ANNEXURE 1

TECHNICAL REQUIREMENTS

BID NUMBER: / RFI 1614-2017
CLOSING DATE: / 15 September 2017
CLOSING TIME: / 11:00
RFB DESCRIPTION: / REQUEST FOR INFORMATION (RFI) FOR THE DESIGN, SUPPLY, INSTALLATION AND MAINTENANCE FOR WIRELESS SOLUTION (INCLUDING SWITCHES AND ROUTER/S) FOR PARLIAMENT VILLAGES (3) FOR THE PERIOD OF FIVE (5) YEARS.

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. SOLUTION REQUIREMENT

3.3.PROJECT AND SERVICES REQUIREMENTS

Refer to Statement of Work as defined in Special Conditions of Contract of this bid document.

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

ANNEX A.5:TECHNICAL SCHEDULES

11.Technical Schedules

ANNEX A.6:Terms and definitions

12.ABBREVIATIONS

13.DEFINITIONS

ANNEX A.7:BIDDER SUBSTANTIATING EVIDENCE

ANNEX A:INTRODUCTION

1.PURPOSE AND BACKGROUND

1.1.PURPOSE

The purpose of this Request for Information (RFI)is to invite suppliersto submit information regarding a Wireless Solution for 3 Parliament Villages in Cape Town.

The information is required for the design, supply, installation and maintenance forWireless Solution (including cabling, switches and routers) for Parliament villages (3) for the period of five (5) years. After the gathering of information a Request for Bid (RFB) will be published to award to a successful bidder.

1.2.BACKGROUND

The Minister of Telecommunications and Postal services request SITA, in conjunction with the Department of Public Works, to provide a wireless solution in the three Parliament Villages.

These villages can be describe as Estates and consist of Houses, Flats, Sport Fields, Schools, Halls, etc. Layout diagrams of the premises will be provided at the briefing session.

The requirement will include a network solution as there is no network at the moment. This will include the routers and switches. The connection media (Copper/Fibre) will also be part of the solution. It will be necessary to do trenching to towers where the Wireless equipment will be placed.

The Wireless network name (Service Set Identifier, SSID) will not be allowed to leak out of the premises and guests must have their own Wireless network name.

The Wireless network will connect onto the SITA Core Network(NGN).

2.SCOPE OF BID

2.1.SCOPE OF WORK

(1)The supplier must provide the following services associated with Wireless networking solutions:

(a)Planning and Design;

(b)implementation documentation;

(2)The following solutions and services are excluded from the RFI:

(a)Voice solutions;

(b)Video solutions;

(c)Telco link into premises;

(d)Other solutions on existing transversal contracts.

2.2.DELIVERY ADDRESS

The objective of this RFI is to gather information to enable SITA to publish a RFB for the solution; hence no delivery address is applicable to this phase. Delivery will form part of the subsequent, ad hoc RFB phase where the requirements and pricing will be considered.

2.3.CUSTOMER INFRASTRUCTURE AND ENVIRONMENT

The RFB resulting from this RFI will be used to provide a solution to all clients in the Parliament villages. The solution will be for all the Government Departments of which some are in their own VPN’s on the SITA Core Network (NGN). There are +/- 180 Government Departments.

TheRFB published as part of this process will detail current infrastructure and environment, as well as integration requirements for the proposed solution.

3.TECHNICAL REQUIREMENT OVERVIEW

The standard SITA procurement process (RFB-based) will be followed to appoint a supplier.Service providers will be required to supply full solutions based on requirements as defined in the subsequent RFB.

All network solutions delivered as part of thead hocRRB process mustbe based on industry standards and best practices. Proposed solutionscan include any product type or any combinationproducts.

3.1.PRODUCT REQUIREMENT

The following product categories may be required as part of the full solution:

a)Routers,

b)Switches,

c)Wireless LAN controllers and access points, and

d)Network cabinets and UPS

e)Cabling

f)Trenching

3.2.SOLUTION REQUIREMENT

Proposed solutions will form part of subsequent RFB process.

3.3.PROJECT AND SERVICES REQUIREMENTS

Refer to technical specifications of this RFI document.

4.BID EVALUATION STAGES

(1)The RFIevaluation 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 Functionality requirement evaluation / No
Stage 2C / Technical Proof of Concept requirement evaluation / YES
Stage 3 / Special Conditions of Contract verification / YES
Stage 4 / Price / B-BBEE evaluation / YES

Note: All phases not included in this evaluation may form part of the RFB evaluation process once the panel of service providers has been established.

(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-QUALIFICATIONREQUIREMENTS

(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).

1 of 21

CONFIDENTIAL

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

6.TECHNICAL MANDATORY

Not applicable

7.TECHNICAL FUNCTIONALITY

(1)Please indicate all Components required. (Towers that might have to be build, Controllers, Access-points, Labour, maintenance, support, router, etc.)

TECHNICAL FUNCTIONALITY REQUIREMENTS / Substantiating evidence and evaluation criteria
(used to evaluate bid) / Substantiation reference
(to be completed by bidder)
Design and Installation
Management software
Servers for Wireless solution management software
Router

8.PROOF OF CONCEPT

NOT APPLICABLE FOR THIS BID

1 of 21

CONFIDENTIAL

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

9.SPECIAL CONDITIONS OF CONTRACT

9.1.INSTRUCTION

(1)The successful supplierwill 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. 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

NOTE: Special Conditions of Contract will form part of every Request for Quotation (RFB).

(5)CONTRACTING CONDITIONS

(a)Formal Contract. The Supplier must enter into a formal written Contract (Agreement)with SITA.

(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.

