REQUEST FOR QUOTATION

SENTECH INVITES SUPPLIERS FOR:

Project title: / Request for USSAASA VSAT CONNECTIVITY – Installation of VSAT and Computer Labs for 120 throughout South Africa
Quotation or Proposal no: / SENT/VSATCONNEC/02/13
Closing date: / 28 February 2013
Closing time: / 12h00 / Validity period: / 30 days

You are invited to provide a quote to carry out the deliver the goods, services or works defined in Annexure 1 attached.

QUOTATIONS OR PROPOSALS TO BE RETURNED TO:

SCM OFFICIAL / Zodwa Makhanye
Telephone no: / 011471 4437 / Fax no: / 0866443567
E-mail: /
The physical address of the SENTECH Office where quotation can be submitted to: / SENTECH STP
Octave Road, Radiokop ext. 3,
Honeydew
Johannesburg

SUPPLIER’S DETAILS:

Company Name: / Contact Person:
Contact Details / Telephone no:
Cell no: / Fax no:
E-mail:
Form of Offer and Acceptance
Offer
The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract for the services as stated in the RFQ: Scope of Work
The Service Providers, identified in the Offer signature block, has examined the documents listed in the RFQ and addenda thereto as listed in the Returnable Schedules, and by submitting this Offer has accepted the Conditions of this RFQ.
By the representative of the Service Provider, deemed to be duly authorised, signing this part of this Form of Offer and Acceptance the Service Provider offers to perform all of the obligations and liabilities of the RFQ under the contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the conditions of contract identified in the RFQ.
THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VAT IS:
(In words) ……………………………………………………………………………………….. ……………………………….Rand;
R………………………(in figures)
THE OFFERED PRICES ARE AS STATED IN THE PRICING SCHEDULE
This Offer may be accepted by the Employer by signing the Acceptance part of this Form of Offer and Acceptance and returning one copy of this document including the Schedule of Deviations (if any) to the Service Provider before the end of the period of validity stated in the RFQ, or other period as agreed.
Signature(s)
Name(s)
Capacity
For the tenderer:
Name & signature of witness / (Insert name and address of organisation) / Date
Acceptance
By signing this part of this Form of Offer and Acceptance, the Employer identified below accepts the Service Providers Offer. In consideration thereof, the Employer shall pay the Service Provider the amount due in accordance with the conditions of the RFQ. Acceptance of the Service Providers Offer shall form an agreement between the Employer and the Service Provider upon the terms and conditions contained in this RFQ.
Deviations from and amendments to the documents listed in the RFQ and any addenda thereto listed in the Returnable Schedules as well as any changes to the terms of the Offer agreed by the Service Provider and the Employer during this process of offer and acceptance, are contained in the Schedule of Deviations attached to and forming part of this Form of Offer and Acceptance. No amendments to or deviations from said documents are valid unless contained in this Schedule.
The Service Provider shall within two days of receiving a completed copy of this agreement, including the Schedule of Deviations (if any), contact the Employer’s agent to arrange the delivery of any securities, bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the conditions of contract identified in the RFQ. Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of this agreement.
Notwithstanding anything contained herein, this agreement comes into effect on the date when the Service Provider receives one fully completed original copy of this document, including the Schedule of Deviations (if any).
Signature(s)
Name(s)
Capacity
for the Employer
Name & signature of witness / (Insert name and address of organisation) / Date

RFQ Data

1.  ADMINISTRATIVE RESPONSIVENESS CRITERIA

Suppliers are required to ensure that they meet all the Administrative Responsiveness Criteria. Suppliers that do not meet all the Administrative Responsive Criteria may not be awarded this Quote.

1.1.  Supplier’s providing quotations must be registered on the Sentech Supplier Database. (if not registered please complete attached Sentech Supplier Registration Forms)

1.2.  Quotations or Proposals must be received on or before the closing date and time specified on the Call for Quotation or Proposal document.

1.3.  Quotations or Proposals must be fully completed and signed in ink.

1.4.  Provide a Valid Tax Clearance Certificate

1.5.  Provide a Certified Copy of B-BBEE Certificate

2.  EVALUATION CRITERIA

The evaluation criteria are stipulated in Section 5. It is the Suppliers responsibility to ensure that it has responded to the evaluation criteria. Failure to meet the evaluation criteria may result in the Supplier being disqualified from being appointed. Suppliers must ensure that they have included all supporting documentation, especially the documentation that may be required to support the response to the evaluation criteria.

3.  BRIEFING SESSION

NOT APPLICABLE

4.  RFQ EVALAUATION METHOD

This RFQ will be evaluated as described in the table below.

