by the OEM.
(ii) The bidder must review the design for conformance to OEM requirements and
standards. The bidder must be responsible for all arrangements required in
achieving the OEM certification of the installation. No claims for additional costs
to achieve OEM certification will be considered after submission of the RFB
response. The bidder must provide OEM certificate(s) on completion of each site.
Costs for certificates are at bidder’s expense.
(g) Fibre Component
(i) Single Mode Fibre terminated in a 42U
(ii) Single-mode fibre using 1,260 to 1,360 nm wavelength
(iii) Connections at the service demarcation point must utilize either “SC” or “LC”
connectors
(iv) Latency for the WAN solution (between CE & PE) must not exceed 5.5
milliseconds
(v) The equipment supplied (transmission switch and router) must be capable of
handling transmission speeds of 1 to 10 Gbps
(vi) Each transmission link must terminate on a physical 1Gbps Ethernet connection
on the network devices at both sides of the link
(vii) Installation of dedicated manhole for the access sites/last mile
(viii) Bidders must submit transmission footprint covering the rest of Gauteng. If the
bidder will be utilizing multiple transmission partners, the partner’s footprint
must also be provided. Combined foot print must ensure that the proposed
solution covers the sites to be connected.
(ix) Note: The current transmission backhaul connections are leased.
(x) As of 1 April 2019 the new service provider must ensure that transmission
backhaul connections are in place to support the current phase one sites and the
phase two sites.
(h) Microwave Component
37 of 70CONFIDENTIAL
(i) Deliver bandwidth requirements with the minimum of 100Mbps speed
(ii) The proposed microwave solution should be operating in a licensed band e.g. (7;
15 and 23 GHz, depending on the link distance) to make sure that GBN will be
complying with ICASA regulations; all licensing must be the responsibility of the
service provider for the contract period. The supplier must provide the copy of a
valid licence.
(iii) The proposed solution must be backhauled through the current GBN Core. If not
possible the service provider must demonstrate why it will not be possible to
utilize the current GBN network to backhaul the proposed microwave solution. If
a different backhaul is used, demonstrate how the solution will integrate with
GBN
(iv) Proposed equipment must offer the latest security methods utilizing industry-
standard technologies. The system must be upgradeable by way of firmware,
software, or read-only memory (ROM) upgrades as new security technologies are
standardized
(v) The proposed solution must maintain average latency levels, to not exceed
5.5ms. The system must have “self-healing” capabilities in the event of device
failure, “hangs”, or connectivity problems
(vi) The monthly fee per link must include facility and mast space rentals over the
contract period
(vii) Note: The Microwave is a rented component to the network. As of 1 April 2019
the new service provider must ensure that suitable solutions are in place to
support the current phase one sites. This must include all licensing.
(i) Testing
(i) Conduct fibre testing and provide test results
(ii) Optical time-domain reflectometer (OTDR) tool must be calibrated in line with
hardware supply specification
(iii) All cabling test results must be within the OEM parameters
38 of 70CONFIDENTIAL
(iv) Provide Microwave test results
(6) NETWORK CABINETS AND ELECTRICAL POWER
(a) Cabinet placement will be determined during the site survey
(b) Suitable patch cabinets to be used with shatterproof glass and adjustable rail depth (42U,
25U, 14U based on the site survey)
(c) WAN cabinet must have its own dedicated 20A circuit breaker, in the event of no space on
the DB board a new DB board to be installed
(d) Power reticulation from DB to rack terminating to a rack mount isolator switch with the 10
way Power distribution point
(e) Installation of UPS per cabinet with 8 hour battery backup only for the WAN Cabinet
(f) Each WAN cabinet must be populated with splice tray, patch panel, brush panel, WAN
network switch and router
(g) All Switches must be rack mounted inside the cabinet
(7) SUPPLIER PERFORMANCE AND REPORTING
(a) Reporting must contain workable granularity and must be signed off by SITA.
(b) All reporting must be done via the project manager and the supplier, subcontractors are
expected to attend all project meetings with regards to the requested service.
(c) The supplier must provide weekly and Adhoc Operational Reports.
(d) The supplier must provide monthly service performance reports.
(e) The supplier must provide progress report, risk register, and change management.
(f) The supplier must attend monthly Service Level Agreement (SLA) meetings
(g) There should be a clear definition of support roles, responsibilities and functions detailing
the bidder’s staff in the proposal.
(8) CERTIFICATION, EXPERTISE AND QUALIFICATION
(a) The Bidder represents that,
39 of 70CONFIDENTIAL
(i) it has the necessary expertise, skills, qualifications and ability to undertake the
work required in terms of the Statement of Work or Service Definition and;
(ii) it is committed to provide the Products or Services; and
(iii) Perform all obligations detailed herein without any interruption to the Customer.
(b) The Supplier must provide the service in a good and workmanlike manner and in accordance
with the practices and high professional standards used in well-managed operations;
(c) The Supplier must perform the Services in the most cost-effective manner consistent with
the level of quality and performance as defined in Statement of Work or Service Definition;
(d) Electrical Work. The Bidder must ensure that Electrical Work is performed as prescribed by
the Occupation Health and Safety Act (Act 85 of 1993 as amended), Electrical Regulations
2009, including,
(e) The Bidder is registered at the Department of Labour as an Electrical Contractor;
(i) The standard of work conforms to SABS SANS 10142-1: The code of practice for wiring
of premises; and
(ii) Any Electrical installation or alteration is certified after completion of work by means
of a Certificate of Compliance (CoC).
(f) Required OEM certificate for team members:
i) Valid OEM certificate for the installation team members for UTP and Fibre cabling
ii) Valid OEM certificate for the installation of the network equipment
iii) Valid OEM certificate for the installation of the Wireless network device
(g) The bidder must appoint a dedicated service delivery manager, project manager, network
architect, network engineer and field technician. Appointment and confirmation of
resources will take place during contracting. Changing of confirmed resources must be done
in consultation with SITA.
