ANNEXURE 1

TECHNICAL AND PRICING REQUIREMENTS

BID NUMBER: / RFB 1623/2017
CLOSING DATE: / 22 September 2017
CLOSING TIME: / 11:00
RFB DESCRIPTION: / REQUEST FOR THE ACQUISITION OF SOFTWARE LICENSES, TRAINING, MAINTENANCE AND SUPPORT SERVICES FOR AUTODESK/CAD SOFTWARE FOR A PERIOD OF THREE (03) YEARS REQUIRED BY THE DOD

Contents

ANNEX A:INTRODUCTION

1.PURPOSE AND BACKGROUND

1.1.PURPOSE

1.2.BACKGROUND

2.SCOPE OF BID

2.1.SCOPE OF WORK

2.2.DELIVERY ADDRESS

2.3.CUSTOMER INFRASTRUCTURE AND ENVIRONMENT

3.TECHNICAL REQUIREMENT OVERVIEW

3.1.PRODUCT REQUIREMENT

3.2.PROJECT AND SERVICES REQUIREMENTS

4.BID EVALUATION STAGES

ANNEX A.1:ADMINISTRATIVE PRE-QUALIFICATION

5.ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS

5.1.ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION

5.2.ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS

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

6.TECHNICAL MANDATORY

6.1.INSTRUCTION AND EVALUATION CRITERIA

6.2.TECHNICAL MANDATORY REQUIREMENTS

6.3.DECLARATION OF COMPLIANCE

7.TECHNICAL FUNCTIONALITY

8.PROOF OF CONCEPT

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

9.SPECIAL CONDITIONS OF CONTRACT

9.1.INSTRUCTION

9.2.SPECIAL CONDITIONS OF CONTRACT

9.3.DECLARATION OF ACCEPTANCE

ANNEX A.4:COSTING AND PRICING

10.COSTING AND PRICING

10.1.COSTING AND PRICING EVALUATION

10.2.COSTING AND PRICING CONDITIONS

10.3.DECLARATION OF ACCEPTANCE

10.4.BID PRICING SCHEDULE

ANNEX A.5:TECHNICAL SCHEDULES

11.Technical Schedules

11.1.LOCATION SCHEDULE

11.2.EQUIPMENT AND QUANTITY SCHEDULE

11.3.SOLUTION ARCHITECTURE

11.4.SERVICES AND PERFORMANCE SCHEDULE

11.5.PROJECT AND DELIVERY SCHEDULE

ANNEX A.6:Terms and definitions

1.ABBREVIATIONS

ANNEX A.7:BIDDER SUBSTANTIATING EVIDENCE

ANNEX A:INTRODUCTION

1.PURPOSE AND BACKGROUND

1.1.PURPOSE

The purpose of this RFB is to invite Suppliers(hereinafter referred to as “bidders”) to submit bidsfor the “Supply of Maintenance and Support services for Autodesk/CADsoftware and to perform trainingrequired bythe Department of Defence” for a period of 36 months.

1.2.BACKGROUND

The Autodesk/CAD software is required by the following DOD environments:

(i)SA Army Engineer Formation (SA Army Engr Fmn)

(ii)SA Air Force, Directorate Base Support Systems (DBSS)

(iii)Chief Logistics, Defence Works Formation (DWF).

Autodesk, Inc. is an American multinationalsoftware corporation that makes software for the architecture, engineering, construction, manufacturing, media, and entertainment industries.

The Architecture, Engineering & Construction Collection is a rich set of software and innovative technologies to help the users thereof to design, engineer and construct higher-quality, more predictable building and civil infrastructure projects.

Take note, in South Africa there are a number of resellers that could be considered for this requirement.

2.SCOPE OF BID

The services are required over a period of 3 (three) years. Some of these services are required during a specific year during this 3 (three) year period and is therefore indicated as such in the tables below.

