Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Jamaica Public Service Company
Communications Field Area Network
Request for Proposals
RFP# E-3617
Issued by: Purchasing & Customs Department
2
Table of Contents
1 INTRODUCTION ........................................................................................................................................................ 3
2 ADMINISTRATIVE INSTRUCTIONS ................................................................................................................... 5
3 GENERAL CONTRACT CONDITION .................................................................................................................... 9
4 POINTS OF CONTACT (POC) ............................................................................................................................. 14
5 TECHNICAL REQUIREMENTS ........................................................................................................................... 14
6 Intellectual Property Infringement and Royalties .................................................................................... 26
7 Submission Requirements ................................................................................................................................. 27
8 Evaluation, Selection Process and Proposal Outline ................................................................................ 29
9 Price Proposal ......................................................................................................................................................... 32
Appendix 1. JPS Regulatory, Smart Grid, IT, and Communications Overview .......................................... 33
Appendix 2. JPS Assets Location for the Field Area Network .......................................................................... 34
Appendix 3. Additional Information ......................................................................................................................... 35
3
1 INTRODUCTION
Jamaica Public Service Company Limited (JPS or the Company) has embarked on a Grid Modernization
Program as one of the pillars supporting Jamaica’s 2030 vision for secure, sustainable and affordable energy.
The program includes the integration of smart meters, smart streetlights, distribution automated devices,
transformer monitors, smart capacitors, line sensors and fault circuit indicators. The modernization program
aims to improve customer service, reliability and provide a suite of customer empowerment options for
participation in distributed generation, demand response, energy management and conservation.
JPS is a vertically integrated electric utility company, and the sole distributor of electricity for the Island of
Jamaica. The Company is engaged in the generation, transmission and distribution of electricity, and also
purchases power from a number of independent power producers (IPPs).
Marubeni Corporation of Japan and East West Power Company (EWP) of Korea, are majority shareholders
(40% each), with joint ownership of eighty percent of the shares in JPS. The Government of Jamaica and a
small group of minority shareholders own the remaining (20%) shares.
JPS serves about 640,000 residential, commercial and industrial customers, through a workforce of
approximately 1,600 employees and a network of field offices throughout the island. The Company owns and
operates four (4) power stations, eight (9) hydroelectric plants, one (1) wind park, 50 substations, and
approximately 14,000 kilometers of distribution and transmission lines.
Along with the provision of electricity supply, JPS is a key partner in national development. The Company
has a vibrant corporate social responsibility portfolio and makes significant contributions in the areas of
education, sports, and community development. The Company also has a strong environmental focus and
carries out its operations in an environmentally friendly manner.
JPS has the following status with Jamaica Customs – Authorized Economic Operator (AEO). It is an
internationally recognized quality mark that indicates JPS supply chain is secure, and the JPS customs
procedures and policies are compliant. With this designation, JPS’ Warehouse and Procurement Teams are
subject to audits and monitoring by Jamaica Customs.
The Office of Utilities Regulation (OUR) has regulatory authority for JPS' operations.
1.1 BACKGROUND
JPS’s evolution is toward a fully automated utility and recognizes that a critical goal of its grid
modernization must be the integration of data and communications systems which will provide for
future expansion of capabilities and additional services for its customers. The JPS 2016 License
identifies that these additional services shall include smart city services, such as video surveillance and
other smart features, which could include support for police and emergency services, traffic
management, e-parking, public WiFi, digital e-signage, etc.
JPS has been implementing new technologies over several years as a part of its grid modernization
program; aimed at creating an intelligent grid to enhance the reliability of the transmission and
distribution network and to improve the quality of the service delivered to our customers.
Some of the technologies implemented includes:
4
1. Automated switches (reclosers and sectionalizers).
2. AMI meters (via Access/Cluster Points)
3. Smart streetlights
4. Fault Circuit Indicators (FCI).
5. Capacitor bank controllers
6. Trip savers
7. Grid sensor network/devices (IoTs)
JPS, in supporting its power grid, has a number of repeater sites used for mission-critical data
communications. These repeater sites are connected using digital microwave radios, transporting IP
and/or TDM traffic. In addition to this, JPS has substations, power stations and commercial office
buildings connected using Fibre Optic cables and Microwave radios.
The technologies are geographically dispersed across the island and requires a ubiquitous
communication network infrastructure. To support the initial deployment, JPS utilized commercial
cellular networks using GPRS modems. However, these networks have proven to be unreliable and
costly. JPS will be implementing its own Field Area Network, specifically a Point to Multipoint wireless
radio network. JPS will be doing a phased implementation using one or more of the available wireless
radio standards, in frequency ranging from 200Mhz to 6GHz (excluding frequencies stipulated for
exclusion by JPS – see section 5.4). JPS will identify and collaborate with suitable vendor to implement
this solution. For the phases, the selected region(s) will consist of one or more repeater sites from which
wide coverage of this area will be established. JPS will also identify the IEDs within the coverage areas
that are to be included in the phases. This will consist of the coordinates and interfaces of these devices,
plus, to the extent available, any other requirement(s) that the vendor may have.
It is the responsibility of the Vendor to verify that their system can operate on the proposed frequency in
Jamaica. It is also the selected Vendor’s responsibility to secure necessary type approvals. JPS will
support the successful bidder in securing necessary approvals and licenses and liaise with the Jamaica
Spectrum Management Authority (SMA). JPS will pay any required fees to the SMA for acquiring
spectrum licenses.
1.2 SCOPE OF SUPPLY
The primary scope of this Request for Proposal (RFP) is to select a supplier for a Field Area Network,
specifically a Point to Multipoint wireless radio network. JPS will implementing this network across
Jamaica in phases starting with Phase 1: the parishes of Kingston, St Andrew, St. Catherine and
Clarendon using one or more of the available wireless radio standards, in a frequency ranging from
200Mhz to 6GHz (excluding frequencies stipulated for exclusion by JPS – see section 5.4). JPS will
provide coordinates and interfaces across the coverage area that should be included in the proposal. JPS
will liaise with the Jamaica Spectrum Management Authority to acquire the required frequencies.
The selection of a communications technology partner will be heavily weighted to:
1. Proven success in deployment of point to multi-point networks technologies;
2. Maturity of deployed Field Area Networks;
3. Integration with the existing and typical communication network(s) such as backhaul using
optical fiber or Ethernet via microwave radio;
5
4. System’s demonstrated ability to support use of Internet of Things (IOT) technologies;
5. Functionality in terms of value added services and opportunities for leveraging;
6. Equipment and Technology Road Map;
7. Total Cost of Ownership for the proposed solution, to include, in particular, costs associated with
additional supporting infrastructure and new recurring expenses.