(h) Bidders must submit CV’s and OEM certifications of suitably qualified and experienced
resources (highlighted above) that will be responsible for the provision of the end to end
services associated for this project.
(i) Professional Services.
40 of 70CONFIDENTIAL
(i) Project management across all work streams must utilise PRINCE II methodology.
(ii) The PRINCE II certificate must be attached to the Project Manager’s CV.
(9) LOGISTICAL CONDITIONS
(a) Hours of work. 08H00 - 17H00 including weekends and public holidays. Afterhours as work
load dictates.
(b) In the event that e-Government grants the bidder permission to access client Environment
including hardware, software, internet facilities, data, telecommunication facilities and/or
network facilities remotely, the bidder must adhere to SITA’s relevant policies and
procedures (policy and procedures shall be made available to the bidder on request) or in
the absence of such policy and procedures, in terms of, best industry practice.
(c) Tools of Trade. The bidder must provide own tools of trade to perform the required tasks.
(d) Support and Network Operation Centre. The bidder must ensure that the NOC is available
24/7/365 days. Services must include but are not limited to Network Monitoring, call
logging, fault resolution and IMACD functions
(10) SKILLS TRANSFER AND TRAINING
(a) The skills transfer plan should include costs and other relevant details as part of the total
proposal.
(b) The nature of the training must be Informal hands-on as well as formal OEM training.
i) The bidder must develop training guides as part of the skills transfer.
ii) The bidder must provide OEM Certified training schedule including exam vouchers for
120 identified engineers in year one.
(11) REGULATORY, QUALITY AND STANDARDS
(a) The Supplier must observe neutrality and objectivity in its views and opinions; and respect
and observe all applicable Laws and Regulation that are applicable to the nature of the
agreement.
41 of 70CONFIDENTIAL
(b) The Bidder must for the duration of the contract ensure that the Structured Cabling System
comply with ISO/IEC 11801 2008 Edition 2.1: Generic cabling for customers premises
(suitable for data communication); and
(c) The Bidder must for the duration of the contract ensure that the proposed product or
solution conform with the Government Minimum Interoperability Standards (MIOS) as
follows:
i) 1T101 LAN / WAN Interworking
ii) 1T10101 Internet Protocol (IP) v4 RFC 791
iii) 1T101 LAN / WAN Interworking
iv) 1T10102 Transmission Control Protocol (TCP) RFC 793
v) 1T701 Network Management Protocol
vi) 1T70101 Simple Network Management Protocol (SNMP) v3 RFC 3411
vii) 1T701 Network Management Protocol
viii) 1T70102 Simple Network Management Protocol (SNMP) v3 RFC 3412
ix) 1T701 Network Management Protocol
x) 1T70103 Simple Network Management Protocol (SNMP) v3 RFC 3413
xi) 1T701 Network Management Protocol
xii) 1T70104 Simple Network Management Protocol (SNMP) v3 RFC 3414
xiii) 1T701 Network Management Protocol
xiv) 1T70105 Simple Network Management Protocol (SNMP) v3 RFC 3415
xv) 1T701 Network Management Protocol
xvi) 1T70106 Simple Network Management Protocol (SNMP) v3 RFC 3416
xvii) 1T701 Network Management Protocol
xviii) 1T70107 Simple Network Management Protocol (SNMP) v3 RFC 3417
xix) 1T70108 Simple Network Management Protocol (SNMP) v3 RFC 3418
(12) PERSONNEL SECURITY CLEARANCE
42 of 70CONFIDENTIAL
(a) The Supplier personnel who are required to work with information related to
NATIONAL SECURITY must have a valid South African security clearance or must apply
within 30 days of the signed contract for a security clearance to the level of
CONFIDENTIAL at the expense of the Supplier from the South African State Security
Agency or duly authorised Personnel Security Vetting entity of SA Government.
(b) The Supplier personnel who are required to work with GOVERNMENT CLASSIFIED
information or access government RESTRICTED areas must be a South African Citizen
and at the expense of the Supplier be security vetted (pre-employment screening,
criminal record screening and credit screening).
(c) The Supplier must ensure that the security clearances of all personnel involved in the
Contract remains valid for the period of the contract.
(13) CONFIDENTIALITY AND NON-DISCLOSURE CONDITIONS
(a) The Supplier, including its management and staff, must before commencement of the
Contract, sign a non-disclosure agreement regarding Confidential Information.
(b) Confidential Information means any information or data, irrespective of the form or medium
in which it may be stored, which is not in the public domain and which becomes available or
accessible to a Party as a consequence of this Contract, including information or data which
is prohibited from disclosure by virtue of:
i) the Promotion of Access to Information Act, 2000 (Act no. 2 of 2000);
ii) being clearly marked "Confidential" and which is provided by one Party to another
Party in terms of this Contract;
iii) being information or data, which one Party provides to another Party or to which a
Party has access because of Services provided in terms of this Contract and in which a
Party would have a reasonable expectation of confidentiality;
iv) being information provided by one Party to another Party in the course of contractual
or other negotiations, which could reasonably be expected to prejudice the right of the
non-disclosing Party;
v) being information, the disclosure of which could reasonably be expected to endanger a
life or physical security of a person;
43 of 70CONFIDENTIAL
vi) being technical, scientific, commercial, financial and market-related information,
know-how and trade secrets of a Party;
vii) being financial, commercial, scientific or technical information, other than trade
secrets, of a Party, the disclosure of which would be likely to cause harm to the
commercial or financial interests of a non-disclosing Party; and
viii) being information supplied by a Party in confidence, the disclosure of which could
reasonably be expected either to put the Party at a disadvantage in contractual or
other negotiations or to prejudice the Party in commercial competition; or
ix) information the disclosure of which would be likely to prejudice or impair the safety
and security of a building, structure or system, including, but not limited to, a
computer or communication system; a means of transport; or any other property; or a
person; methods, systems, plans or procedures for the protection of an individual in
accordance with a witness protection scheme; the safety of the public or any part of
the public; or the security of property; information the disclosure of which could
reasonably be expected to cause prejudice to the defence of the Republic; security of
the Republic; or international relations of the Republic; or plans, designs, drawings,
functional and technical requirements and specifications of a Party, but must not
include information which has been made automatically available, in terms of the
Promotion of Access to Information Act, 2000; and information which a Party has a
statutory or common law duty to disclose or in respect of which there is no reasonable
expectation of privacy or confidentiality;
(c) Notwithstanding the provisions of this Contract, no Party is entitled to disclose Confidential
Information, except where required to do so in terms of a law, without the prior written
consent of any other Party having an interest in the disclosure;
(d) Where a Party discloses Confidential Information which materially damages or could
materially damage another Party, the disclosing Party must submit all facts related to the
disclosure in writing to the other Party, who must submit information related to such actual
or potential material damage to be resolved as a dispute;
(e) Parties may not, except to the extent that a Party is legally required to make a public
statement, make any public statement or issue a press release which could affect another
44 of 70CONFIDENTIAL
Party, without first submitting a written copy of the proposed public statement or press
release to the other Party and obtaining the other Party's prior written approval for such
public statement or press release, which consent must not unreasonably be withheld.