2.1.SCOPE OF WORK

The scope of work by the bidders isfor the following requirements:

(a)New license requirements

DOD environment / New License requirements / Year 1 / Year 2 / Year 3 / Totals
SA Army Engr Fmn /
  • AEC Pack AutoCAD for Civil Engineers
  • AutoCAD Electrical
/ 3
2 / 2
2 / 3
1 / 8
5
DBSS /
  • Architecture, Engineering & Construction Collection
/ 1 / 1
DWF /
  • AutoCAD Architecture
  • Autodesk Revit
/ 13
4 / 13
4
Total number of new licenses / 23 / 4 / 4 / 31

(b)Training requirements (Professional, accredited in-house training)

DOD environment / Training requirements / Year 1 / Year 2 / Year 3
SA Army Engr Fmn /
  • AutoCAD Basic (fundamentals)
  • AutoCAD Civil 3D
  • AutoCAD Electrical
  • AutoCAD Revit MEP1
  • AutoCAD Navisworks manage
/ 16 members
8 members
8 members
8 members
- / 8 members
-
8 members
-
8 members / 8 members
8 members
8 members
8 members
-
DBSS /
  • Autodesk Revit Arch (3 days)
  • Autodesk Revit Structure (3 days)
  • Autodesk Revit MEP1 (3 days)
  • Autodesk Revit (3 days)
/ 1 (In-house) Course
1 (In-house) Course
1 (In-house) Course
- / -
-
-
1 (In-house) Course / -
-
-
1 (In-house) Course
DWF /
  • AutoCAD Architecture
  • Autodesk Revit
/ 13 members
4 members / -
- / -
-

1 Note that AutoCAD Revit MEP is a requirement at both the SA Army Engr Fmn and DBSS environments.

(c)Specialist Support requirements

DOD environment / Support requirements / Year 1 / Year 2 / Year 3
SA Army Engr Fmn /
  • Assistance with workflow procedures
/ 5 Days / 5 Days / 5 Days
DBSS /
  • Advanced support (telephonic, email, Team viewer and onsite)
/ Unlimited. Response time max. 24 hours. / Unlimited. Response time max. 24 hours. / Unlimited. Response time max. 24 hours.
DWF / None

(d) Software maintenance and support

(i) Updates of all the delivered software must be issued annually for the 3 year contracting period.

(ii)Basic unlimited maintenance and support services must be supplied on the above software after it has been delivered to the DOD, for the remainder of the 3 year contracting period with a maximum response time of 12 working hours.

2.2.DELIVERY ADDRESS

The goods or services must be supplied or provided at the following nodal physical address where after services will be routed to above DOD environments stationed in Pretoria;

No / Physical Address / GPS Coordinates (optional)
1 / SITA (State Information Technology Agency) SOC Ltd
459 Tsitsa Street
Erasmuskloof
Pretoria

2.3.CUSTOMER INFRASTRUCTURE AND ENVIRONMENT

The operating platform is Wintel with the Operating System on the Desktop being Windows7 and on the server being Win server 2003.

3.TECHNICAL REQUIREMENT OVERVIEW

3.1.PRODUCT REQUIREMENT

(a)New license requirements

DOD environment / New License requirements / Year 1 / Year 2 / Year 3 / Totals
SA Army Engr Fmn /
  • AEC Pack AutoCAD for Civil Engineers
  • AutoCAD Electrical
/ 3
2 / 2
2 / 3
1 / 8
5
DBSS /
  • Architecture, Engineering & Construction Collection
/ 1 / 1
DWF /
  • AutoCAD Architecture
  • Autodesk Revit
/ 13
4 / 13
4
Total number of new licenses / 23 / 4 / 4 / 31

(b)Training requirements (Professional, accredited in-house training)

DOD environment / Training requirements / Year 1 / Year 2 / Year 3
SA Army Engr Fmn /
  • AutoCAD Basic (fundamentals)
  • AutoCAD Civil 3D
  • AutoCAD Electrical
  • AutoCAD Revit MEP1
  • AutoCAD Navisworks manage
/ 16 members
8 members
8 members
8 members
- / 8 members
-
8 members
-
8 members / 8 members
8 members
8 members
8 members
-
DBSS /
  • Autodesk Revit Arch (3 days)
  • Autodesk Revit Structure (3 days)
  • Autodesk Revit MEP1 (3 days)
  • Autodesk Revit (3 days)
/ 1 (In-house) Course
1 (In-house) Course
1 (In-house) Course
- / -
-
-
1 (In-house) Course / -
-
-
1 (In-house) Course
DWF /
  • AutoCAD Architecture
  • Autodesk Revit
/ 13 members
4 members / -
- / -
-

Note that AutoCAD Revit MEP is a requirement at both the SA Army Engr Fmn and DBSS environments.