A two envelope system will be followed for Technical and Price offer / 1.  Stage 1 – Administrative Responsiveness Evaluation
All the Quotations will be evaluated against the Administrative responsiveness requirements as set out in section 2 of the RFQ Data.
2.  Stage 2 –Price and Preference
Suppliers with the lowest Price offered will score the highest points. Only Suppliers that submit a valid B-BBEE Certificate can claim preference points in line with the 80/20
Suppliers with the highest number of evaluation points will be recommended for the award of this quotation, unless there are compelling and justifiable reasons not to do so.
1.  Those proposals that are responsive will then be verified against the mandatory technical responsiveness compliance criteria.
2.  All the proposals that are compliant to the mandatory technical responsiveness compliance criteria will then be allocated points.
3.  All the Technical Proposals that scored 60 points will then be evaluated for Preference. (B-BBEE grading).
4.  During each of the above steps, functional proposals that were non-responsive or scored less the 60 points will be disqualified and would not be considered for further evaluation.
5.  For only those technical proposals that were responsive and scored 60 points the Financial Proposals will be considered. The envelopes for the Financial Proposals will be opened and the financial offers evaluated.
6.  The proposals will be ranked according to the points from the highest number of points to the lowest.
7.  The Service Provider with the highest number of evaluation points will be recommended for the award of the tender, unless there are compelling and justifiable reasons not to do so.

5.  EVALUATION CRITERIA

5.1  MANDATORY TECHNICAL RESPONSIVENESS COMPLIANCE

To be compliant, Service Providers must meet the requirements as stated in the relevant paragraph 5.1

Service Providers, who do not comply fully with the mandatory requirements in paragraph 5.1, will not qualify to be evaluated further.

Service Providers must state whether they comply with the following mandatory requirement.

Service Providers must state Yes or No in respect of whether they comply or not to the Mandatory requirements.

Mandatory Functional / Technical Criteria / Compliant
(Indicate Yes and No)
The service provider must be able to support and maintain the LAN(Hardware and Software) and the VSAT network
Ability to supply Computers with the following specifications: Intel Core i3212 processor, 500 GB SATA HDD, 4GB ram, Win 7 Pro64/32BIT

5.2  Functionality / Quality Criteria

Functionality Criteria / Weighting Factor
The Service Provider must have a minimum experience of 3 years in installing VSATs and must have commissioned at least 6 computer LABs. Supporting documents are required as proof of past successful projects. Suppliers are requested to submit a list of references. / 40
The Service Provider must also submit CV’s of a sufficient number of suitably qualified and experienced resources that will be responsible for the provision of the services of VSAT and computer LABs setup as outlined in section one of this document / 30
The services required for this project is to be able to do installations of VSAT and computer labs for about hundred (100) sites throughout the country within a space of four weeks. The Service Provider must submit the description of the project methodology and approach that will be used to perform the work. A high level project plan must be submitted as supporting document / 30
Total / 100 Points

6.  Evaluation of Price and Preference

The Service Provider will be evaluated on a points system for Price and Preference as per Preferential Procurement Framework Act of 2000 (Act 5 of 2000).

6.1.  The price / preference weighting applicable for RFQ are as follows:

Price / Preference / Weighting percentage /
Preference: / 20%
Price: / 80 %
Total must equal: / 100%

6.2.  Preference Point allocation – 80/20

80/20 point scoring system
Preference: 20 Points / Price: 80 points
Other: B-BBEE Status Level Contributor
B-BBEE Level / Number of Points / Price: / 100 % (of 80)
1 / 20 / Quality / Functionality: / 0 % (of 80)
2 / 18
3 / 16
4 / 12
5 / 8
6 / 6
7 / 4
8 / 2
Non-Compliant contributor / 0
Total must equal: / 100% (of 80)

6.3.  Price Calculation 80/20

The following formula will be used to calculate the points for price.

Ps= 80 1- (Pt – Pmin)

Pmin

Where:

Ps = Points scored for price of bid under consideration

Pt = Rand value of bid under consideration

Pmin = Rand value of lowest acceptable bid

7.  SCOPE OF WORK

Sentech customer USAASA has requested Sentech to provide them with a turnkey solution which start with the wiring of the computer lab and supplying of all the required equipment

The required goods per site are as follows:

1.  Cabinet (9U rack) with fan

2.  24-port switch

3.  Network Router

4.  15 x Compaq 6200 Pro with i3-2100 processor

5.  15 x 20 inch Samsung Master LCD monitor

6.  Installation materials

Services required per site are as follows:

1.  Design a computer laboratory layout showing LAN points and power points.

2.  Install a complete LAN network for 15 computers including a 9U rack with fan, 24 port switch and a router.

3.  Commission a computer laboratory.

4.  Provide support and maintenance of hardware and software for the computer LAB.

5.  Provide support contract and maintenance of the VSAT terminal.

The support contract will be for a minimum of three (3) years with option to renew for an additional two (2) years.