(14) GUARANTEE AND WARRANTIES.
The Bidder warrants that:
(a) The warranty of NETWORKING goods supplied under this contract remains valid for thirty six
(36) months after the goods, or any portion thereof as the case may be, have been delivered
to and accepted at the final destination indicated in the contract;
(b) The warranty of STRUCTURED CABLING goods supplied under this contract remains valid for
the OEM warranty period (3 years) after the goods, or any portion thereof as the case may
be, have been delivered to and accepted at the final destination indicated in the contract;
(c) as at Commencement Date, it has the rights, title and interest in and to the Product or
Services to deliver such Product or Services in terms of the Contract and that such rights are
free from any encumbrances whatsoever;
(d) the Product is in good working order, free from Defects in material and workmanship, and
substantially conforms to the Specifications, for the duration of the Warranty period;
(e) during the Warranty period any defective item or part component of the Product be
repaired or replaced within 3 (three) days after receiving a written notice from SITA;
(f) the Products are maintained during its Warranty Period at no expense to SITA;
(g) the Product possesses all material functions and features required for SITA Operational
Requirements;
(h) the Product remains connected or Service is continued during the term of the Contract;
(i) all third-party warranties that the Bidder receives in connection with the Products including
the corresponding software and the benefits of all such warranties are ceded to SITA without
reducing or limiting the Bidder’s obligations under the Contract;
(j) no actions, suits, or proceedings, pending or threatened against it or any of its third party
bidders or sub-contractors that have a material adverse effect on the Bidder’s ability to fulfil
its obligations under the Contract exist;
45 of 70CONFIDENTIAL
(k) Department of SITA is notified immediately if it becomes aware of any action, suit, or
proceeding, pending or threatened to have a material adverse effect on the Bidder’s ability
to fulfil the obligations under the Contract;
(l) any Product sold to department of SITA after the Commencement Date of the Contract
remains free from any lien, pledge, encumbrance or security interest;
(m) Department of SITA’s use of the Product and Manuals supplied in connection with the
Contract does not infringe any Intellectual Property Rights of any third party;
(n) the information disclosed to department of SITA does not contain any trade secrets of any
third party, unless disclosure is permitted by such third party;
(o) it is financially capable of fulfilling all requirements of the Contract and that the Bidder is a
validly organized entity that has the authority to enter into the Contract;
(p) it is not prohibited by any loan, contract, financing arrangement, trade covenant, or similar
restriction from entering into the Contract;
(q) the prices, charges and fees to department of SITA as contained in the Contract are at least
as favourable as those offered by the Bidder to any of its other customers that are of the
same or similar standing and situation as department of SITA; and
(r) any misrepresentation by the Bidder amounts to a breach of Contract.
(15) INTELLECTUAL PROPERTY RIGHTS
(a) Department of SITA retains all Intellectual Property Rights in and to department of SITA's
Intellectual Property. As of the Effective Date, the Supplier is granted a non-exclusive license,
for the continued duration of this Contract, to perform any lawful act including the right to
use, copy, maintain, modify, enhance and create derivative works of department of SITA's
Intellectual Property for the sole purpose of providing the Services to department of SITA
pursuant to this Contract; provided that the Supplier must not be permitted to use
department of SITA’s Intellectual Property for the benefit of any entities other than
department of SITA without the written consent of department of SITA, which consent may
be withheld in department of SITA 's sole and absolute discretion. Except as otherwise
requested or approved by department of SITA which approval is in department of SITA 's
sole and absolute discretion, the Supplier must cease all use of department of SITA 's
Intellectual Property, at of the earliest of: 46 of 70
CONFIDENTIAL
i) termination or expiration date of this Contract;
ii) the date of completion of the Services; and
iii) the date of rendering of the last of the Deliverables.
(b) If so required by department of SITA, the Supplier must certify in writing to department of
SITA that it has either returned all department of SITA Intellectual Property to department of
SITA or destroyed or deleted all other department of SITA Intellectual Property in its
possession or under its control.
(c) Department of SITA, at all times, owns all Intellectual Property Rights in and to all Bespoke
Intellectual Property.
(d) Save for the license granted in terms of this Contract, the Supplier retains all Intellectual
Property Rights in and to the Supplier’s pre-existing Intellectual Property that is used or
supplied in connection with the Products or Services.
(16) TARGETED PROCUREMENT/TRANSFORMATION
SITA, in terms of the PPPFA Regulation 2017 section 9(1), has an obligation to advance designated
groups which includes black SMMEs (i.e. Exempted Micro Enterprises (EME) and Qualifying Small
Enterprises (QSE)) for the supply of certain ICT goods or services to subcontract for contracts
above R30 million, an organ of state must apply subcontracting to advance designated groups.