(c) Specialist Support requirements

DOD environment / Support requirements / Year 1 / Year 2 / Year 3
SA Army Engr Fmn /
  • Assistance with workflow procedures
/ 5 Days / 5 Days / 5 Days
DBSS /
  • Advanced support (telephonic, email, Team viewer and onsite)
/ Unlimited. Response time max. 24 hours. / Unlimited. Response time max. 24 hours. / Unlimited. Response time max. 24 hours.
DWF / None

3.2.SOLUTION REQUIREMENT

Not applicable

3.3.PROJECT AND SERVICES REQUIREMENTS

3.3. 1 SERVICE DELIVERY SCHEDULEAND PERFORMANCE METRICS

(a)New licenses:Provide 23new licenses as per the requirement for year 1 (see 2.1 Scope of work).

To be executed within two weeks after signing of the contract/agreement.

(b)New licenses:Provide 4new licenses as per the requirement foryear 2 and year 3 (see 2.1 Scope of work).

Only to be executed upon receiving a specific request from SITA to do so, before the start of the year 2 and year 3 contracting periods.

(c)Training to be provided for years 1, 2 and 3 as per the requirements (see 2.1 Scope of work).

In all cases,only to be executed upon receiving a specific request from SITA to do so during the 3 year contracting period.

(d)Specialist Supportrequirementsto be provided for years 1, 2 and 3 as per the requirements (see 2.1 Scope of work).

In all cases, only to be executed upon receiving a specific request from SITA to do so during the 3 year contracting period.

(e)Updates of all installed software must be issued.

Annually, or whenever a new version is released during the 3 year contracting period.

(f)Onsite support on all the installed software must be provided.

As and when support is required during the 3 year contracting period, maximum response time of 12 hours.

4.BID EVALUATION STAGES

(a)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 / Administrativepre-qualification verification / YES
Stage 2A / Technical Mandatory requirementevaluation / YES
Stage 2B / Technical Functionalityrequirement evaluation / NO
Stage 2C / Technical Proof of Conceptrequirement evaluation / NO
Stage 3 / Special Conditions of Contract verification / YES
Stage 4 / Price / B-BBEE evaluation / YES

(b)The bidder must qualify for each stage to be eligible to proceed to the next stage of the evaluation.

ANNEX A.1:ADMINISTRATIVE PRE-QUALIFICATION

5.ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS

5.1.ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION

(a)The bidder must comply with ALL of the bid pre-qualification requirements in order for the bid to be accepted for evaluation.

(b)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 –

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

(ii)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-QUALIFICATIONREQUIREMENTS

(a)Submission of bid response: The bidder has submitted a bid response documentation pack –

(i)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;

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

(b)Attendance at compulsory briefing session: If a compulsory briefing session was called, then the bidder has signed 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.

(c)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).

1 of 39

CONFIDENTIAL

ANNEX A.2:TECHNICAL MANDATORY, FUNCTIONALITY AND PROOF OF CONCEPTREQUIREMENTS

6.TECHNICAL MANDATORY

6.1.INSTRUCTION AND EVALUATION CRITERIA

(a)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”.

(b)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”.

(c)The bidder must complete the declaration of compliance as per section 6.3 below by marking with an “X” either “COMPLY”, or “NOT COMPLY” with ALL of the technical mandatory requirements, failing which it will be regarded as “NOT COMPLY”.

(d)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)
1BIDDER CERTIFICATION / AFFILIATION REQUIREMENTS
The bidder must be certified as a reseller of the Original Software Manufacturer for –
(a)AutoDesk
(b)AutoDesk CADLearning / Provide a copy of a valid OSM certificate, license or membership card indicating clearly (a) OSM name, (b) the bidder’s name and (c) the date it was issue and (d) if applicable, the expiry date.
2BIDDER EXPERIENCE AND CAPABILITY REQUIREMENTS
The Bidder must have implemented, maintained and supported the required software, AutoDesk and AutoDesk CAD learningfor at least two customers during the past five years / Provide proof of affirmation fromtwo Customerswhere the software listed in par 2.1 was implemented, maintained and supported.The document of proof must indicate:
(a) The customer Company name and physical address;
(b) Customer contact person’s name, telephone number and email address.
(c) Date of service delivery / Provide unique reference to locate substantiating evidence in the bid response – see Annex A.7

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 SECTION6.2 above; AND
(b)Each and every requirement specification is substantiated byevidence as proof of compliance.