8. The financial stability of the supplier.
The Offeror (person or entity making a proposal) may submit a quote for the following, the detailed
technical specifications for which are found in this document:
Supply of Communications Field Area Network Solution with training, local technical support
for installation and commissioning, and other knowledge transfer necessary for JPS’
performance of the installation, monitoring and maintenance of the network. This quotation will
be for Phase 1 only, along with an estimate for a solution providing coverage for all JPS’ assets
across the island.
2 ADMINISTRATIVE INSTRUCTIONS
2.1 All proposals shall be submitted as follows:
2.1.1 One original and two copies (each in its own sealed envelope) and one electronic copy of the
Price Proposal all packaged in one sealed envelope marked NOT TO BE OPENED UNTIL
AFTER TECHNICAL EVALUATION.
2.1.2 One original and two copies (each in its own sealed envelope) and one electronic copy of the
Technical Proposal, including all materials relevant to the Technical Proposal all packaged in
one sealed envelope marked NOT TO BE OPENED UNTIL AFTER August 30, 2019.
2.1.3 Technical and Price Proposal Packages shall be packaged together in one sealed envelope
marked NOT TO BE OPENED UNTIL AFTER August 30, 2019.
2.1.4 Each envelope shall be labeled with:
Communications Field Area Network: Purchasing and Customs
Jamaica Public Service Company Limited Security - Front Desk
113 Washington Boulevard Kingston 20, Jamaica
RFP# E-3617 Technical Proposal or Price Proposal (as appropriate to the contents)
DEADLINE FOR RECEIPT OF BIDS: August 30, 2019 AT 4:00 PM (Jamaica local
Time).
RFP# E-3617 Technical Proposal or Price proposal (as applicable) must also be stated on the air
waybill (if sent via courier).
6
Table 1: RFP Calendar
RFP CALENDAR
ACTIVITY DUE DATE RESPONSIBILITY
RFP notice issuance date July 18, 2019 JPS
RFP questions due to JPS August 2, 2019 Offeror
Final date to respond to all questions August 12, 2019 JPS
Deadline for submission of bids under
RFP to JPS
August 30, 2019 @
4pm (Jamaica Local
Time)
Offeror
Opening of Bids
September 2, 2019 @
2pm (Jamaica Local
Time)
JPS
Completion of Technical Review and
Evaluation of bids September 18, 2019 JPS
Opening of Price Proposal September 19, 2019 JPS
Shortlisted Vendors’ clarifications,
presentations, negotiation
September 24-26,
2019 JPS
Final selection and advise all Offerors October 4, 2019 JPS
Offerors will be evaluated based on the following evaluation criteria:
Table 2: Evaluation Criteria
EVALUATION CRITERIA SCORE (%)
Technical Specification and Value Proposal 45%
Price, Lead-time 25%
Warranty 5%
Experience, Technical Capacity 10%
Financial Strength and Lifecycle Cost Analysis 15%
Total 100%
7
2.2 Quote Inclusions
Your quote should include:
2.2.1 Manufacturer’s lead time
2.2.2 Terms of payment
2.2.3 Delivery- see 2.2.7
2.2.4 Warranty Terms: The Offeror warrants that the goods supplied under the Contract are new,
unused, of the most recent or current models and incorporate all recent improvements in
design and materials unless provided otherwise in the Contract. The Offeror further warrants
that the goods supplied under this Contract shall have no defect arising from design,
materials or workmanship, except in so far as the design or material is required by the JPS’s
(Purchaser’s) Specifications, or from any act or omission of the Offeror, that may develop
under normal use of the supplied goods in the conditions in the country of final destination.
2.2.4.1 This warranty shall remain valid for a minimum of two (2) years after delivery at final
destination, except as otherwise may be noted in the technical requirements of this RFP
after the goods, or any portion thereof as the case may be, have been delivered and
commissioned at the final destination indicated in the Contract except as otherwise
specified in the Contract documents.
2.2.4.2 JPS shall promptly notify the Offeror in writing of any claims arising under this
warranty.
2.2.4.3 Upon receipt of such notice, the Offeror shall, depending on which of the methods can
be achieved more expeditiously with reasonable speed, repair or replace the defective
goods or parts thereof, without costs to the JPS and under the terms and conditions as if
the replacement goods or parts were being delivered to the Company for the first time.
2.2.4.4 If the Offeror, having been notified, fails to remedy the defect(s) within a reasonable
period, JPS may proceed to take such remedial action as may be necessary, at the
Offeror’s risk and expense without prejudice to any other rights which JPS may have
against the Offeror.
2.2.5 Specification - Notwithstanding the attached information, all drawings and technical
literature detailing the description of the product and services being offered must accompany
the Bid and be included with the technical proposal.
2.2.6 International Commercial Terms (Incoterms) should be clearly stated, shall be as per the
International Chamber of Commerce (ICC) and must comply with the terms of this RFP.
2.2.7 All products are to be quoted CIF Kingston Jamaica in United States Dollars. No additional
allowance shall be made for shipping except where the JPS requires and requests special
shipping. It is the responsibility of the supplier to ensure safe delivery to the designated
location in Jamaica within the allowed times.
8
2.2.8 Late Bids - Any bid received by the Company after the deadline for submission of bids
prescribed by the Company, pursuant to Section 2.1, will be rejected and/or returned
unopened to the Offeror.
2.2.9 Non-Conforming Bids - Any bid received that does not meet the requirements of this RFP
may be considered to be non-responsive, and the bid may be rejected. Offerors must comply
with all of the terms of this RFP. JPS may reject any bid as being non-responsive that does
not comply with the terms, conditions, and characteristics of this RFP or the key criteria for
selection.
2.2.10 Bid withdrawal - An Offeror may withdraw a submitted bid at any time up to the deadline for
submitting bids. To withdraw a bid, the Offeror must submit a written request electronically,
or via fax, signed by an authorized representative, to JPS before the deadline for submitting
bids. After withdrawing a previously submitted bid, the Offeror may submit another bid at
any time up to the deadline for submitting bids.
2.2.11 Confidentiality - The Offeror should recognize that JPS operates in a sensitive business
environment and, for that reason the Offeror must treat the materials and data provided by
JPS during the evaluation and negotiation period as confidential. The successful Offeror may
be required to agree to and execute a Confidentiality agreement.
2.2.12 RFP Cancellation or Amendment - At any time prior to the deadline for the submission of
bids, the Company may for any reason, whether at its own initiative or in response to a
clarification requested by a prospective Offeror, modify the bidding documents by
amendment. JPS also reserves the right to cancel the RFP at any time at its own discretion at
which time due notice will be given to prospective bidders.