(a) The Prime Contractor must be B-BBEE compliant (have a B-BBEE status level of at least 6).
(b) The Prime Contractor must at the time of submitting the tender/bid provide proof of intent
to subcontract via a subcontracting agreement which clearly defines the scope of work to be
subcontracted.
(c) The Prime Contractor must subcontract a minimum of 40% to EMEs or QSEs which are at
least 51% black owned, and /or
i) EME/QSE which is at least 51% owned by black people who are youth; or
ii) EME/QSE which is at least 51% owned by black people with disabilities; or
iii) EME/QSE which is at least 51% owned by unemployed black people; or
47 of 70CONFIDENTIAL
iv) EME/QSE which is at least 51% owned by black people living in rural and under
developed areas; or
v) EME/QSE which is at least 51% owned by black military veterans.
vi) EME or QSE which is at least 51% owned by black people who are women;
vii) a cooperative which is at least 51% owned by black people;
viii) Township Economy Revitalisation
1) As part of the Gauteng Provincial Government township economy and SMME
development programme, bidders are required to allocate at least 30% of the
contracted SMMEs to Gauteng townships.
2) The bidder is required to establish Joint Ventures or Teaming Agreements
between major players and upcoming Township service providers to groom them
in the business and allow them to play a role and develop.
ix) Development Plan
1) In a case of a Joint Venture option is explored, submit detailed development
programme and rollout involvement strategy indicating how designated groups
will be involved in the rollout of this initiative.
2) The bidder must report on a monthly basis on Township Economy Revitalisation
that will include, but not limited to, the names of the Township Enterprises, the
scope of work that was assigned to the entities and the economic value that was
allocated.
x) An EME or QSE being subcontracted preferably should be registered and have
presence in the province where the service will be delivered.
xi) SITA shall provide a list their Enterprise and Supplier Development SMME beneficiaries
that will be subcontracted. SITA has a list of 14 SMMEs that it trained and developed
for the purposes of subcontracting and offering opportunity for their growth. The 14
SITA SMMEs must be considered in the subcontracting opportunity.
48 of 70CONFIDENTIAL
9.3. DECLARATION OF ACCEPTANCE
ACCEPT ALL DO NOT
ACCEPT ALL
(1) The bidder declares to ACCEPT ALL the Special Condition of
Contract as specified in section 9.2 above by indicating with
an “X” in the “ACCEPT ALL” column, OR
(2) The bidder declares to NOT ACCEPT ALL the Special
Conditions of Contract as specified in section 9.2 above by -
(a) Indicating with an “X” in the “DO NOT ACCEPT ALL”
column, and;
(b) Provide reason and proposal for each of the
conditions that is not accepted.
Comments by bidder:
Provide reason and proposal for each of the conditions not accepted as per the format:
Condition Reference:
Reason:
Proposal:
49 of 70CONFIDENTIAL
ANNEX A.4: COSTING AND PRICING
QUALIFICATION NOTICE
To safeguard the integrity of the bidding process, the technical and financial
proposals should be submitted in separate sealed envelopes, as per “National
Treasury: Supply Chain Management a guide for Accounting Officers / Authorities,
2004”, section 5.9.4; therefore
All bid Pricing Schedules, as indicated in
section , must be submitted in a SEPARATE
SEALED ENVELOPE, failing which the bid WILL
BE DISQUALIFIED.
50 of 70CONFIDENTIAL
10. COSTING AND PRICING
10.1.COSTING AND PRICING EVALUATION
(1) ALL PRICING SCHEDULES MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE, failing
which the BID will be DISQUALIFIED.
(2) In terms of Preferential Procurement Policy Framework Act (PPPFA), the following
preference point system is applicable to all Bids:
(c) the 80/20 system (80 Price, 20 B-BBEE) for requirements with a Rand value of up to
R50 000 000 (all applicable taxes included); or
(d) the 90/10 system (90 Price and 10 B-BBEE) for requirements with a Rand value above
R50 000 000 (all applicable taxes included).
(3) This bid will be evaluated using the PPPFA preferential points scoring system of 90/10.
(4) The bidder must complete the declaration of acceptance as per section 10.3 below by
marking with an “X” either “ACCEPT ALL”, or “DO NOT ACCEPT ALL”, failing which the
declaration will be regarded as “DO NOT ACCEPT ALL” and the bid will be disqualified.
(5) Bidder will be bound by the following general costing and pricing conditions and SITA
reserves the right to negotiate the conditions or automatically disqualify the bidder for not
accepting these conditions. These conditions will form part of the Contract between SITA
and the bidder. However, SITA reserves the right to include or waive the condition in the
Contract.
10.2.COSTING AND PRICING CONDITIONS
(1) The bidder must submit the Pricing Schedule(s) as prescribed in section 10.4 as well as the
relevant enclosed Standard Bidding Document SBD 3.1, 3.2 or 3.3.
(2) SOUTH AFRICAN PRICING. The total price must be VAT inclusive and be quoted in South
African Rand (ZAR).
(3) PAYMENT TERMS AND CONDITIONS
51 of 70CONFIDENTIAL
Payment for services rendered by the Supplier will be fixed per deliverable as defined in the
Statement of Work and will be paid in terms of the provisions of the Public Finance
Management Act of South Africa after formal acceptance of such deliverable by SITA.
(4) TOTAL PRICE
(a) All quoted prices are the total price for the entire scope of required services and
deliverables to be provided by the bidder.
(b) The cost of delivery, labour, S&T, overtime, etc. must be included in this bid.
(c) All additional costs must be clearly specified.