The tables showing the sites identified for the installation and connectivity per province are in Annexure A

7.1.  SPECIAL CONDITIONS

1. No deadline extension will be granted.

2.All quotations must be E-Mailed or Faxed to SCM (Procurement) Details below.

3.Quotation must be on a company letterhead or official company stamp

4. Kindly indicate the number of sites you quote and the sites names. You are not

limited to the number of sites

7.2.  TIMELINES FOR DELIVERY OF GOODS / SERVICES

Services 4 weeks

7.3.  PRICE TABLE

(Pricing Table)

Support is a schedule of rates – per month need a pricing table.

8 of 22

8.  Annexure A

# / CENTRE / GPS COORDINATES / PHYSICAL ADDRESS /
KWA-ZULU NATAL /
1 / Bulwer Telecentre / S29048’38’’
E29046’52’’ / Main Road, Opposite Garage
Cecil Street
2 / Adams Mission Telecentre / S3001’27’’ / 371 Shelene Road
E30049’50’’ / Adams Mission
3 / Mbazwana Telecentre / S27028’58.82” / Mbazwana MPCC,
E32035’04.17” / Olangeni Ward,
4 / I' Africa Entsha Telecentre / S29039’8’’ / Phenduka, 3219
E 30021’13’’ / Mbali Stage1
5 / Mduku Telecentre / S27049’43.60” / Hluhluwe Reserve
E32023’11.33”
6 / INK Hub / S29041’57” / Dube Village Amawoti
E30057’23’’
7 / Ekuphumuleni Telecentre / S28046’54.97” / King Dinizulu Road
E31045’37.45 / Eshowe College of Education
8 / Ndumo Telecentre / S26055’42.99” / Ndumo H.S Telecentre
E32015’50.86” / Qotho
9 / Sicabazani Telecentre / S27004’25.35” / Sicabazini Area
E32027’59.78” / Kwa-Ngwanase
10 / Tugela Ferry MPCC / S28045’09.07” / Main Road,
E30026’32.57” / Tugela Ferry MPCC
Msinga
11 / NhlazukoTelecentre / S3003’36’’ / 517 Sanglo House 5th Floor
Thusong Service Centre / E30013’25’’ / , Inhlazuka, Richmond
12 / KwaMdakane Telecentre / S27055’39.66” / Port Shepstone
Thusong Service Centre / E30010’09.16”
13 / Nyandezulu Telecentre / S30046’1’’ / Thusong Service Centre
E30021’46’’ / Inyandezulu Village
Port shepstone
14 / Impendle Telecentre / S29035’39’’ / Thusong Service Centre
Thusong Service Centre / E29053’5’’ / Impendle Village
15 / Emangweni Telecentre / S28056’05.52” / Drakensberg Hotel
E29037’02.10”
16 / Dukuza Telecentre / S28044’58.30” / 10 Broadway
E29012’31.86” / Street, Bergville
# / CENTRE / GPS COORDINATES / PHYSICAL ADDRESS /
LIMPOPO /
1 / Mohodi telecentre / S23.32403.
E29.23089
2 / Leshoane / S23.85889.
Postal Agency / E2984119
3 / Leboeng / S24.51041. / Sekhukhune
E30. 64845
4 / Bulamahlo Telecentre / S24.01445. / Bulamehlo Thusong Centre
E30.16464
5 / Kgautswane Telecentre / S24.60127. / Kgautswane MPCC
E30.52947 / Kgautswane
6 / Thondoni telecentre / S23.0064. / Shumani Restaurant
E30.3519 / Makambe Village Lwamondo
7 / Fatakgomo-Atok / S24.25981. / Atok
E29.85082 / Sekhukhume
8 / Mokwakwaila Telecentre / Stand No. 11
Ga-Matipane Village
9 / Mankweng / S23.88503.
E29.70788 / Vhuvha Village,
10 / Vuvha Telecentre / S22.99172. / Nzhelele
E30.19889
11 / Lefalane / S24.434333.
Postal Agency / E29.82609
12 / Zava Telecentre / S23.63356. / Zava
E30.73533
13 / Bashommimogo Telecentre / S23.30812. / Thabo Mbeki Location
E27.95660 / Ga-Seleka
14 / Babirwa / S23.27537. / Waterberg
E28.66086
# / CENTRE / GPS COORDINATES / PHYSICAL ADDRESS
FREE STATE
1 / Zastron Telecentre / S30.2977123. / Vetchkop Street
E27.885639 / Zastron, 9950
2 / Bulfontein Telecentre / S28.3013540. / 339 Nteu Street
(Itekeng centre) / E26.1484313 / Phahameheng
3 / Harrismith Telecentre / Not provided / Cnr Commando & Springbok Str