1 of 39

CONFIDENTIAL

7.TECHNICAL FUNCTIONALITY

Not applicable.

8.PROOF OF CONCEPT

Not applicable.

1 of 39

CONFIDENTIAL

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

9.SPECIAL CONDITIONS OF CONTRACT

9.1.INSTRUCTION

(a)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.

(b)SITA reserves the right to –

  1. Negotiate the conditions, or
  2. Automatically disqualify a bidder for not accepting these conditions.

(c)In the event that the bidder qualifies for 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(b)above.

(d)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 (internal).

(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, asuccessful bidder mustprovide 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.

Not applicable.

2. DELIVERY ADDRESS.The goods or services must be supplied or provided at the following nodal physical address where after services will be routed to above DOD environments stationed in Pretoria;

SITA (State Information Technology Agency) SOC Ltd

459 Tsitsa Street

Erasmuskloof

Pretoria.

3. SCOPE OF WORK AND DELIVERYSCHEDULE

a)The Supplieris responsible to perform the work as outlined in the following Work Breakdown Structure (WBS):

WBS / Statement of Work / Delivery Timeframe
New licenses: Provide 23 new licenses as per the requirement for year 1 (see 2.1 Scope of work). / To be executed within two weeks after signing of the contract/agreement.
New licenses: Provide 4 new licenses as per the requirement for year 2 and year 3 (see 2.1 Scope of work). / Only to be executed upon receiving a specific request from SITA to do so, before the start of the year 2 and year 3 contracting periods.
Training to be provided for years 1, 2 and 3 as per the requirements (see 2.1 Scope of work). / In all cases, only to be executed upon receiving a specific request from SITA to do so during the 3 year contracting period.
Specialist Supportrequirements to be provided for years 1, 2 and 3 as per the requirements (see 2.1 Scope of work). / In all cases, only to be executed upon receiving a specific request from SITA to do so during the 3 year contracting period.
Updates of all installed software must be issued. / Annually, or whenever a new version is released during the 3 year contracting period.
Onsite support on all the installed software must be provided. / As and when support is required during the 3 year contracting period, maximum response time of 12 hours.

4. SERVICES AND PERFORMANCE METRICS

(a)The Supplier is responsible to provide the following service and performance metrics:

SBS / Service Element / Service Grade / Service Level
Call Centre / Platinum / 24h x 7days x 52weeks
Incident Response / Normal / Maximum 4 hours
Incident Restore / Normal / Maximum 12 hours
Service / Gold / 100% Availability cannot partially work.

5. SCOPE OF TECHNICAL SOLUTION DEVELOPMENT

Not applicable

  1. SUPPLIER PERFORMANCE REPORTING

(a)The Supplier must submit a monthly report to the SITA Contract Manager with detail of all the services executed during the reporting period as well as any contractual matters that needs to be brought under the attention of SITA.

(b)Meetings with the Supplier will be done on an ad-hoc basis when the need to meetarises. The request for a meeting to take place can be submitted by either SITA or the Supplier.

  1. CERTIFICATION, EXPERTISE AND QUALIFICATION

(a)The Supplier represents that,

(i)it has the necessary expertise, skill, qualifications and ability to undertake the work required in terms of the Statement of Work or Service Definition and;

(ii)it is committed to provide the 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 performing services similar to the Services;

(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) Original Software Manufacturer (OSM) work. The Supplier must ensure that work or service is performed by a person who is certified by an Original Software Manufacturer.

  1. LOGISTICAL CONDITIONS

Hours of work. Mondays to Fridays 08:00 to 16:00

a)In the event that SITA grants the Supplier permission to access SITA's Environment including hardware, software, internet facilities, data, telecommunication facilities and/or network facilities remotely, the Suppliermust adhere to SITA's relevant policies and procedures (which policy and procedures are available to the Supplier on request) or in the absence of such policy and procedures, in terms of, best industry practice.

(b)On-site and Remote Support. The Supplier must be willing to provide on-site and remote support, where the software is installed, as per the specific support condition dictates. These onsite environments and their locations are:

  1. SA Army Engineer Formation in Centurion
  1. SA Air Force, Directorate Base Support Systemsin Pretoria
  2. Chief Logistics, Defence Works Formation in Thaba Tshwane.

(c)Support and Help Desk. The Supplier must provide a support/help desk,to which all support requirements must be reported to, in order to ensure that the appropriate action is taken by the Supplier.