(5) BID EXCHANGE RATE CONDITIONS. The bidders must use the exchange rate provided below
to enable SITA to compare the prices provided by using the same exchange rate:
Foreign currency South African Rand (ZAR) exchange rate
1 US Dollar R 11.6155
1 Euro R 14.5554
1 Pound R 16.4092
10.3.DECLARATION OF ACCEPTANCE
ACCEPT ALL DO NOT
ACCEPT ALL
(1) The bidder declares to ACCEPT ALL the Costing and Pricing
conditions as specified in section 10.2 above by indicating
with an “X” in the “ACCEPT ALL” column, or
(2) The bidder declares to NOT ACCEPT ALL the Costing and
Pricing Conditions as specified in section 10.2 above by -
(a) Indicating with an “X” in the “DO NOT ACCEPT ALL”
column, and;
(b) Provide reason and proposal for each of the condition
not accepted.
52 of 70CONFIDENTIAL
ACCEPT ALL DO NOT
ACCEPT ALL
Comments by bidder:
Provide the condition reference, the reasons for not accepting the condition.
53 of 70CONFIDENTIAL
10.4.BID PRICING SCHEDULE
Note:
a) Bidder must complete the pricing as per table below.
b) Line Prices are all VAT EXCLUDING, and TOTAL PRICE is VAT INCLUSIVE
c) The desired solution is fibre and if bidder will be using microwave technology it must be a
fixed price.
(1) Wide Area Network (WAN) Costing Summary
NB: Refer to detailed Bill of Material breakdown on Enclosure 1 GBN Phase I and Phase II Bill
of Material WAN “WAN_ Costing TAB”
Detailed BOM must be populated and supplied
N
o
Product/Service description Total Price
(VAT excl.)
1. Wide Area Network (Inside Plant Build)
Supply
2. Wide Area Network (Inside Plant Build)
Installation
3. Wide Area Network (Inside Plant Build)
Configuration
4. Wide Area Network (Inside Plant Build)
Labelling and Testing
5. Wide Area Network (Outside Plant Build)
Supply
6. Wide Area Network (Outside Plant Build)
Installation
7. SUBTOTAL (VAT Excl.)
8. VAT (14%)
9. SUBTOTAL (VAT Incl.)
10. BID TOTAL (VAT Incl.)
54 of 70CONFIDENTIAL
(2) Local Area Network Costing Summary
NB: Refer to detailed Bill of Material breakdown on Enclosure 2 GBN Phase II Bill of Material-
LAN Tab “classification and summary tab”
Note: Detailed BOM must be populated and supplied please complete all tabs on the
spreadsheet Admin Block, Category A, Category B, Category C
No Product/Service description Total Price
(VAT excl.)
1. Local Area Network (LAN) Admin Block
2. Local Area Network (LAN) Category A
3. Local Area Network (LAN) Category B
4. Local Area Network (LAN) Category C
5. SUBTOTAL (VAT Excl.)
6. VAT (14%)
7. SUBTOTAL (VAT Incl.)
8. BID TOTAL (VAT Incl.)
(3) Core Upgrade Costing Summary
NB: Refer to detailed Bill of Material breakdown on Enclosure 1 GBN Phase I and Phase II Bill
of Material WAN “Core_ Costing Tab”
Detailed BOM must be populated and supplied
No Product/Service description Total Price
(VAT excl.)
1. Design Solution
2. Supply and Implementation of solution
3. Configuration and Testing
4. SUBTOTAL (VAT Excl.)
5. VAT (14%)
6. SUBTOTAL (VAT Incl.)
7. BID TOTAL (VAT Incl.)
55 of 70CONFIDENTIAL
(4) Services Costing Summary for duration of Contract
NB: Refer to detailed Bill of Material breakdown on Enclosure 1 GBN Phase I and Phase II Bill
of Material WAN “Services_ Costing Tab”
Detailed BOM must be populated and supplied
No Product/Service description Total Price
(VAT excl.)
1. Project Management year 1
2. Project Management year 2
3. Project Management year 3
4. Network Management year 1
5. Network Management year 2
6. Network Management year 3
7. WAN Maintenance and Support year 1
8. WAN Maintenance and Support year 2
9. WAN Maintenance and Support year 3
10. SUBTOTAL (VAT Excl.)
11. VAT (14%)
12. SUBTOTAL (VAT Incl.)
13. BID TOTAL (VAT Incl.)
(5) Training Costing Summary
NB: Refer to detailed Bill of Material breakdown on Enclosure 1 GBN Phase I and Phase II Bill
of Material WAN “Training_ Costing Tab”
Detailed BOM must be populated and supplied
No Product/Service description Quantity Unit Price
(VAT excl.)
Total Price
(VAT excl.)
1. Routing and Switching
(Intermediate level)
120
2. Wireless training (Entry Level) 100
3. SUBTOTAL (VAT Excl.)
4. VAT (14%)
56 of 70CONFIDENTIAL
5. SUBTOTAL (VAT Incl.)
6. BID TOTAL (VAT Incl.)
(6) Total Bid Costing Breakdown
N
o
Product/Service description Total Price (Excl VAT)
1. Wide Area Network (WAN)
2. Local Area Network (LAN)
3. Core Upgrade
4. Services Costing
5. Training
6. SUBTOTAL (VAT Excl.)
7. VAT (14%)
8. SUBTOTAL (VAT Incl.)
9. BID TOTAL (VAT Incl.)
57 of 70CONFIDENTIAL
SBD 3.3
PRICING SCHEDULE(Professional Services)
NAME OF BIDDER: ……………………………………………………………… BID NO:
CLOSING TIME: 11:00 CLOSING DATE:
OFFER TO BE VALID FOR ………… DAYS FROM THE CLOSING DATE OF BID._______________________________________________________________________________________ITEM DESCRIPTION BID PRICE IN RSA CURRENCYNO **(ALL APPLICABLE TAXES INCLUDED)_______________________________________________________________________________________
1. The accompanying information must be used for the formulationof proposals.
2. Bidders are required to indicate a ceiling price based on the totalestimated time for completion of all phases and including allexpenses inclusive of all applicable taxes for the project. R………..…………………………………………………...