2.2.13 JPS reserves the right to:
2.2.13.1 Reject any and all proposal(s) at its sole and absolute discretion. Submission of a
proposal constitutes acknowledgement that the Offeror has read and agrees to be bound
by such terms and conditions as outlined in the RFP document;
2.2.13.2 Modify the quantity of fixtures required for the RFP.
2.2.13.3 Requests revisions to, corrections of, or other changes to any bid submitted as a
condition to its being given any further consideration;
2.2.13.4 Shortlists the overall best evaluated bids or alternatives submitted, as determined by
the JPS evaluation team.
2.2.13.5 Truncate negotiations with an Offeror if JPS determines that progress towards a
contract is not proceeding in a reasonable manner or at a reasonable pace; and,
2.2.13.6 Open negotiations with next best-evaluated Offeror;
2.2.14 Written Clarifications - JPS reserves the right, at its sole discretion, to request clarifications
of bids or to conduct discussions for the purpose of clarification with any or all Offerors.
The purpose of any such discussions will be to ensure full understanding of the bid proposal.
Discussions will be limited to specific sections of the bid identified by JPS and, if held, will
be after initial evaluation of the bids. If clarifications are made as a result of such discussion,
the Offeror will submit such clarifications electronically. Refusal to respond to JPS’ request
for clarifications may be considered non-responsive and be used as grounds for rejection of
the bid.
2.2.15 Contract Award - The award will be based on the proposal that is most responsive to the
requirement of JPS and that which will offer the greatest value for JPS. Issuance of this RFP
9
does not constitute a commitment by JPS to award any contract. JPS reserves the right to
invite any or all Offerors to make an in-person presentation. The cost of such presentation
and the preparation of the bids would be the sole responsibility of the Offerors.
3 GENERAL CONTRACT CONDITION
3.1 General Contract Terms
3.1.1 If at any time during the performance of the Contract, the Offeror/Contractor or its
subcontractor(s) should encounter conditions impeding timely performance of the services,
the Offeror/Contractor shall promptly notify the JPS in writing of the fact of the delay, it’s
likely duration and its cause(s). As soon as practicable after receipt of the
Offeror/Contractor’s notice, the JPS shall evaluate the situation and may at its discretion
extend the Offeror/Contractor’s time for performance, in which case the extension shall be
ratified by the parties by amendment of the Contract, or terminate the Contract in accordance
with the provision of clause.
3.1.2 Payment: Payment shall be effected within 60 days of receipt and acceptance of the product
by JPS.
3.1.3 Delay of Services: If at any time during the performance of the Contract, the
Offeror/Contractor or its subcontractor(s) should encounter conditions impeding timely
performance of the services, the Offeror/Contractor shall promptly notify JPS in writing of
the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt
of the Offeror/Contractor’s notice, JPS shall evaluate the situation and may at its discretion
extend the Offeror/Contractor’s time for performance, in which case the extension shall be
ratified by the parties by amendment of the Contract, or terminate the Contract in accordance
with the provision of clause 3.1.5 below.
3.1.4 Liquidated Damages: If the Supplier/Contractor fails to deliver in accordance with the
agreed delivery schedule, JPS shall without prejudice, to its other remedies under the
contract, deduct from the contract price, as liquidated damages, a sum equivalent to two and
one half percent (2.5%) of the delivered price of the delayed goods for each month of delay
until actual delivery up to a maximum deduction of fifteen percent (15%) of the delayed
goods contract price. Once the maximum is reached, JPS may consider termination of the
contract in accordance with the provision of clause 3.1.5 below.
3.1.5 Termination: JPS may, without prejudice to any other remedy for breach of contract, by
written notice of default sent to the Offeror/Contractor, terminate the Contract in whole or in
part:
a. If the Offeror/Contractor fails to perform any other obligation(s) under the Contract.
b. The JPS may by written notice sent to the Offeror/Contractor, terminate the Contract,
in whole or in part, at any time for its convenience by giving seven (7) working days’
notice. The notice of termination shall specify that termination is for the JPS's
convenience, the extent to which performance of work under the Contract is terminated,
and the date upon which such termination becomes effective.
10
3.1.6 Force Majeure: The Offeror/Contractor shall not be liable for liquidated damages or
termination for default, if and to the extent that, the delay in performance or other failure to
perform its obligations under the Contract is the result of an event of Force Majeure. For the
purposes of this clause, "Force Majeure" means an event beyond the control of the
Offeror/Contractor and not involving the Offeror/Contractor’s fault or negligence and not
foreseeable. Such events may include, but are not restricted to, acts of the JPS either in its
sovereign or contractual capacity, wars or revolutions, fires, floods, hurricanes, epidemics,
quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the
Offeror/Contractor shall promptly notify the JPS in writing of such condition and the cause
thereof. Unless otherwise directed by the JPS in writing, the Offeror/Contractor shall
continue to perform its obligations under the Contract as far as is reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by the Force
Majeure event.
3.2 Governing Laws, Regulations and Code of Ethics
3.2.1 Governing Law: This RFP shall be governed by and interpreted in accordance with the Laws
of the Jamaica.
3.2.1.1 The Offeror shall observe and comply with all applicable laws, ordinances, codes and
regulations of governmental agencies, including local governing bodies having
jurisdiction over the work or part thereof. All products supplied by the Offeror must be
in accordance with these laws, ordinances, codes and regulations.
3.2.1.2 The Offeror shall defend, indemnify and hold harmless, JPS from all liabilities, fines,
penalties and consequences from any non-compliance or violations of such laws,
ordinances, codes and regulations.
3.2.1.3 The Offeror shall fully indemnify JPS from the Offeror against loss, liability or damage
caused by the Offeror or its employees.
3.2.1.4 The Offeror shall defend, protect, indemnify and hold free and harmless JPS, all the
lands and property belonging to either of them from and against all liens or claims filed
or threatened or made on account of work done, services performed or materials
furnished by Offeror, its vendors and/or Supplier/Contractors/subcontractor of any tier.
3.2.2 Settlement of Disputes: The parties shall use reasonable endeavours to amicably resolve by
direct informal negotiation any disagreement or dispute arising between them under or in
connection with this RFP.
