SITA Document R3.0f (Feb 2001) - etenders.treasury.gov.za 1949... · Web view7.1Any word implying...
-
Upload
truonghanh -
Category
Documents
-
view
213 -
download
0
Transcript of SITA Document R3.0f (Feb 2001) - etenders.treasury.gov.za 1949... · Web view7.1Any word implying...
State Information Technology Agency (SOC) LTDRegistration number 1999/001899/30
Request for information
You are hereby invited to submit a proposal for the requirements of the State Information Technology Agency
RFI number: RFI 1949-2019
Closing date: 21 June 2019
Closing time: 11H00 AM
Description: Request For Information To Provide Layer-2 Transmission Connectivity Solution With Indicative Costing For All 24 SITA Switching Centres In A Scalable And Cost Effective Manner For A Period Of Five (5) To Ten (10) Years.
Responses may be posted to: Or Deposited in the bid box situated at: Tender Office, Pongola in Apollo, 459 Tsitsa Street, Erasmuskloof, Pretoria (Head Office)
SITA (SOC) Ltd SITA Head OfficeP O Box 26100 459 Tsitsa StreetMonument Park Erasmuskloof, Pretoria0105 0181
Respondents should ensure that responses are delivered in time to the correct address. If the response is late, it will not be accepted for consideration. The bid box is generally accessible 24 hours a day, 7 days a week.
RESTRICTED
The following particulars must be furnished:
Service provider/supplier:
Contact person
Telephone number
Fax number
E-mail address:
Postal address
physical address
On behalf of the service provider/supplier:
_____________________ Signature Date
Position Name of bidder
RESTRICTED 2 of 16
RESTRICTED
CONTENTS
General terms and conditions.................................................................................................41. Introduction...................................................................................................................42. Definitions.....................................................................................................................43. Acronyms, abbreviations and technical definitions..........................................................54. Confidentiality...............................................................................................................55. Precedence of documents...............................................................................................66. Language.......................................................................................................................77. Gender..........................................................................................................................78. Headings.......................................................................................................................79. The manner for submission of the RFI.............................................................................710. Instructions for submission of the RFI.............................................................................811. Briefing sessions............................................................................................................912. Background information.................................................................................................9
12.1 Introduction.......................................................................................................................................912.2 Purpose.............................................................................................................................................912.3 Scope...............................................................................................................................................1012.4 Duration..........................................................................................................................................1112.5 Services and Performance Metrix....................................................................................................11
The fibre solution is expected to be delivered as per service metrics specified in the below table:...................................................................................................................................11
12.6 Required information:......................................................................................................................1213. Evaluation criteria........................................................................................................12
RESTRICTED 3 of 16
RESTRICTED
General terms and conditions
1. Introduction1.1 “SITA” is a company with limited liability duly incorporated in accordance with the
Companies Act of the Republic of South Africa, company registration number 1999/001899/07, and in terms of the State Information Technology Agency Act No. 88 of 1998 [Hereinafter referred to as “SITA Act”] as amended by Act 38 of 2002.
1.2 SITA is mandated in accordance with section 7(g) of the Act to render ICT services to government departments, and to act as the procurement agency of the Government.
1.3 SITA herewith invites respondents to provide information on Competency Assessment Tools for Information Technology (IT) Technical Jobs for SITA.
2. Definitions2.1 “RFI” - a request for information, which is a written official enquiry document
encompassing all the terms and conditions of the information in a prescribed or stipulated form.
2.2 “RFI response” - a written response in a prescribed form in response to an RFI.2.3 “Acceptable RFI” - any RFI, which, in all respects, complies with the specifications and
conditions of the RFI as set out in this document.2.4 “Vendors” - any enterprise, consortium or person, partnership, 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 RFI.
2.5 “Client” - Government departments, provincial and local administrations that participate in SITA procurement processes.
2.6 “Consortium” - several entities joining forces under an umbrella to gain a strategic collaborative advantage by combining their expertise, capital, efforts, skills and knowledge for the purpose of executing a tender.
