BID NUMBER: / RFB 1591/2017
CLOSING DATE: / 04 September 2017
CLOSING TIME: / 11:00AM
BIDDERS NAME:
RFB DESCRIPTION: / Request to source Dual Core redundant switches at Head Office for the Department of Public Works Kwazulu Natal.

ANNEXURE 1

TECHNICAL AND PRICING REQUIREMENTS

Contents

ANNEX A: INTRODUCTION 4

1. PURPOSE AND BACKGROUND 4

1.1. PURPOSE 4

1.2. BACKGROUND 4

2. SCOPE OF BID 4

2.1. SCOPE OF WORK 4

2.2. DELIVERY ADDRESS 5

2.3. CUSTOMER INFRASTRUCTURE AND ENVIRONMENT 6

3. TECHNICAL REQUIREMENT OVERVIEW 7

3.1. PRODUCT REQUIREMENT 7

3.2. SOLUTION REQUIREMENT 7

3.3. PROJECT AND SERVICES REQUIREMENTS 8

4. BID EVALUATION STAGES 8

ANNEX A.1: ADMINISTRATIVE PRE-QUALIFICATION 9

5. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS 9

5.1. ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION 9

5.2. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS 9

ANNEX A.2: TECHNICAL MANDATORY, FUNCTIONALITY AND PROOF OF CONCEPT REQUIREMENTS 10

6. TECHNICAL MANDATORY 10

6.1. INSTRUCTION AND EVALUATION CRITERIA 10

6.2. TECHNICAL MANDATORY REQUIREMENTS 10

6.3. DECLARATION OF COMPLIANCE 12

7. TECHNICAL FUNCTIONALITY 13

7.1. INSTRUCTION AND EVALUATION CRITERIA 13

7.2. TECHNICAL FUNCTIONALITY REQUIREMENTS 13

8. PROOF OF CONCEPT 14

8.1. INSTRUCTION AND EVALUATION CRITERIA Error! Bookmark not defined.

8.2. PROOF OF CONCEPT REQUIREMENTS 14

ANNEX A.3: SPECIAL CONDITIONS OF CONTRACT (SCC) 15

9. SPECIAL CONDITIONS OF CONTRACT 15

9.1. INSTRUCTION 15

9.2. SPECIAL CONDITIONS OF CONTRACT 15

9.3. DECLARATION OF ACCEPTANCE 21

ANNEX A.4: COSTING AND PRICING 22

10. COSTING AND PRICING 23

10.1. COSTING AND PRICING EVALUATION 23

10.2. COSTING AND PRICING CONDITIONS 23

10.3. DECLARATION OF ACCEPTANCE 24

10.4. BID PRICING SCHEDULE 25

ANNEX A.5: TECHNICAL SCHEDULES 32

11. Technical Schedules 32

11.1. LOCATION SCHEDULE 32

11.2. EQUIPMENT AND QUANTITY SCHEDULE 32

11.3. SOLUTION ARCHITECTURE 32

11.4. SERVICES AND PERFORMANCE SCHEDULE 32

11.5. PROJECT AND DELIVERY SCHEDULE 32

ANNEX A.6: Terms and definitions 33

1. ABBREVIATIONS 33

2. DEFINITIONS 33

ANNEX A.7: BIDDER SUBSTANTIATING EVIDENCE 34

ANNEX B: LOCAL CONTENT REQUIREMENTS (SBD 6.2) 35

ANNEX A:  INTRODUCTION

1.  PURPOSE AND BACKGROUND

1.1.  PURPOSE

The purpose of the RFB is to invite competent service providers (herein referred to as bidders) to submit bids for the Supply, Installation and configuration of 2 x HPE FlexNetwork 7510 Core switches for the Department of Public Works, KZN (hereafter referred to as the Department).

1.2.  BACKGROUND

The Department has recently expanded its infrastructure. Due to this development, a new building was built together with an auditorium, library and canteen at Head Office and is at a distance from the primary CORE switch. IT department currently has its IT CORE switches located in the fifth floor server room (Old tower) to which all users connect. Due to the changes in infrastructure, Information Management has developed a secondary server room on the ground floor. The new Core switches required will be housed in this server room and will ensure that the new buildings are properly connected to the new server room via a fibre connection. The fibre connection will allow users to connect to the network more quickly but more importantly, it will serve as a dual core to the department meaning that in the event that the original CORE switches goes down work will be unaffected, as users will be connected to the secondary CORE switches on the ground floor.

2.  SCOPE OF BID

2.1.  SCOPE OF WORK

(1)  The scope of work by the bidders is to –

a)  Supply, build and install 1 x HPE FlexNetwork 7510 Core Switch in the IT ground floor server room

b)  Supply, build and install 1 x HPE FlexNetwork 7510 Core Switch in the IT 5th floor server room

c)  Implement HPE IRF 40GB Technology for the Cores

d)  Configure, implement and migrate all existing configurations to the new IRF Core

e)  Configure, implement and migrate all existing edges switches connections to the new IRF Core

f)  Configure and implement bridge aggregations for all edge switches to new IRF Core

g)  Test dual connectivity and link failures for all edge switches

h)  Test connectivity for all networking components; VLAN, Voice, Data, Wireless

i)  Supply the following :