11
3.2.2.1 If, after twenty-eight (28) days, the parties have failed to resolve their dispute or
difference by such mutual consultation, then either JPS or the Offeror may give notice
to the other party of its intention to commence arbitration, as hereinafter provided, as to
the matter in dispute, and no arbitration in respect of this matter may be commenced
unless such notice is given. Any dispute or difference in respect of which a notice of
intention to commence arbitration has been given in accordance with this clause shall
be finally settled by arbitration and shall be binding upon the parties. Arbitration
proceedings shall be conducted in accordance with the rules of arbitration of the
Jamaican legal system by one or more arbitrators appointed in accordance with the said
rules.
3.2.3 JPS Guidelines for Ethical Business Conduct:
JPS is a company dedicated to conducting its business with honesty and integrity. All
employees are expected to be personally responsible for the highest standards of ethical
business behavior in their own conduct and to strive to see that these standards are upheld in
the conduct of their fellow employees. Additionally all persons/entities who undertake
business with or on behalf the Company are also expected to comply with the following
Guidelines for Ethical & Business Conduct. JPS is committed to dealing with its customers,
fellow employees, partners, vendors, stockholders, regulators and communities in a fair and
truthful manner.
3.2.4 Employee Relations
Employees are to be treated with fairness, respect and dignity, offering equal opportunities for
employment to all individuals. Intimidation or harassment based on race, sex, age, color,
religion, national origin or disability is prohibited. Corporate rules, policies and procedures
apply to all employees regardless of position.
3.2.5 Partner and Customer Relations
The Company strives to work with its partners and customers honestly and in good faith to
create mutually beneficial business relationships.
3.2.6 Vendor Relations
Vendors must be dealt with in a fair and equitable manner. The decision to purchase or obtain
goods and services must be made objectively and must be in the best interest of the Company
and not for personal gain.
3.2.7 Laws and Regulations
All laws and regulations that apply to the Company’s business activities must be observed and
followed.
3.2.8 Corporate Resources
Corporate resources - time, manpower, equipment and supplies – must be used for company
business only or for activities that the Company has specifically sponsored or approved.
There should always be economical use of resources that belong to the company, its partners
and its customers.
12
3.2.9 Company Information
Use of the Company’s confidential information must only be for the purpose for which it was
developed or given. The confidentiality of information about the Company, employees,
customers, vendors and partners must be complied. There must also be compliance with the
laws prohibiting securities trading on the basis of material non-public information.
3.2.10 Conflicts of Interest
Conflicts or perceived conflicts, between personal interests and official responsibilities on
behalf of the Company must be avoided. Neither employees nor their family members can
have financial interests in firms engaged in business with the Company where these interests
are or would appear to benefit of employee. If employees or their family members do have a
financial interest in firms engaged in business with the Company, employees are to notify
their officer. It is expected that employees who are engaged in charitable or profitable
activities outside of the company will not allow these activities to interfere with normal work
activities.
3.2.11 Gifts and Gratuities
Gifts, entertainment or other favors that are not a reasonable adjunct to a business
relationship, but which are offered to primarily intend to gain favor or influence must not be
accepted or authorized. This policy is not intended to prohibit token gifts of nominal value,
business meals and other customary and accepted business practices. Under no circumstances
should gifts in the form of cash or certificates exchangeable into cash be accepted or
authorized. Any gift which an employee believes might be in violation of this code or would
be embarrassing to the Company if publicly disclosed must be reported immediately to
management.
3.2.12 Accounting and Financial Integrity
All business transactions must be fairly and accurately recorded in accordance with the
company's accounting procedures. Company funds are to be used only for lawful and proper
purposes; no undisclosed funds or accounts may be established. All cash and bank account
transactions are handled so as to avoid any question of bribery, kickbacks other illegal or
improper payments or any suspicion of impropriety whatsoever.
3.2.13 Political Activity
The Company recognizes the rights of our employees, as individuals, to support political
candidates and to engage in certain political activities. However, no company funds or other
assets may be used to make political contributions to candidates for public office or to
political parties. In their personal political activities, employees are responsible for adhering
to applicable laws specific to the states or countries where they work or reside. Subject to any
such legal restrictions, employees and sub-contractors may support candidates with their time,
talents and money as long as these activities are conducted on personal time, without any use
of company facilities, equipment or other resources, such that it cannot be construed that the
company has contributed to a candidate - directly or indirectly.
13
Persons/entities who do business with or undertake activities on behalf of the Company are
required to act in accordance with the Code.
3.2.14 Foreign Corrupt Practices Act
The Company must strictly abide by all local and applicable law which prohibits the payment
of money or anything of value to a foreign official (directly or through an intermediary) for
the purposes of obtaining or retaining business.
3.2.15 Political Activities
Of particular importance to JPS are those laws and regulations that regulate or proscribe
conduct relating to lobbying, political campaign contributions or other dealings with public
officials or candidates for public office. The Parties expressly acknowledge that all amounts
paid by JPS consist solely of payment for services rendered or reimbursement of all normal
"out of pocket" expenses related thereto; and no portion of such payment shall be forwarded
to any political campaign, any candidate for political office or any candidate's campaign
committee or to any other entity if JPS itself could not lawfully make such a payment. While
Offeror/Contractor expressly agrees not to make any campaign contributions for or on behalf
of JPS in any form, Offeror/Contractor retains its right to make such contributions in its
individual capacity as are permitted by law.
3.2.16 We maintain appropriate internal accounting control and record keeping requirements in
accordance with the Act. Any violations or solicitations to violate the Act must be reported
immediately to management or legal counsel.
3.2.17 Any Offeror finding any discrepancy in or omission from this RFP, in doubt as to the
meaning of any provision(s) herein, or feeling that the RFP is discriminatory, shall notify the
JPS point of contact within the Procurement Office in writing immediately but not less than
within seven working (7) days prior of the scheduled opening of proposals.
3.2.18 Inquiries and exceptions taken by proponents in no way obligate JPS to change the RFP,
however any interpretations given by the JPS and any changes made to the RFP will be
reflected in addenda duly issued by the JPS.
3.2.19 JPS will assume no responsibility or liability for oral instructions or suggestions. All official
correspondence in regard to the RFP should be directed to the JPS Procurement Office.
3.2.20 All proposals must be signed by an authorized signatory of the Offeror.
3.2.21 JPS reserves the right to make additional copies of all or part of each Offeror’s proposal for
internal use or for any other purpose required by law.
3.2.22 Proposals will be publicly opened. Any financials submitted will be kept strictly
confidential.
3.2.23 Any Offeror who during the due diligence portion of the evaluation process is found to have
unsatisfactory references or questionable ethical practices will be disqualified at the sole
discretion of JPS.
3.2.24 Offeror must be primarily engaged and experienced in providing one or more of the services
as outlined.
3.2.25 Offerors are solely responsible for all costs associated with preparing their response and the
provision of any required samples for testing.