2.7 “Goods” –any work, equipment, machinery, tools, materials or anything of whatever nature to be rendered to SITA or Government in terms of a bid.
2.8 “Hosting Partners” - companies who entered into an agreement with SITA in the areas of application management; application hosting, application service provision, and marketplace hosting are incorporated in this category.
2.9 “Internal Collaboration” - collaborative arrangements within a group of companies or within various strategic business units/subsidiaries/operating divisions in order to gain a strategic position whilst sharing resources, profits and losses as well as risks.
2.10 “Management” - in relation to an enterprise or business, means an activity inclusive of control, and performed on a daily basis, by any person who is a principal executive officer of the company, by whatever name that person may be designated, and whether or not that person is a director.
2.11 “Organ of State” - a constitutional institution defined in the Public Finance Management Act, Act 1 of 1999.
RESTRICTED 4 of 16
RESTRICTED
2.12 “Person (s)” - a natural and/or juristic person (s).2.13 “Respondent” – any person (natural or juristic) who forwards an acceptable RFI in
response to this RFI with the intention of being the main contractor should the RFI be awarded to him.
3. Acronyms, abbreviations and technical definitions3.1 The following acronyms and abbreviations are used in this information and must be
similarly used in the information submitted in response and shall have the meaning ascribed thereto below.
Term AcronymsGITOC Government IT Officers CouncilICT Information and Communication TechnologyIMS Information Management SystemIS Information SystemsISO International Standards OrganizationIT Information TechnologyLAN Local Area NetworkOEM Original Equipment Manufacturer (see Brand owner, Legal entity)PPPFA Preferential Procurement Policy Framework ActRFI Request for InformationRSA Republic of South AfricaSITA State Information Technology Agency
4. Confidentiality4.1. The information contained in this document is of a confidential nature, and must
only be used for purposes of responding to this RFI. This confidentiality clause extends to all respondent(s) or associates whom you may decide to involve in preparing a response to this RFI.
4.2. For purposes of this process, the term “confidential information” shall include all technical and business information, including, without limiting the generality of the foregoing, all secret knowledge and information (including any and all financial, commercial, market, technical, functional and scientific information, and information relating to a party’s strategic objectives and planning and its past, present and future research and development), technical, functional and scientific requirements and specifications, data concerning business relationships, demonstrations, processes, machinery, know-how, architectural information, information contained in a party’s software and associated material and documentation, plans, designs and drawings and all material of whatever description, whether subject to or protected by copyright, patent or trademark, registered or un-registered, or otherwise disclosed or communicated before or after the date of this process.
RESTRICTED 5 of 16
RESTRICTED
4.3. The receiving party shall not, during the period of validity of this process, or at any time thereafter, use or disclose, directly or indirectly, the confidential information of SITA (even if received before the date of this process) to any person whether in the employment of the receiving party or not, who does not take part in the performance of this process.
4.4. The receiving party shall take all such steps as may be reasonably necessary to prevent SITA’s confidential information coming into the possession of unauthorised third parties. In protecting the receiving party’s confidential information, SITA shall use the same degree of care, but no less than a reasonable degree of care, to prevent the unauthorised use or disclosure of the confidential information as the receiving party uses to protect its own confidential information.
4.5. Any documentation, software or records relating to confidential information of SITA, which comes into the possession of the receiving party during the period of validity of this process or at any time thereafter or which has so come into its possession before the period of validity of this process:
4.5.1 Shall be deemed to form part of the confidential information of SITA,4.5.2 Shall be deemed to be the property of SITA;4.5.3 Shall not be copied, reproduced, published or circulated by the receiving
party unless and to the extent that such copying is necessary for the performance of this process and all other processes as contemplated in; and
4.5.4 Shall be surrendered to SITA on demand, and in any event on the termination of the investigations and negotiations, and the receiving party shall not retain any extracts.
5. Precedence of documents5.1 This RFI consists of a number of sections. Where there is a contradiction in terms
between the clauses, phrases, words, stipulations or terms and herein referred to generally as stipulations in this RFI and the stipulations in any other document attached hereto, or the RFI submitted hereto, the relevant stipulations in this RFI shall take precedence.