QTY / Description / Product Code
2 / HPE FlexNetwork 7510 Switch Chassis / JD238C
1 / HPE 3Y Foundation Care NBD SVC / H7J32A3
2 / HPE Networks 7510 Switch Support / H7J32A3#R4B
1 / HPE Installation SVC / HA113A1
2 / HPE Networks 75xx Switch Install Service / HA113A1#5PW
4 / HPE FlexNetwork 7500 1.2Tbps Fabric with 2-port 40GbE QSFP+ for IRF-only Main Processing Unit / JH207A
2 / HPE FlexNetwork 7500 8-port 10G SFP+ SC Module / JF290A
8 / HPE X130 10G SFP+ LC LR Transceiver / JD094B
4 / HPE FlexNetwork 7500 48-port Gig-T PoE+ SD Module / JD229B
4 / HPE FlexNetwork 7500 16-port 1/10GbE SFP+ SF Module / JH214A
32 / HPE X130 10G SFP+ LC LR Transceiver / JD094B
4 / HPE FlexNetwork 7500 1400W AC Power Supply / JD218A
4 / HPE FlexNetwork 7500 1400W AC Power Supply PDU Cable ROW / JD218A#B2C
4 / HPE X140 40G QSFP+ LC LR4 SM 10km 1310nm Transceiver / JG661A

2.2.  DELIVERY ADDRESS –

Site name / Address
Head Office Building / 191 Prince Alfred Street, Pietermaritzburg, KZN

CUSTOMER INFRASTRUCTURE AND ENVIRONMENT

The Department has recently expanded its infrastructure. Due to this development, a new building was built together with an auditorium, library and canteen at Head Office and is at a distance from the primary CORE switch. IT department currently has its IT CORE switches located in the fifth floor server room (Old tower) to which all users connect. Due to the changes in infrastructure, Information Management has developed a secondary server room on the ground floor. The new Core switches required will be housed in this server room and will ensure that the new buildings are properly connected to the new server room via a fibre connection

3.  TECHNICAL REQUIREMENT OVERVIEW

N/A

3.1.  PRODUCT REQUIREMENT

NOT APPLICABLE FOR THIS BID

3.2.  SOLUTION REQUIREMENT

N/A

3.3.  PROJECT AND SERVICES REQUIREMENTS

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 / N/A
Stage 2C / Technical Proof of Concept requirement evaluation / N/A
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.

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: 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.

(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).

37 of 37

CONFIDENTIAL

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 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”.

(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) /
BIDDER CERTIFICATION / AFFILIATION REQUIREMENTS
a)  The Bidder must be registered as
a)  HP Enterprise Partner Ready – Gold Networking Specialist
b)  HP Enterprise Engineer/s Certification with at least one of the following
(i)  HP Accredited Solutions Expert – FlexNetwork Solutions
(ii)  HP Master Accredited Solutions Expert – FlexNetwork Solutions
b)  / Provide (a) a copy of a valid OEM or OSM certificate for each of the products listed in the requirement and for each additional product proposed by the bidder and (b) summarise the product certification indicating, (i) the product model and name and (ii) the person’s name that appears on the certificate; and (c) a letter indicating that each certified person is an employee of the bidder 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 to letter.
BIDDER EXPERIENCE AND CAPABILITY REQUIREMENTS
c)  The bidder must have implemented at least 2 similar solution in South Africa during the past five (5) years. / Provide two (2) letters of affirmation from Business or Government customers to whom the service was delivered. Each letter must be dated, signed and on a letterhead of the customer and indicates:
(a) The customer Company name and physical address;
(b) Customer contact person’s name, telephone number and email address;
(c) For a Business customer, the Company Registration Number as registered with Companies and Intellectual Property Commission (CIPC);
(d) Service scope of work;
(e) Service Start and End Date;

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.

7.  TECHNICAL FUNCTIONALITY

7.1.  INSTRUCTION AND EVALUATION CRITERIA

N/A

7.2.  TECHNICAL FUNCTIONALITY REQUIREMENTS

QTY / Site / Description / Product Code
2 / Head office 191 Prince Alfred Street / HPE FlexNetwork 7510 Switch Chassis / JD238C
1 / Head office 191 Prince Alfred Street / HPE 3Y Foundation Care NBD SVC / H7J32A3
2 / Head office 191 Prince Alfred Street / HPE Networks 7510 Switch Support / H7J32A3#R4B
1 / Head office 191 Prince Alfred Street / HPE Installation SVC / HA113A1
2 / Head office 191 Prince Alfred Street / HPE Networks 75xx Switch Install Service / HA113A1#5PW
4 / Head office 191 Prince Alfred Street / HPE FlexNetwork 7500 1.2Tbps Fabric with 2-port 40GbE QSFP+ for IRF-only Main Processing Unit / JH207A
2 / Head office 191 Prince Alfred Street / HPE FlexNetwork 7500 8-port 10G SFP+ SC Module / JF290A
8 / Head office 191 Prince Alfred Street / HPE X130 10G SFP+ LC LR Transceiver / JD094B
4 / Head office 191 Prince Alfred Street / HPE FlexNetwork 7500 48-port Gig-T PoE+ SD Module / JD229B
4 / Head office 191 Prince Alfred Street / HPE FlexNetwork 7500 16-port 1/10GbE SFP+ SF Module / JH214A
32 / Head office 191 Prince Alfred Street / HPE X130 10G SFP+ LC LR Transceiver / JD094B
4 / Head office 191 Prince Alfred Street / HPE FlexNetwork 7500 1400W AC Power Supply / JD218A
4 / Head office 191 Prince Alfred Street / HPE FlexNetwork 7500 1400W AC Power Supply PDU Cable ROW / JD218A#B2C
4 / Head office 191 Prince Alfred Street / HPE X140 40G QSFP+ LC LR4 SM 10km 1310nm Transceiver / JG661A

8.  PROOF OF CONCEPT

Not APPLICABLE FOR THIS BID

8.1.  PROOF OF CONCEPT REQUIREMENTS

N/A

37 of 37

CONFIDENTIAL

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 (internal)