3. PERSONS WHO WILL BE INVOLVED IN THE PROJECT AND RATES APPLICABLE (CERTIFIED INVOICES MUST BE RENDERED IN TERMS HEREOF)
4. PERSON AND POSITION HOURLY RATE DAILY RATE
----------------------------------------------------------------- R--------------------- -----------------
----------------------------------------------------------------- R--------------------- -----------------
----------------------------------------------------------------- R--------------------- -----------------
5. PHASES ACCORDING TO WHICH THE PROJECT WILL BECOMPLETED, COST PER PHASE AND MAN-DAYS TO BE SPENT
----------------------------------------------------------------- R----------------------- ----------------- days
----------------------------------------------------------------- R----------------------- ----------------- days
----------------------------------------------------------------- R----------------------- ----------------- days
----------------------------------------------------------------- R----------------------- ----------------- days
58 of 70CONFIDENTIAL
5.1 Travel expenses (specify, for example rate/km and total km, classof air-travel, etc). Only actual costs are recoverable. Proof of theexpenses incurred must accompany certified invoices.
DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT
…………………………………………………………………… ……………… …………….. R………………….
…………………………………………………………………… ……………… …………….. R………………….
…………………………………………………………………… ……………… …………….. R………………….
…………………………………………………………………… ……………… …………….. R………………….
TOTAL: R………………………..
** ”all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies.
5.2 Other expenses, for example accommodation (specify, eg. Threestar hotel, bed and breakfast, telephone cost, reproduction cost,etc.). On basis of these particulars, certified invoices will be checkedfor correctness. Proof of the expenses must accompany invoices.
DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT
…………………………………………………………………… ……………… …………….. R…………………..
…………………………………………………………………… ……………… …………….. R…………………..
…………………………………………………………………… ……………… …………….. R…………………..
…………………………………………………………………… ……………… …………….. R…………………..
TOTAL: R………………………….6. Period required for commencement with project after
acceptance of bid ………………………………………………………………
7. Estimated man-days for completion of project ……………………………………………………………….
8. Are the rates quoted firm for the full period of contract? *YES/NO
9. If not firm for the full period, provide details of the basis on whichadjustments will be applied for, for example consumer price index.
……………………………………………………………….
……………………………………………………………….
……………………………………………………………….
……………………………………………………………….
*[DELETE IF NOT APPLICABLE]
59 of 70CONFIDENTIAL
ANNEX A.5: TECHNICAL SCHEDULES
11. Technical Schedules
11.1.LOCATION SCHEDULE
11.1.1. List of Phase II Sites
Refer to attached site list named Enclosure 3 GBN Phase II Sites
11.1.2. List of Phase I sites
Refer to attached site list named Enclosure 4 GBN Phase I sites and Equipment List
11.2.EQUIPMENT AND QUANTITY SCHEDULE
11.2.1. Phase I Inventory list
Refer to attached GBN Phase I sites and Equipment List Enclosure 4
11.2.2. WAN Equipment Standard
11.2.2.1. WAN Component
a) The router must have a minimum of 4 X 1Gbps ports
b) The router must be capable of supporting 1Gbps WAN bandwidth
c) The router must support a minimum WAN throughput of 800 Mbps.
d) The router must be capable of supporting multiple VRFs
e) The router must be voice capable (including SIP)
f) The router must support 802.1q, AAA, SNMP, TACACS, OSPF, MPLS, BGP and static routing.
11.2.2.2. Fibre Component
1) Backhaul
(a) The back haul fibre must be a dark fibre and must not be owned by the department.
The service provider is responsible for lighting the dark fibre.
(b) Latency of the WAN solution must not exceed 5.5 milliseconds (CE to PE);
2) Last mile
60 of 70CONFIDENTIAL
(a) The last mile fibre must be a dark fibre and it must be owned by the Department. The
service provider is responsible for lighting the dark fibre.
(b) The fibre solution must have the following Characteristics:
i) Each transmission link must be a Layer 2 point-to-point connection that must
connect between the manhole connection point and GBN fibre switch port.
ii) Single Mode Fibre terminated in a 42U with perforated lockable front and back
indoor cabinet within the perimeter of the site
iii) Connections at the service demarcation point will utilize either “SC” or “LC”
connectors;
iv) Single-mode fibre using 1,260 to 1,360 nm wavelength;
v) Latency of the WAN solution must not exceed 5.5 milliseconds (CE to PE);
(c) Link service from each access site must terminate at the identified core / aggregation
nodes
(d) Each transmission link must terminate on a physical 1Gbps Ethernet connection on the
network devices at both sides of the link;
11.2.2.3. Microwave Component
The Microwave solution must meet the following requirements:
(a) The proposed microwave solution should be operating in a licensed band e.g. (7; 15 and 23
GHz, depending on the link distance) to make sure that GBN will be complying with ICASA
regulations; all licensing must be the responsibility of the service provider for the contract
period.
(b) The proposed solution must maintain average latency levels, to not exceed 5.5ms (CE to PE).
The system must have “self-healing” capabilities in the event of device failure, “hangs”, or
connectivity problems;
11.2.3. Inside Plant Build (ISP) Deliverables per site
(a) Supply, Installation, Configuration, Implementation ,Testing and Maintenance of:
i) Perforated, lockable front and back indoor 42U Cabinet (Alternatively suitable cabinet
may be used where there is no enough space to cater for 42U cabinet). This will be the
WAN Cabinet.