5.2 Where this RFI is silent on any matter, the relevant stipulations addressing such matter and which appears in the SITA Procurement Policy and Procedures shall take precedence. RFI shall refrain from incorporating any additional stipulations in its RFI submitted in terms hereof other than in the form of a clearly marked recommendation that SITA may in its sole discretion elect to import or to ignore. Any such inclusion shall not be used for any purpose of interpretation unless it has been so imported or acknowledged by SITA.
5.3 It is acknowledged that all stipulations in the SITA Procurement Policy and Procedures are not equally applicable to all matters addressed in this RFI. It however remains the exclusive domain and election of SITA as to which of these stipulations are applicable and to what extent. The vendors are hereby acknowledging that the decision of SITA in
RESTRICTED 6 of 16
RESTRICTED
this regard is final and binding. The onus to enquire and obtain clarity in this regard rests with the vendors. The vendors shall take care to restrict its enquiries in this regard to the most reasonable interpretations required to ensure the necessary consensus.
6. Language6.1 Responses shall be submitted in English.
7. Gender7.1 Any word implying any gender shall be interpreted to imply all other genders.
8. Headings8.1 Headings are incorporated into this RFI and submitted in response thereto, for ease of
reference only and shall not form part thereof for any purpose of interpretation or for any other purpose.
9. The manner for submission of the RFI9.1 Vendors shall submit RFI response in accordance with the prescribed manner of
submissions as specified below.9.2 Vendors shall submit one (1) original copy, 1 (one) hard copy and 1 (one)
electronic copy (on a single CD/DVD) in DOC or PDF format.9.3 The original copy must be signed IN INK by an authorised employee, agent or
representative of the respondent and initialised on each and every page of the information.
9.4 Respondents are requested to complete their responses in electronic format, in the spaces provided for answers within this document.
9.5 The CD / DVD must be marked with the responding organisation’s name and RFI number. The CD / DVD must be enclosed in a cover that is also marked with the responding organisation’s name and RFI number.
9.6 All additions to the information documents i.e. appendices, supporting documentation, photographs, technical specifications and other support documentation covering suggested solutions etc. shall be neatly bound as part of the schedule concerned. No product information or company profiles will be considered.
10. Instructions for submission of the RFI10.1 RFI responses must be submitted in a prescribed format herewith reflected as
Response Format, and be sealed in an envelope addressed as follows:
RFI number: RFI 1949-2019
RFI description: Request to invite Suppliers (hereinafter referred to as “bidders”) to submit Layer-2 transmission connectivity solution and
RESTRICTED 7 of 16
RESTRICTED
indicative costing for all 24 SITA switching centres in a scalable and cost effective manner for a period of five (5) to ten (10) years.
Addressed to: Supply Chain ManagementSITA Head Office459 Tsitsa StreetErasmuskloofPretoria0105
10.2 Vendors shall submit information responses in accordance with the prescribed manner of submissions as specified above.
10.3 RFI Responses must be deposited into SITA’s Tender box on or before 21 June 2019 not later than 11h00 South African Time. The Tender Box is situated at Tender Office, Pongola in Apollo, 459 Tsitsa Street, of SITA Head Office in Erasmuskloof, Pretoria.
10.4 The physical size of the RFI Response must be limited to 750mm x 300mm x 90mm as the Tender Box aperture cannot accommodate larger sizes.
10.5 All responses in this regard shall only be accepted if they have been placed in the tender box before or on the closing date and stipulated time.
10.6 RFI responses sent by post or courier must reach this office at least 36 hours before the closing date to be deposited into the information box. Failure to comply with this requirement will result in your information being treated as “late response” and will not be entertained. Such responses will be returned to the respective vendors.