3.2.26 Any questions or clarifications must be submitted by August 2, 2019. Email is an acceptable
means of posing a question. JPS will post all responses to questions on their website at
http://www.myjpsco.com/
3.2.27 Offerors will be advised of the results after an evaluation of all proposals have been
completed, any final field testing and a final respondent selected.
14
3.2.28 Disqualification for Inappropriate Contact - Any attempt on the part of an Offeror or any of
its employees, agent, Supplier/Supplier/Contractors or representatives to contact any of the
following persons with respect to this RFP or the Services prior to contract award may lead
to disqualification:
a. Any member of the evaluation team except the referenced POC;
b. Any member of the Jamaican Government or JPS regulatory authority; and
c. Any other member of the JPS staff.
4 POINTS OF CONTACT (POC)
All communications and questions with JPS regarding this RFP must be directed to the following Points of
Contact (POC):
Kolonje McKenzie [email protected]
CC. Terry Brown [email protected]
Jennifer Foster [email protected] Jamaica Public Service Company Ltd.
113 Washington Boulevard
Kingston 20, Jamaica
5 TECHNICAL REQUIREMENTS
5.1 Phase 1 Areas and IED Assets
The geographical areas have been identified that best captures, for JPS, a reasonable representation of the
network requirements across the island. These areas will test for characteristics such as:
1. Performance in urban, flat terrain, high RF congestion, higher density of IEDs area
2. Performance in rural, hilly terrain, lower density of IED area
3. Multiple protocol and physical interface support – such as RS232, IP, DNP3
4. Coverage
5. Adjacency and redundancy (if supported) – having multiple base station sites in an area.
6. Robustness
The repeater sites in Table 3 identify Phase 1 deployment which is expected to be completed in 2019:
15
Table 3: Phase 1 Repeater Sites
Site Name Parish
Location
Tower Height (m) Latitude Longitude
Catherine Peak H St Andrew 18 4 38.08 N 76 42 9.04 W 61
ECS – JPS Washington Boulevard *
St Andrew
18 1 30.03 N 76 50 8.16 W
50
Marly Hill St Catherine 17 57 3.86 N 76 53 14.11 W 30
Juan-De-Bolas St Catherine 18° 05' 14.19" N 77° 08' 51.80" W 50
*ECS is the designated Headend Site
The anticipated coverage area of the chosen repeater sites should provide communication for all IEDs
within the following four parishes:
Kingston | St. Andrew | St. Catherine | Clarendon
The following represents the typical IED assets that are within the anticipated coverage area of the chosen
repeater sites. KMZ file for the asset locations of the Phase 1 Area and for the island is given in Appendix
2.
Table 4: Assets and their Communication Parameters
Asset type Physical
Data
Interface
Typical
Data
Throughput
Average
Number
of Ports
Location
Type
Power
Available
Typical
Mounting
Height
Quantity
Field Devices
Includes: Reclosers,
FCIs, Switches and
Access Points
Ethernet,
RS232
9.6kbps 1 Pole 110VAC,
24VDC
(battery
backup)
15 Feet Within .kmz
file
AMI
Aggregation/Access
Point
8P8C (RJ45)
Ethernet
0.5kbps 1 Pole 110VAC 15 Feet Within .kmz
file
Substation 8P8C (RJ45)
Ethernet,
DB-9 or
8P8C (RJ45)
RS232 Serial
1.54 Mbps 2 Building -48VDC,
110 VAC
(50Hz)
20 Feet 39
Repeater Site 8P8C (RJ45)
Ethernet
N/A, used
for backhaul
1 Building -48VDC,
110 VAC
(50Hz)
15 Feet 5
Commercial and
Operations Offices
8P8C (RJ45)
Ethernet
5 Mbps 1 Building -48VDC,
110 VAC
(50Hz)
15 Feet 4 (Does not
include
offices in
Kingston)
JPS requires that the vendor determine the number and type of IED assets that will be included within the
first phase. This is to allow vendor flexibility and a demonstration of coverage, spectral efficiency and
other system benefit(s).
16
5.2 Requirements
The following lists the details of the information to be provided by the Vendor regarding their Field Area
Network solution. In addition to these specifics JPS expects that an overview be presented, wherein the
solution being proposed is summarized. Within this overview, the technologies utilized, key benefits and
10-15 year growth potential must also be shown. It is also expected that any value-add benefits to this
solution be clearly shown (supporting financial or other empirical statistics is strongly recommended).
Vendor must show compliance by indicating:
C- Compliant – proposal is fully compliant with the requirements in the paragraph and no functional
alternative is proposed.
X – Non Compliant – Vendor takes exception to the requirement. Proposal is not compliant with the
paragraph and no functional alternative is proposed.
A – Alternative – proposal is not compliant with the requirements of the paragraph and a functional
alternative is proposed.
CL – Clarification – proposal complies with the intent of the requirement of the paragraph. Vendor shall
describe all assumptions, clarifications and qualifications support this assertion of compliance with intent.
Vendor response must clearly articulate how the system meets the requirements, aspects of non-compliance,
detailed alternatives and clarification. Add all supporting documentation as needed to support the response.
Reference to manuals or other documents must be specific; page numbers, bullets, etc.
17
Parameter Requirement Compliance Vendor Response
Maturity of
Solution
Deployments Track record of the Vendor in
providing FAN systems and project
support provided. Vendor to provide
list of prior deployments of proposed
system and similar systems around
the world and references.
System
Overview
Overview of FAN Vendor shall provide all the topology
designs the FAN configurations and
outline the standard guaranteed
transmission ranges for both the LAN
and WAN technologies used.
Supporting
Elements of FAN
The vendor shall describe all elements
of the communication solution (e.g.
fibre, Ethernet, microwave radio, etc)
that will effectively support the
technical and functional capabilities
of the FAN as required by this RFP.
Compliance Listing of all the fan components and
the standards to which they comply.
All FAN components is expected to
comply with the latest revisions of
applicable rules and standards from
the appropriate governing bodies (i.e.
ANSI, IEC, FCC, etc.)
Scalability The vendor shall supply information
regarding the options and cost
associated with the infrastructure
needed to expand the Phase one’s
FAN infrastructure to support
islandwide coverage with a minimum
100,000 End-points. Endpoints can be
scaled in relation to the Assets and
Devices table for the Phase 1 area.
General Criteria
18
Parameter Requirement Compliance Vendor Response
Frequency The FAN system should operate in
the frequency bands between
200MHz and 6GHz.