61 of 70CONFIDENTIAL
ii) Power reticulation for the WAN cabinet. This must connect on a dedicated circuit
breaker and must have a UPS with battery backup. (8 Hours standby). The solution
must have a rack mount isolator switch with 10-way power distribution outlets.
iii) Equipment racks.
iv) Fibre Switch.
v) Fibre patch, panel and splice tray.
vi) Connections at the fibre splice tray must utilize either “SC” or “LC” connector types.
vii) Router.
viii) WAN Cabling (fibre and UTP). The single-mode fibre must support 1,260 to 1,360 nm
wavelength
ix) Each transmission link must terminate on a physical 1Gbps Ethernet connection on the
network devices at both sides of the link (between Provider Edge and Customer Edge
routers and from the Customer Edge router to the LAN switch). Microwave must be
considered as a solution where fibre infrastructure is unavailable.
x) Labelling of network equipment and cabling using client’s naming convention and
requirements
xi) Testing of Structured Cabling System
xii) Quality Assurance Testing (including test plans and results).
xiii) Latency of the WAN solution must not exceed 5.5 milliseconds end to end (CE to PE)
11.2.4. Outside Plant Build (OSP) Deliverables
a) Supply, Installation, Configuration, implementation ,Testing and Maintenance
i) The bidder must be responsible for all applications and obtaining approvals for
wayleaves, right of ways and other relevant approvals.
ii) Provide fully redundant dedicated connectivity (Backhaul) to the Phase I (1066) from
the 1st April 2019, that ensures service availability and with no service interruption
and Phase II (2000) sites from the award date of the contract.
iii) Provide last mile connectivity with dedicated manholes for the Phase II (2000)site.
62 of 70CONFIDENTIAL
11.2.5. LAN Equipment Standard
The requirement is to provide local area network (LAN) made up of both wired and wireless
infrastructure to ensure end-to-end connectivity provision.
11.2.5.1. Access switches
(a) 48 ports layer 3 manageable switches supporting 10/100/1000 Mbps UTP and a minimum of
2 fibre uplink ports that can support both 1 Gbps / 10Gbps
(b) Switch functionality must support but not be limited to TELNET, AAA, VLAN, SSH2, CONSOLE,
SNMP V2, SNMP V3, Access list, Quality of Service (QoS) and OSPF routing protocol.
(c) 1 Gbps SFP uplinks must be used.
(d) All access ports must support PoE.
(e) All switches must be stackable and must ensure that the stack be managed by a single switch
configuration. All stack modules and cables must be supplied.
(f) Supplier must configure switches during initial deployment phase with departmental
approved site requirements. (Completion certificate and copy of configurations to be
issued).
(g) Must come with a warranty, maintenance and support (hardware and software) agreement
backed by the Original Equipment Manufacturer (OEM) for a period of five (5) years.
(h) Switch Operating System must be standardized per site.
11.2.5.2. Distribution switches
(a) Must be a 12 / 24 port fibre switch.
(b) The ports must be able to operate at both 1Gbps and 10 Gbps.
(c) 1 Gbps SFP must be used.
(d) Transceiver to be SFP or UTP based on site design.
(e) Must be installed in the cabinet in the main server room
(f) Must come with a warranty, maintenance and support (hardware and software) agreement
backed by the Original Equipment Manufacturer (OEM) for a period of five (5) years.
11.2.5.3. Wireless LAN
The wireless system must comply with the IEEE 802.11 ac, 802.11n, 802.11g, 802.11b and 802.11a
standards for wireless Ethernet networks and the WAPs must obtain their power using the 802.3af 63 of 70
CONFIDENTIAL
Power over (PoE) Ethernet standard.
Wireless LAN Security Requirements:
(a) 802.11i/WPA2, WPA, TKIP, WEP.
(b) 802.1X Authentication: EAP-TLS, EAP-SIM, EAP-TTLS, PEAP, EAP-MD5, EAP-FAST.
(c) WEP, TKIP, DES, AES-CCMP, 3DES.
(d) RSA Token based authentication support.
(e) Wireless connections must be secure connections:
i) Authentication: The system must support Web Based, AAA, support for 802.1x,
Certificate Authentication, including AAA and Web Based authentication.
ii) Must be able to support multiple SSID(minimum 3) example corporate, guest,
consultant.
11.2.6. LAN Cabling Standard
11.2.6.1. Cabling Specifications (UTP)
(a) All UTP must be CAT 6.
(b) Length of cable must not exceed 100m inclusive of fly and patch leads per point.
(c) A complete installation of the point will comprise of faceplates, single port suitable mount
box, RJ45 jacks, cable raceway components / routing / trunking, CAT- 6 10-Gpbs UTP cable,
factory moulded fly and patch leads, machine printed labelling, test results, floor plans and
OEM certification.
(d) Typical wireless access point drop locations must be comprised of a Plenum Rated Cat-6 10-
Gbps UTP cable terminated within a single port surface mount box on a Cat-6 10-Gbps RJ45
jack/module. Provisioning for 10metres of additional cable at each wireless access point
drop location for future relocation.
(e) Within each wiring room / patch room, the Cat-6 10-Gbps, 4- pair UTP cables must be
terminated on new 48- port Cat-6 10-Gbps patch panels mounted in 42U equipment rack/
cabinet. If there is no space for a 42U rack an appropriate rack / cabinet can be used.
(f) Each rack must be populated with splice, brush and patch panels where applicable.
All cabling components must have OEM certification and the installer must be certified by the
OEM.
64 of 70CONFIDENTIAL
Standards: The data cabling must conform to the current edition of the following standards:
(a) ISO/IEC 11801 2008 Edition 2.1: Generic cabling for customers’ premises.
(b) All components must comply with ISO/IEC 11801. Any prevailing contradiction between this
standard and the system supplier standards shall be referred to the client in writing.
i) IEC = International Electro technical Commission (Standard).
ii) TIA = Telecommunications Industry Association (Standard).
iii) ISO = International Organization for Standardization (Standard).
11.2.6.2. Backbone cabling (Fibre)
(a) Fibre backbone OM3 must be installed.
(b) 4 core single / multimode fibre must be installed.
(c) Fibre must be installed using proper cable routes connecting from the distribution cabinet in
the blocks to the main core cabinets in the main server room.
(d) Fibre splice trays must be installed in cabinets were applicable.
(e) The routing to be used must be in the form of Bosal Pipes, Pole, hangers, wire baskets and
tensioners.
(f) Transmission bandwidth must be 1 Gbps to 10 Gbps.
(g) All fibre cables to be labelled using approved labelling convention as approved by the client.