10.7 No information shall be accepted by SITA if submitted in any manner other than as prescribed above.
10.8 SITA will not disqualify any vendor for purposes of this Request for Information.10.9 There will be NO PUBLIC OPENING of the RFI responses received and; however, the list
of bids received may be published on the SITA website.10.10 Unless specifically provided for in the information document, responses submitted by
means of telegram, telex, facsimile or similar means will not be considered.10.11 No response from any vendor with offices within the RSA will be accepted if sent via
the Internet or e-mail. However responses from international vendors with no office or representation in the RSA will be accepted if received via the Internet or E-mail before the closing date and time.
10.12 SITA will not be liable for any costs incurred by the respondents in the preparation of response to this RFI. The preparation of responses will be made without obligation to accept any of the suggestions included in any response, or to discuss the reasons why such suggestions were accepted or rejected.
10.13 Responses are non-binding on both SITA and the respondent.10.14 Respondents may respond only to selected parts of the document, should they choose
to do so.
RESTRICTED 8 of 16
RESTRICTED
10.15 All questions in respect of this RFI must be forwarded to [email protected] or [email protected]
11. Briefing sessions11.1 No briefing session will be held for this RFI.
12. Background information
12.1 Introduction
SITA is modernising its NGN MPLS network and currently executing several critical in-flight programmes, detailed below, that are directly dependent on the network being highly available and able to scale:
• Government Cloud – SITA network needs to carry big data.• SA-Connect – Schools, Libraries, Health institution, etc… broadband services with big
data.• E-Government; and• Office365 carries big data.
These programmes are directly dependent on SITA NGN’s ability to provide the bandwidth capacity required for proposed services, thus the layer-2 transmission bidders should be able to provide transmission technologies that would be able to carry the services mentioned above in a cost effective, resilient and scalable manner.
12.2 Purpose
The purpose of this document is to request information on the Layer-2 connectivity solution and indicative costs from the various service providers for:
a) A proposed detailed Layer-2 transmission solution that will interconnect the attached SITA Switching Center POPs country wide on a basis that the transmission network should provide resiliency, scalability, and high availability.
b) Full description of the proposed Layer 2 transmission technology platform or product description, indicating bandwidth scalability.
c) Pricing for the Once-off installation and related request for occupation (RFO) per redundant service/link on a “Lease” basis.
d) Pricing for the Monthly recurring costs per redundant service/link over a period of 5 to 10 years, including maintenance of the infrastructure on a “Lease” basis.
12.3 Scope
(a) Indicative costing for the Provision, Implementation, Support and Maintenance of Layer-2 transmission links and Bandwidth to enable interconnectivity between SITA Switching Center POPs.
RESTRICTED 9 of 16
RESTRICTED
(b) The following table provides a list of all SITA switching centres with the current bandwidth speed for each link connection.
(c) Bidder to provide pricing based on the current bandwidth as shown in the following table.
Switching Centre A Layer-2 Transmission links Switching Centre B
Centurion Switching CentreLevel -1, Switching Centre, SITA Centurion Building, John Vorster Drive
2 X 280 Mbps links
Cape Town Switching CentreTelkom Infra Room, SITA House, 1 Fir Street
Centurion Switching CentreLevel -1, Switching Centre, SITA Centurion Building, John Vorster Drive
2 X 250 Mbps links
Piertermaritzburg Swicthing CentreLevel –1, Natalia Building, 330 Langalibalele Street