1. It is the responsibility of the
Vendor to verify they can operate
on their system’s frequency in
Jamaica. If selected, it will be the
Vendor/Contractor’s
responsibility to secure necessary
approvals and licenses. JPS will
provide support.
Maximum number
of supported end
points per device
Vendor must state the maximum
number of CPEs or SUs supported as
well as throughput per CPE/SU when
maximum used.
Interference
Immunity
Vendor must show features on
handling and/or mitigating RF
interference along with theory of
operation.
Throughput Vendor should state throughput speed
of the network that can be supported.
Resilience Vendor should describe the systems
abilities to overcome disruptions by
having capabilities such as self-
healing and/or path or equipment
redundancies.
Latency Vendor shall describe the response
speed and data latency of the
proposed FAN system.
Please describe how the FAN speed is
affected by different design
configurations. Specifically what are
the minimum, maximum and typical
response times based on the number
and type of end devices per Access
Point.
19
Parameter Requirement Compliance Vendor Response
Transport
Capability
Ability for Ethernet, TCP/IP and UDP
as well state any special features for
handling delay sensitive traffic such
as TDM or utility related protection
services. Vendor should discuss
prioritizing features such as QoS.
Addressing IPv6, IPv4
Coverage Vendor should provide maps
depicting calculated two-way
communication coverage for each
Phase one repeater site individually
and for all Phase one sites combined.
Vendor should detail the coverage
prediction software used, along with
conditions utilized – such as: antenna
heights and types; RF power levels;
modulation; bandwidth.
Transmit Power
Range
Vendor should provide the transmit
power of the antenna and expected
range in Km for indoor, outdoor
encumbered, and free space
Annual average
system availability
Vendor shall design the FAN to meet
an annual average availability of
99.9% which shall include the
CPEs/Subscriber Units
Environment for
Access Point
Weatherproof
Rating
IP65 or better
Operating
Temperature
18°C to 70°C
Surge Protection ANSI C-High 10kV/10kA
Form Factor Vendor should state the size of each
equipment (to include: antenna sizes.)
Show form factors supported with
drawings/images.
20
Parameter Requirement Compliance Vendor Response
Power Vendor should state voltage range
supported and Current/Power
requirement.
Preference for:
9VDC-60VDC, or
110VAC, 50Hz with battery backup.
Interfaces Vendor should state physical interface
provided and provide diagrams or
photographs of the interfaces.
Preference is for:
Ethernet
RJ45 (8P8C) Copper Ethernet
RS232 (for DNP3 transport)
DB-9 port and/or RJ45
(8P8C)
SFP (for devices at repeater
sites)
System Security
Encryption/
Security
1. AES-256 Encrypted
Communications or better
2. Secure - has Algorithm or other
such as RSA1024 or ECC-256
3. List all the security protocols
supported by the application
Data Security Vendor shall describe the data
protection and operational security
provisions of the NMS and FAN.
The description shall explain how
said provision will detect and prevent
unauthorized access to the data and
control functions of all accessible
system elements.
Management
system
21
Parameter Requirement Compliance Vendor Response
Network
Management
System (NMS)
The NMS shall provide an easy to use
graphical user interface utility portal
offering to manage and monitor the
network. It shall include reports and
displays to assist in viewing system
and schedule performance, events and
alarms, operation and maintenance.
The vendor should describe the
conditions for how all alarms and
event notifications from end-point
devices shall be delivered to the NMS
in near real time.
The NMS shall provide endpoint data
to other enterprise systems. It shall
also support multiple hardware and
operating system platforms.
Other options provided by the NMS
should be discussed.
NMS Support Vendor should describe the support
information where applicable for each
software component to include costs
for the software technical support
services.
One time and recurring cost should be
clearly identified for each component.
Application-layer
Protocol
Vendor should state Simple Network
Management Protocol used
(SNMPv2/3)
Over The Air FAN shall allow for Over-The-Air
(OTA) management, such as
firmware updates and scheduled
configuration changes
Hardware
22
Parameter Requirement Compliance Vendor Response
Hardware Costs Vendor must describe and quote
associated costs for all the necessary
hardware, file servers, workstations,
data concentrators, network
interfaces, power supplies, cables,
communication modules, storage
capacity, backup systems, antennas,
mounts, lightning protection, etc.,
needed to install and operate the
proposed FAN.
Vendor should separately provide an
estimated cost for a full island wide
deployment based on location data of
assets provided.
Hardware
Technical Support
and Costs
The Vendor must provide the
following support information (where
applicable) for each required
hardware component:
Describe resources, programs, and
annual cost for the hardware technical
support and maintenance options
provided by the vendor and/or other
hardware vendor.
All maintenance cost elements must
be itemized and provided to JPS.
Failure to represent all costs can be
considered non-responsive.
Spares and Test
Equipment Costs
Expected failure rates and proposed
spares must be provided in addition to
test equipment and tools needed to
support a high level of system
availability. These costs shall be
itemized.
Data Sheets Vendor to provide Data Sheets for all
equipment and antennas proposed.
Jamaica in within the hurricane belt
of the Caribbean and provisions for
wind loading must be clearly
articulated.
Training
23
Parameter Requirement Compliance Vendor Response
Training Vendor must include training in the
proposal for a minimum of 10 persons
to be trained on installation and
management of this infrastructure.
Details on the components of the
training and expected prior
knowledge of the personnel to absorb
the material are to be provided in the
submissions along with the costs.
Training is to be done in Jamaica at
JPS’ facility.
Project
Management
Installation Vendor to provide details of site
assessment requirements, both parties
site responsibilities (to include those
for the site assessments) and timeline
to implement project.
Equipment &
Technology
Roadmap
Equipment
Roadmap
Vendor shall provide a roadmap
detailing the development of the
solution over the next 5 to 10 years.
Vendor shall also provide details of
the solution developments that have
taken place in the last 5 years.
Technology
Roadmap
Vendor shall provide a roadmap
detailing the development of the
technology foreseen over the next 5 to
10 years and the planned integration
of this development into their
equipment.
Vendor Support The system should be supported for a
minimum of 10 years by the vendor to
ensure operability within the local
working environment
24
Parameter Requirement Compliance Vendor Response
Equipment
Obsolescence
Vendor should show details or policy
on how equipment support and
notifications to customers are handled
for equipment that have or are
becoming End Of Life, End Of
Support and replaced.
25
5.3 Further Solution Details
The following lists additional details of to be provided by the Vendor regarding their Field Area
Network solution.
