TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE

PROVIDER TO UPGRADE THE NETWORK INFRASTRUCTURE

  1. PURPOSE

The purpose of the Terms of Reference is to request bidding submission and the appointment of a service provider to seamlessly replace the existing network infrastructure with new corporate network at North West Gambling Board offices as indicated below:

  • 131 University Drive: Mmabatho Head Office,
  • ERF 187 Industrial Site: Mafikeng Regional Office and
  • 67 Brink Street New Heights: Rustenburg Regional Office.
  1. BACKGROUND

The aim of this project is to upgrade the network infrastructure of the North West Gambling Boardin order to achieve the following:

  • Increase the speed for access to NWGB systems and applications.
  • Better communication systems.
  • To build a reliable and stable network infrastructure.
  • Network infrastructure that is complaint to Information and Communications Technology (ICT) standards.
  1. SCOPE OF WORK

The appointed service provider will be responsible for the following:

  • Supply and installation of all hardware required.
  • Supply and installation of CAT6 network cable.
  • Configuration of all switches supplied.

The appointed service provider is expected to provide the following:

  • Twelve (12) monthsfree support services, and
  • Thirty-six (36)monthswarrantyon all supplied equipment.
  1. SPECIFICATION AND DELIVERABLES

4.1Mmabatho Head Office

Item
3 xRack (1 x 42U”and 2 x 21U”)
1 x Enterprise Router (with built in firewall) rack mounted
2 xCore 10Ggig Switch rack mounted (Core Switches - Server farm)
2 xEnterprise Switch 24 port rack mounted (Distribution Switches)
1 x Wireless LAN Controller rack mounted
3 x6000KVA UPS rack mounted
4 x48 port Switches POE Fully with fibre module rack mounted
(ground & first floor)
8 xAccess Points
8 xCAT6 Points - to Access Points
CAT 6 cable points –Server Roomconnecting servers to core switches
CAT 6 cable points - from distribution points to offices
Racks patched and all points labelled
Complete Network Diagram
Trucking and skirting – throughout network
Estimated Carrying capacity of 72 per floor (Ground and First floor)
Installation and Commissioning
All electrical power points required will be the responsibility of the Service Provider

4.2 Mafikeng Regional Office

Item
1 xEnterprise Router (with built in firewall) rack mounted
1 x6000KVA UPS rack mounted
Trucking and skirting – throughout network

4.3Rustenburg Regional Office

Item
1 xEnterprise Router (with built in firewall) rack mounted
1 x6000KVA UPS rack mounted
Trucking and skirting – throughout network
  1. EVALUATION PROCESS

5.1. Phase 1: Functionality evaluation

Bidders will be evaluated based on functionality. The minimum threshold for functionality is 70%.Bidderswho fail to meet minimum threshold will be disqualified and will not be evaluated further.

Table 1: Functionality Criteria

No / Criteria / Weights
1. / Bidders must have proven record of five (5) years’ormoreexperience on the following:
  1. Layer3 managed and switch configuration
  2. Three (3) and more contactable references
/ 40
2. / Company size where the bidder implemented Layer3 managed and switch configuration.
  • Minimum of 100 users (Attach proof thereof)
/ 30
3. / Certification related to Layer3 and switch configuration.
  • Points allocation: Certification
  1. Registration with any relevant professional body
  1. One or more Service Provider personnel certified with a krone certification for cabling
(Attach proof thereof) / 20
4 / Implementation/roll out plan of not more than three (3) months with timelines. / 10
Total / 100
Minimum threshold points / 70%

5.2. Phase 2: PRICE AND BBBEE evaluation

5.2.1. Price

The following formula will be utilized in calculating points scored for price:

Where,

Ps = Points scored for price of tender under consideration,

Pt = Price of tender under consideration, and

Pmin = Price of lowest acceptable tender.

5.2.2. Broad-Based Black Economic Empowerment (B-BBEE)

  • Provisions of the Preferential Procurement Policy Framework Act (PPPFA), 2000 and its Regulations, 2017 as well as Implementation Guide, 2017, to these Regulations will apply in terms of awarding points for price and BBBEE.
  • Bidders are required to submit original and valid B-BBEE Status Level Verification Certificates or certified copies thereof together with their bids, to substantiate their B-BBEE rating claims. Bidders who do not submit their B-BBEE status level verification certificates or are non-compliant contributors to B-BBEE will not qualify for preference points for B-BBEE.
  • Verification Certificates must have been issued as follows:

-For bidders who qualify as Exempted Micro Enterprises (EMEs), verification certificates must have been issued sworn affidavit signed by the EME representative and attested by a Commissioner of Oaths.

-For bidders other than Exempted Micro Enterprises (EMEs), verification certificates must have been issued by verification agencies accredited by SANAS.

  • Bidders should note that verification certificates issued by IRBA and Accounting Officers have been discontinued. However valid certificates already issued before 1 January 2017 may be used until they phase out completely by December 2017.

Table 2: B-BBEE status level of contribution:

B-BBEE Status Level of Contributor / Number of points
(80/20 preference point system)
1 / 20
2 / 18
3 / 14
4 / 12
5 / 8
6 / 6
7 / 4
8 / 2
Non-compliant contributor / 0
  1. ADMINISTRATIVE AND MANDATORY REQUIREMENTS

The following documents must be submitted:

  • Proof of company registration with CIPC.
  • Valid Tax Clearance Certificate/ verification Pin.
  • Valid B-BBEE Certificate.
  • All SBD Forms must be signed by the authorised official.
  1. PROJECT MANAGEMENT

The successful Service Provider will be working closely with the following ICT officials of the Board:

  • Ms. Maria Maake – ICT Manager
  • Mr. Mpumelelo Qomiso – System Analyst
  • Mr. Moss Moheta – Network and Server Administrator
  1. TIMEFRAME
  • The appointedservice provider is expected to complete the project within a period of three (3) months.
  • The appointed service providershall provide a work plan on turnaround timefor the circumstances that problems arise.
  1. FORMAT AND SUBMISSION OF THE PROPOSAL
  • All the official Standard Bidding Documents (SBD) formsmust be completed and signed in all respects by bidders. Failure to comply will invalidate a bid.
  • Bidders are requested to submit one (1) copy of the bid.
  1. CLOSING DATE AND TIME

12 DECEMBER 2017 AT 11H00 AM.

Bid proposals must be submittedon or before the closing date tothe North West Gambling Board Offices at:

131 University Drive Mmabatho, Mahikeng 2735.

Late bids will not be accepted.

  1. ENQUIRIES
  • All general enquiries relating to bid administration should be directed to:

Mr. Fhatuwani Khomogwe

Tel No: (018) 384 3215

E-mail:

  • Technical enquiries relating to technical aspects of the bid should be directed to:

Ms. Maria Nkele Maake

Tel No: (018) 384 3215

E-mail:

1 | Page

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE

PROVIDER TO UPGRADE THE BOARD WITH NETWORK INFRASTRUCTURE