Centurion Switching CentreLevel -1, Switching Centre, SITA Centurion Building, John Vorster Drive
2 X 280 Mbps links
BETA Switching CentreSITA Beta Building, 222 Proes Street, Pretoria
Centurion Switching CentreLevel -1, Switching Centre, SITA Centurion Building, John Vorster Drive
2 X 70 Mbps links
Bloemfontein Switching CentreRoom 113, 1st Floor, C.R Swart Building, 55 Elizabeth Street
Centurion Switching CentreLevel -1, Switching Centre, SITA Centurion Building, John Vorster Drive
140 Mbps link
Welkom Switching CentreSuite 102 Stateway Chambers Building329 Stateway Street Welkom
Centurion Switching CentreLevel -1, Switching Centre, SITA Centurion Building, John Vorster Drive
2 X 118 Mbps links
Nelspruit Switching CentreGround floor, 16 Bateleur building, 14 Nel Street
Centurion Switching CentreLevel -1, Switching Centre, SITA Centurion Building, John Vorster Drive
52 Mbps link
Middelburg Switching CentreGarden & Home Centre, 133 Van Riebeeck Street
Centurion Switching CentreLevel -1, Switching Centre, SITA Centurion Building, John Vorster Drive
2 X 86 Mbps linksBedfordview Switching CentreRiverwoods Office
RESTRICTED 10 of 16
RESTRICTED
Park, 24 Johnson Road, Bedfordview
Centurion Switching CentreLevel -1, Switching Centre, SITA Centurion Building, John Vorster Drive
350 Mbps link
Numerus Switching CentreNumerus, 35 Hamilton Street, Arcadia
BETA Switching CentreSITA Beta Building, 222 Proes Street, Pretoria
10 Mbps link
Numerus Switching CentreNumerus, 35 Hamilton Street, Arcadia
BETA Switching CentreSITA Beta Building, 222 Proes Street, Pretoria
14 Mbps link
Modimolle Switching CentreNTK building, 84 Rivier Street, Limpopo
BETA Switching CentreSITA Beta Building, 222 Proes Street, Pretoria
2 X 190 Mbps links
Polokwane Switching CentreMoolman Building 600, 27 Market Street
BETA Switching CentreSITA Beta Building, 222 Proes Street, Pretoria
38 Mbps link
Potchefstroom Switching Centre5th Floor Westpol Plain Building, 121 Van Riebeeck Street (Container)
BETA Switching CentreSITA Beta Building, 222 Proes Street, Pretoria
46 Mbps link
Mmabatho Switching Centre1st Floor, Garona Building, 2 LM Mangope Drive
Cape Town Switching CentreTelkom Infra Room, SITA House, 1 Fir Street
100 Mbps link
Umthatha Switching centreGround Floor, PRD2 Building, Sutherland Street
Cape Town Switching CentreTelkom Infra Room, SITA House, 1 Fir Street
2 X 180 Mbps links
Bisho Switching CentreGround Floor, Legislative Assembly, Independence Boulevard 4780
Cape Town Switching CentreTelkom Infra Room, SITA House, 1 Fir Street
100 Mbps link East London Switching CentreBlock G, Ocean Terrace Office Park, Moore
RESTRICTED 11 of 16
RESTRICTED
Street, Quigley
Cape Town Switching CentreTelkom Infra Room, SITA House, 1 Fir Street
180 Mbps
Port Elizabeth Switching CentreGround Floor, SITA Port Elizabeth, Ivor Ben Close, Fair View
Cape Town Switching CentreTelkom Infra Room, SITA House, 1 Fir Street
2 X 50 Mbps links
George Switching CentreWindsor Park, 1 Herrie Street
Cape Town Switching CentreTelkom Infra Room, SITA House, 1 Fir Street
2 X 30 Mbps links
Worcester Switching CentreSAPS Building 53 Adderley Street (Container)
Cape Town Switching CentreTelkom Infra Room, SITA House, 1 Fir Street
20 Mbps link
Upington Switching CentreSAPS Building, 114 Schroeder Street (Container)
Cape Town Switching CentreTelkom Infra Room, SITA House, 1 Fir Street
2 X 100 Mbps links
Kimberley Switching Centre31 Transvaal Road (Container)
Cape Town Switching CentreTelkom Infra Room, SITA House, 1 Fir Street
110 Mbps link
Bloemfontein Switching CentreRoom 113, 1st Floor, C.R Swart Building, 55 Elizabeth Street
Pietermaritzburg Swicthing CentreLevel –1, Natalia Building, 330 Langalibalele Street
2 X 180 Mbps
Durban Switching CentreSiltek House, Umgeni Office Park, 17 Kosi Place, Springfield
Pietermaritzburg Swicthing CentreLevel –1, Natalia Building, 330 Langalibalele Street
2 X 130 Mbps
Ulundi Switching CentreMain Admin, Basement, Computer Room, King Dinozulu Highway