Item Category Vendor Response
1
Coverage
State the number of field end devices that will be covered
(have established communication meeting required
standards) by the given five (5) repeater sites
State the number of base station radios proposed, for use at
the five (5) repeater sites
2 State how many additional repeater sites are required to
cover all the assets within the required parishes if cannot
be covered by the given five (5) repeater sites only
3 State the number of base station radios proposed, for use at
the additional repeater sites
4 State how many additional (apart from those shown with
the .kmz file), if any, repeater sites are required to cover
the field end devices across the island of Jamaica
5
Technology
State the technology proposed (for example: LTE,
WIMAX, etc.)
6 State the spectrum proposed (frequency and bandwidth)
7 State if equipment proposed will be End of Life in less
than 5 years
8
Project
State equipment lead time ARO
9 State minimum implementation time (ARO to all devices
commissioned)
10 State number of engineers that will locally assist the JPS
team for the implementation
11 State estimated duration and timeline that the engineers
will be stationed locally
5.4 Excluded Spectrum
The proposed solution shall utilize spectrum between 200MHz and 6GHz, but will exclude the following
spectrum within this range. It is the responsibility of the Vendor to verify that their system can operate on the
proposed frequency in Jamaica.
Band MHz
3 1800MHz
26
5.5 SHIPMENT
No shipment of equipment or materials shall commence without the written approval of JPS. Approval
shall only be given after the receipt of all relevant documents, certifications, final drawings, test reports
etc. JPS shall be informed at least ten (10) workings days prior to shipment.
6 Intellectual Property Infringement and Royalties
The Offeror/Contractor represents and warrants that, to the best of its knowledge, neither it nor JPS will
infringe any third party's intellectual property rights (including patent, copyright or industrial design) as a result
of the performance of the Services or through the use of any work delivered by the Offeror/Contractor in
connection with the Services (the “Work”), and the Offeror/Contractor shall, at its own expense, defend any
suit that may arise in respect thereto and hold harmless and indemnify JPS against all claims, demands, costs,
charges and expenses arising from or incurred by any such infringement.
If anyone makes a claim against JPS or the Offeror/Contractor concerning intellectual property infringement
or royalties related to the Work, that Party agrees to notify the other Party in writing immediately. If anyone
brings a claim against JPS, the Offeror/Contractor agrees to participate fully in the defense and any settlement
negotiations and to pay all costs, damages and legal costs incurred or payable as a result of the claim, including
the amount of any settlement. Both Parties agree not to settle any claim unless the other Party first approves
the settlement in writing.
6.1 The Offeror/Contractor has no obligation regarding claims that were only made because:
6.1.1 JPS modified the Work or part of the Work without the Offeror/Contractor’s consent or used
the Work or part of the Work without following a requirement of the Contract; or
6.1.2 JPS used the Work or part of the Work with a product that the Offeror/Contractor did not
supply under the Contract (unless that use is described in the Contract or the manufacturer's
specifications); or
6.1.3 The Offeror/Contractor used equipment, drawings, specifications or other information
supplied to the Offeror by JPS (or by someone authorized by JPS); or
27
6.1.4 The Offeror/Contractor used a specific item of equipment or software that it obtained
because of specific instructions from JPS; however, this exception only applies if the
Offeror/Contractor has included the following language in its own contract with the supplier
of that equipment or software: "[Supplier name] acknowledges that the purchased items will
be used by JPS. If a third party claims that equipment or software supplied under this
contract infringes any intellectual property right, [Supplier name], if requested to do so by
either [Offeror/Contractor name] or JPS, will defend both [Offeror/Contractor name] and JPS
against that claim at its own expense and will pay all costs, damages and legal fees payable
as a result of that infringement." responsibility and, if the Supplier/Supplier/Contractor does
not do so, the Offeror/Contractor will be responsible to JPS for the claim.
6.2 If anyone claims that, as a result of the Work, the Offeror/Contractor or JPS is infringing its
intellectual property rights, the Offeror/Contractor must immediately do one of the following:
6.2.1 Take whatever steps are necessary to allow JPS to continue to use the allegedly infringing
part of the Work; or
6.2.2 Modify or replace the Work to avoid intellectual property infringement, while ensuring that
the Work continues to meet all the requirements of the Contract; or
6.2.3 Take back the Work and refund any part of the Contract Price that JPS has already paid for
the Work.
7 Submission Requirements
7.1 Offerors may submit the following option
7.1.1 FAN Solution materials, equipment, training, physical onsite support at the time of
installation, etc. excluding construction
7.2 The submission of a proposal will be considered as a representation that the Offeror has carefully
investigated all conditions which may affect or may, at some future date, affect the Offeror’s
performance of the services as described in this RFP and that the proponent is fully informed
concerning the conditions to be encountered, quality and quantity of work to be performed and
materials to be furnished; also, that the proponent is familiar with and will abide by all Jamaican
laws and regulations which in any way affect the performance of the services or persons engaged
or employed in the performance of the services.
7.3 All Offerors or their authorized representative shall prepare and sign a cover letter confirming their
understanding of the RFP including the following provisions for the contract:
7.3.1 Project scope of work;
7.3.2 Detail the option they are responding to; and
7.3.3 Insurance, warranty, and indemnity requirements.
7.3.4 Submission of the letter shall constitute a representation by the Offeror that it is willing and
able to perform one of, or all the services described in this RFP and as detailed in their
submitted proposal.
28
7.3.5 Offeror shall provide a narrative description of its offer detailing the Offeror’s understanding
of JPS’s intent and objectives and how their offer helps JPS achieve those objectives. It must
discuss the Offeror’s plan for implementing, effectuating and monitoring the described
services, including any proposed approach to project management, strategies, tools and
safeguards for ensuring performance of all required facilities as well as any additional
relevant factors for JPS’s consideration as applicable to the offer tendered.
7.4 Provide a listing and description of at least three (3) similar projects of this type indicating when
the project was awarded, the scope of the project and when it was completed. Include project
references. Provide a list of all projects with brief description of the scope completed with contact
information for each in the past five years.
7.5 Descriptions for each project should be limited to one page for each location. Experience will not
be considered unless complete reference information is provided. At a minimum, the following
information must be included for each reference project:
7.5.1 Client name, address, contact person name, telephone, and email address;
7.5.2 Description of services provided similar to the service(s) outlined in this Request for
Proposals;
7.5.3 Identify service(s), if any, that were subcontracted, and to what other company(ies);
7.5.4 Total dollar value of the project;
7.5.5 Project term (start and expiration);
NOTE: JPS may solicit relevant information concerning Offeror’s record of past performance from
previous clients, or any other available sources.