(6)SERVICES AND PERFORMANCE METRICS (Maintenance and Support Services)

(a)SLA delivery zones:The Geographical areas within South Africa where product and service delivery are required are designated as Zone A, B or C, depending on proximity to large centres. The zones are defined as follows, along with the required business-hours SLA:

(i)Zone A – 8 office hours maximum time to repair: The entire Gauteng Province, as well as in or within 50km from major cities or Provincial capitals, i.e. Cape Town, Port Elizabeth, East London, Bisho, Bloemfontein, Durban, Mmabatho, Polokwane, Kimberley, Pietermaritzburg, Ulundi, eMalahleniand Nelspruit.

(ii)Zone B – 16 office hours maximum time to repair: In or within 50km from major towns, i.e. Welkom, Umtata, George, Grahamstown, Thohoyandou, Rustenburg, Klerksdorp, Ermelo, Standerton, Ladysmith, Oudtshoorn, Richards Bay, Saldanha, Upington, Worcester, Potchefstroom and Beaufort West.

(iii)Zone C – 24 office hoursmaximum time to repair: All towns and rural areas not included in Zone A and Zone B where services may be required. Zone C includes the entire country not covered by Zone A or B.

(b)Response times are defined as a maximum of 4 hours for any SLA or zone, or half the SLA repair time, whichever is the lowest.

(c)All repairsmust be completed in the time required by the defined SLA;i.e.an 8-hour SLA requires amaximum time to repair or resolve of 8 hours.

(d)The suppliermust provide a one-yearOEM warranty on all the networking equipment covering both hardware and software. This warranty must also include the software upgrades without any additional costs to SITA or the client. (will be specified in the RFB)

(e)The suppliermust provide a one-, three- or five-yearon-site maintenance and support SLA as defined above including all labour, travel and accommodation. (will be specified in the RFB)

(f)The above maintenance and support SLAmaybe upgraded based on ad hoc client requirements as defined in the RFB. For example mission-critical equipment mayrequire SLAsof4- or 2-hour repair time, and/or SLAs may be required on a 24x7 basis.

(7)SCOPE OFWORK

(a)Advisory / Professional Services

(i)Will be provided as part of the RFB process and may include, but not limited to Consulting service, Training services, Technical Architecture services, Engineering services, Project Management services, Traffic analysis and optimisation, and Network Audit services. .

(b)Planning and Design Services

(i)Depending on RFB requirements the suppliermust attend a work session for the definition of site network design and configurations with all relevant role players.

(ii)If the design is done by the supplier, complete site and network drawings of the implemented solution must be submitted at sign-off.

(iii)Further requirements will be provided as part of the RFB process and may include, but not limited to, Capacity Planning, Advanced Configuration planning, Network Integration Service, and Bill of Material compilations .

(c)Supply, Installation, Configuration and documentation services

(i)The installation and commissioning of the equipment must be completed as per SITA standards.

(ii)The suppliermust perform testing, asset auditing and sign-off of the solution documentation.

(iii)Depending on requirements, all deliveredequipmentmust be installed in equipment cabinets.

(iv)Delivery of all network equipment and other solution components must be done in any location in South Africa at no additional cost.

(v)Please note that any discrepancies found during the installation sign off process, payment won’t be made before the installation conforms to the quality and all documents received required by SITA.

(vi)An OEM warranty must be supplied to an appointed SITA representative within fourteen (14) days after the completion of installation.

(vii)The bidder must provide a detailed technical design document to SITA. A site visit will be done after the briefing session which will be held in Cape Town and Pretoria.

(viii)The supplier must configure the solution for the required security features, such authentication and authorization.

(ix)Configuration to ensure Wireless Security, Client Mobility and Management must be done by the supplier.

(x)The supplier shall configure the supplied system in separate VLAN(s) for logical separation of Wireless LANS. The VLAN’s design and switch configurations on SITA network equipment will be done in conjunction with SITA network support personnel.

(xi)The whole village must be covered with no leaks or dead spots.

(8)CERTIFICATION, EXPERTISE AND QUALIFICATION

(a)The suppliercommits to refrain from quoting or proposing solutions during the RFB process unless:

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

(ii)it is committed to provide the required Products or Services;

(iii)it is able to perform all obligations detailed herein without any interruption to the Customer;

(iv)it has been certified by the relevant OEM for the Products and Services required; and

(v)it has a physical presence in the province(s) where the Products and Services are required.

(b)The Supplier must provide the necessary documentation to substantiate the requirements in Paragraph (a) above when requested during the RFB process.

(c)The Supplier agrees that RFB’s will be invalid without the provision of the necessary documentation.

(d)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 proposed solution; and in accordance with the OEM prescribed standards and procedures.

(e)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;

(f)Electrical Work. Where applicable, the Supplier 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,

(i)The Supplier is registered at the Department of Labour as an Electrical Contractor;

(ii)The standard of work conforms to SABS SANS 10142-1: The code of practice for wiring of premises; and

(iii)Any Electrical installation or alteration is certified after completion of work by means of a Certificate of Compliance.

(9)SMME AND ENTERPRISE DEVELOPMENT

(a)SITA will indicate the specific requirements for SMME and Enterprise Development per RFB. The supplieragrees that adhering to this requirement will be required to submit a valid response to the RFB.

(10)LOGISTICAL CONDITIONS

(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)Support and Help Desk. The supplier must have an operational Call Centre for SITA and/or the Client to be able to log incidents. The Call Centre must be operational at all hours as specified in the client RFB (e.g. 24x7).

(11)REGULATORY,QUALITY AND ENVIRONMENTAL STANDARDS

(a)OEM products must comply with all relevant regulatory, environmental and quality standards, which are specified in the product certification process ( Products will only be certified for supply to Government if they comply with all mandatory standards.

(b)All solutions must be based on open standards and best practices for all the services required and stipulated under the Scope of work.

(12)PERSONNEL SECURITY CLEARANCE

(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;