Bloemfontein Switching CentreRoom 113, 1st Floor, C.R Swart Building, 55 Elizabeth Street
26 Mbps link Welkom Switching CentreSuite 102 Stateway Chambers Building329 Stateway
RESTRICTED 12 of 16
RESTRICTED
Street Welkom
Nelspruit Switching CentreGround floor, 16 Bateleur building, 14 Nel Street
60 Mbps link
Middelburg Switching CentreGarden & Home Centre, 133 Van Riebeeck Street
Modimolle Switching CentreNTK building, 84 Rivier Street, Limpopo
30 Mbps link
Polokwane Switching CentreMoolman Building 600, 27 Market Street
Potchefstroom Switching Centre5th Floor Westpol Plain Building, 121 Van Riebeeck Street (Container)
40 Mbps link
Mmabatho Switching Centre1st Floor, Garona Building, 2 LM Mangope Drive
Mthatha Switching CentreGround Floor, PRD2 Building, Sutherland Street
30 Mbps link
Bisho Switching CentreGround Floor, Legislative Assembly, Independence Boulevard 4780
Bhisho Switching CentreGround Floor, Legislative Assembly, Independence Boulevard 4780
20 Mbps link
East London Switching CentreBlock G, Ocean Terrace Office Park, Moore Street, Quigley
Bhisho Switching CentreGround Floor, Legislative Assembly, Independence Boulevard 4780
30 Mbps link
Port Elizabeth Switching CentreGround Floor, SITA Port Elizabeth, Ivor Ben Close, Fair View
Upington Switching CentreSAPS Building, 114 Schroeder Street (Container)
10 Mbps link
Kimberley Switching Centre31 Transvaal Road (Container)
e) Bidder to propose a minimum allocation of 30% of the work to be allocated to SMMEs
RESTRICTED 13 of 16
RESTRICTED
SITA, in terms of the PPPFA Regulation 2017 section 9(1), has an obligation to advance certain designated groups for the supply of certain ICT goods or services. The following criteria applies for this tender/bid/quotation:
- The Prime Contractor must be B-BBEE compliant (have a B-BBEE status level of at least 8).
- 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.
- The Prime contractor directors or shareholders must not be directors or shareholders of the SMMEs being subcontracted.
- First preference must be given to an EME or QSE that is registered and have presence in the province where the service will be delivered.
- The Prime Contractor must subcontract a minimum of 30% 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; orII. EME/QSE which is at least 51% owned by black people with disabilities; orIII. EME/QSE which is at least 51% owned by unemployed black people; orIV. EME/QSE which is at least 51% owned by black people living in rural and under developed areas; orV. EME/QSE which is at least 51% owned by black military veterans.VI. EME or QSE which is at least 51% owned by black people who are women;VII. a cooperative which is at least 51% owned by black people;
12.4 Duration
The solution need to be for a period of five (5) to ten (10) years.
12.5 Services and Performance Matrix
The fibre solution is expected to be delivered as per service metrics specified in the below table:
SBS Service Element Service Grade Service Level1. Call Centre Platinum 24h x 7days x 52weeks2. Incident Response Normal Maximum 15 minutes3. Incident Restore Normal Maximum 2 hours4. Reported fault status Normal 1st Hour provide status every 30
minutes and then provide status every 15 minutes on the second hour until resolution
5. Root Cause Analysis Report to be provided
Normal 40 hours service restoration
6. Service Availability Platinum 99.99% Availability
RESTRICTED 14 of 16
RESTRICTED
SBS Service Element Service Grade Service Level7. Latency on point-point link Normal ≤ 30 ms8. Packet loss Normal ≤ 1%9. Service Transfer Normal Within 30 days
RESTRICTED 15 of 16
12.6 Required information:
12.6.1 The required information is the cost and related bill of material that make-up the solution.12.6.2 Proposal on 30% allocation to SMME’s and subcontracting inline with Regulation 9 of the Preferential Procurement Regulations 2017.
13. Evaluation criteria
13.1 No awards will be done in terms of this RFI.