(h) All Fibre cables must carry an OEM certificate.
65 of 70CONFIDENTIAL
11.3.SOLUTION ARCHITECTURE
11.4.SERVICES AND PERFORMANCE SCHEDULE
11.4.1. SLA Categories and Sites for Phase I refer to Enclosure 5 SLA Categories and Sites for
Phase I
11.5.PROJECT AND DELIVERY SCHEDULE
66 of 70CONFIDENTIAL
ANNEX A.6: Terms and definitions
1. ABBREVIATIONS
AAA Authentication Authorization AccountingAES-CCMP Internet Protocol SecurityAP Access PointAPN Access Point NetworkDES Counter mode CBC MAC ProtocolDoS Denial of ServiceEAP-FAST Extensible Authentication Protocol – Flexible Authentication via Secure TunnellingEAP-MD5 Extensible Authentication Protocol – Message Digest 5EAP-SIM Extensible Authentication Protocol – Subscriber Identity ModuleEAP-TLS Extensible Authentication Protocol – Transport Layer SecurityEAP-TTLS Extensible Authentication Protocol – Tunnelled Transport Layer Securitye-Gov Department of e-GovernmentGBN Gauteng Broadband NetworkGbps Gigabit per secondGE Giga Ethernet PortGPG Gauteng Provincial GovernmentGRE Denial of ServiceICASA Independent Communication Authority of South AfricaICT Information and Communication TechnologyIEEE Institute of Electrical and Electronics EngineersIMACD Installation, Move, Add, Change and DisposalIPSec Generic Routing EncapsulationIPT Internet Protocol TelephonyISM Industrial Scientific and Medical Radio BandISP Internet service providerIT Information TechnologyITIL Information Technology Infrastructure LibraryITSM9 Remedy 9 – IT Service Management SuiteLAN Local Area NetworkLC Local ConnectorLC Lucent ConnectorMbps Megabits per secondMIOS Minimum Interoperability StandardsMPLS Multiple Protocol Label Switching
ms Milliseconds67 of 70
CONFIDENTIAL
MTTRNMS Network Management SystemNOC Network Operations CentreOEM Original Equipment ManufacturerOSS Operations Support SystemsPBX Private Branch ExchangePEAP Protected Extensible Authentication ProtocolPOC Proof of ConceptPoE Power over EthernetPPPFA Preferential Procurement Policy Framework ActRFO Ready For OccupationSC Subscriber ConnectorSIP Session Initiation ProtocolSLA Service Level AgreementSMME Small, Medium and Micro-sized EnterpriseTACACS Terminal Access Controller Access Controller SystemTKIP Temporal Key Integrity ProtocolUPS Uninterrupted Power SupplyVLAN Virtual Local Area NetworkVOIP Voice Over Internet ProtocolVRF Virtual Routing and ForwardingVSAT Very Small Aperture TerminalWAN Wide Area NetworkWEP Wired Equivalent PrivacyWIFI Wireless FidelityWPA Wi-Fi Protected Access Computing
2. GLOSSARY
Dark Fibre unlit or 'dark' network infrastructureRFO Request For OccupationISP Inside Plant Build is the inside plant inventory of telecom network elements
inside the buildings, their precise location and parameters.OSP Refers to all of the physical cabling and supporting infrastructure (such as
conduit, cabinets, tower or poles), and any associated hardware (such as repeaters) located between a demarcation point in a switching facility to another switching facility or to a customer premises.
Design Document Bill Of Material (BOM), Cable routes, Site Survey DocumentLAN Design Document Bill Of Material (BOM)
68 of 70CONFIDENTIAL
OSS Operations support systems (OSS) are computer systems used by telecommunications service providers to manage their networks (e.g., telephone networks). They support management functions such as network inventory, service provisioning, network configuration and fault management.
BSSPE router Provider Edge routere–Services generic term, usually referring to 'The provision of services via the Internet (the
prefix 'e' standing for 'electronic', as it does in many other usagesITIL Information Technology Infrastructure Library, is a set of detailed practices for IT
service management (ITSM) that focuses on aligning IT services with the needs of business.
Bidders any company, close corporation, firm or any other form of enterprise or person, legal or natural, which has been invited by SITA to submit a bid in response to this bid invitation.
Consortium several entities joining forces as an umbrella entity to gain a strategic collaborative advantage by combining their expertise, capital, efforts, skills and knowledge for the purpose of executing this tender.
Contractor Agent any person mandated by a Prime Contractor or consortium/joint venture to do business for and on behalf of, or to represent in a business transaction, the Prime Contractor and thereby acquire rights for the Prime Contractor or consortium/joint venture against SITA or an organ of state and incur obligations binding the Prime Contractor or consortium/joint venture in favour of SITA or an organ of state.
Co-operative autonomous associations of persons united voluntarily to meet their common economic and social needs and aspirations through jointly owned and democratically controlled enterprise organised and operated on co-operative principles.
Exempted Micro Enterprise (EME)” (Project) two or more businesses joining together under a contractual agreement to conduct a specific business enterprise with both parties sharing profit and losses. The venture is for one specific project only, rather than for a continuing business relationship as in a strategic alliance. It is about sharing risk with others and providing one or more missing and needed assets and competencies.
Sub-contract the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract.
Subcontractor any person (natural or juristic) who is subcontracted a portion of an existing contract by a Prime Contractor.
69 of 70CONFIDENTIAL
ANNEX A.7: BIDDER SUBSTANTIATING EVIDENCE
This section is reserved for the bidder to provide information related to the substantiating
evidence or comments in the format as required by the bid specification (e.g. text, graphical
representation, diagrams, statistical reports, lists, reference letters, copies of product of solution
documentation, certificates, licences, memberships, etc.).
Note: The evidence provided in this section will be used by the bid evaluation committee to
evaluate the bid. Therefore, each piece of substantiating evidence must be cross referenced to
requirements specification section.
70 of 70CONFIDENTIAL