7.6 Present Offeror’s specific expertise for this proposal and how the Offeror’s products/
solutions would best serve JPS. Respondent must present information regarding the
Offeror’s standards and processes used to adhere to quality and JPS required schedule. The
name and involvement of any sub-Offeror/Contractor if applicable to be utilized on the project,
including:
a. A clear description of how responsibilities will be divided;
b. A description of previous collaborations between the specific entities involved; and
c. Location of manufacture of the offered product(s).
7.7 Offeror is required to prepare and submit a brief description of the Offeror’s firm, company, or
corporation, which must include:
a. Name, mailing address, email address, telephone number and fax number of the primary
contact person for firm.
b. A brief description of firm, number of years in business, major markets served, company
history, relevant operating segments, primary vision and strategy, number of employees,
office locations and any Joint Venture Partners.
c. Names top 5 executives, their tenure, experience, qualifications etc.
d. Provide a discussion on the ability of this Offeror to provide goods and services on a timely
basis. List any current or anticipated commitments that may impact the Offeror’s ability to meet
required timelines proposed for this project.
e. Financial statement demonstrating Offeror’s financial capability to undertake and complete the
project and to provide the warranty services.
29
f. Audited financial statements for past 3 years (2016, 2017, and 2018).
g. State any potential conflicts of interest. Include any employment or other relationship your firm
has with regulating agencies, or any other entity, which may be perceived as a conflict of
interest. Explain why any such conflicts of interest would not impact this project.
h. A copy of any resolution or some other form of authority, signed by a Chief Executive Officer,
Corporate Secretary, or managing partners, which lists the specific officers who are authorized
to execute agreements on behalf of the Offeror.
8 Evaluation, Selection Process and Proposal Outline
8.1 Evaluation Process
All proposals received in response to this Request for Proposals will be reviewed by JPS selected
staff and such other JPS personnel as JPS may in JPS’s sole discretion include.
8.2 Compliance
The evaluation team will review each proposal for compliance with the RFP and the technical
specifications as outlined herein. At the end of this process the final qualified vendor pricing will be
opened and the associated scoring added to the scores to arrive at a final score. Using these scores
and any other information available to JPS, JPS will make a final selection that best serves the needs
of the JPS and the island of Jamaica. Offeror’s equipment may be subject, at the sole discretion
of JPS, to a field test and evaluation prior to final acceptance. Such field test and evaluation
may affect the anticipated timeline.
8.3 Due Diligence
To assist in this evaluation of the proposal the Evaluation Committee may:
a. Contact any or all of the client/customer contacts cited in a proposal to verify any and all
information regarding a proponent and rely on and consider any relevant information obtained
from such references in the evaluation of proposals; This may also include independent
investigation into other projects not cited or other potential references whether cited or not;
b. Conduct any background investigations that it considers necessary and consider any relevant
information obtained from such investigations in the evaluation of proposals; and
c. Seek clarification from a proponent only if certain information in their proposal is ambiguous
or missing and such clarification does not offer the proponent the opportunity to improve the
competitive position of its proposal.
8.4 Evaluation of Proposals
The review and selection committee will consider, but may not limit themselves to, the following
Evaluation Factors:
30
8.5 Submission Compliance
8.5.1 Was the submission complete and submitted in accordance with the RFP guidelines? Were
all documents required included?
8.5.2 Overall quality of the submission. Is the submission clear, easy to follow, does it adequately
address the requested information?
8.5.3 Understanding JPS needs - Does the submission demonstrate a clear understanding of JPS
needs, the environment in which the equipment will operate, the interoperability with other
systems, etc.?
8.5.4 Compliance with the specifications - Did the Offeror address every required specification
and indicate if their system was in compliance, and if it was not, why and their solution and
why it is equal or better? Did they offer better specifications than the minimum and to what
extent? Did they describe other benefits of their equipment that would make it more
advantageous to another brand or product?
8.5.5 Company history and financials - Has this company been in business five years or more and
do they or their parent company demonstrate sufficient financial strength to assure JPS they
will be in business long enough to meet JPS goals. Will the parent company provide a
financial guarantee?
8.5.6 Experience - What is the company’s experience in developing and deploying Field Area
Networks? What is the company’s experience with utilities, specifically power utilities?
What is the Company’s experience with island networks? We understand this is a rapidly
evolving technology and so in this case we will consider the company’s track-record of
success with their products of a like purpose and design.
8.5.7 References - Did they provide the required references? Were the references uniformly good
and were projects completed on time and on budget? Were there any issues and how were
they dealt with? Are there any unresolved issues? Did the end result meet with the
customer’s expectation?
8.5.8 Interoperability - How will the proposed product interoperate in the JPS system? Is it
proprietary? Is the company using open standards? Will it require additional development to
integrate, how long will it take and is that included as part of the offer. If so, what
experience has the company demonstrated in delivering such a result or product?
8.5.9 Smart City Applications - How is the company addressing the Smart Cities concepts? Do
they have any commercially installed systems that demonstrate expanded capabilities?
8.5.10 Price Proposal - The Price Proposal must be detailed and itemized. Bundling I allowed in
support of cost savings, however the components must first be detailed.
8.5.10.1 Proposal Outline. Offeror’s proposal shall include one chapter/section that addresses
the submission criteria above.
a. Proponents should include within the Price Proposal, on a separate page or pages, a detailed
listing of the tasks and activities with a breakdown into work packages, details of all
individual costs of the proposed services, and total cost. The price proposal is to be a
separate, sealed package.
31
b. The total cost shall represent the maximum payment for the project. Price data should
identify fixed operating costs, variable operating costs and design man-hour and overhead
costs which are included in the component prices which make up the total. Include and
identify expenses and VAT separately. Price is very important, but is not the sole or
determining factor for award.
8.6 Scoring System
JPS will use a scoring system that combines a rank ordering of each proposal and scoring of the
compliance with the specific requirements of the RFP, consistency with the overall objectives of the
JPS, level of partnership/support provided to previous projects and companies and costs. Failure to
meet one or more of the requirements may result in the rejection of a proposal at the sole discretion
of the Evaluation Committee.
8.7 JPS at its discretion may:
8.7.1 Select a bid other than the lowest priced if JPS determines, at its sole and absolute discretion,
that JPS’ interests will best be served by doing so;
8.7.2 Withhold any information used in conducting the evaluation;
8.7.3 Reject any or all bids and enter into negotiations with any Offeror or Offerors that JPS may
choose;
8.7.4 Seek clarification from any Offeror regarding bid information and may do so without
notification to any other Offeror;
8.7.5 Continue the review procedure until an Offeror is selected successfully or until JPS chooses
to reject all bids;
8.7.6 Accept any bid or alternate as submitted without negotiations;
8.7.7 Require revisions to, corrections of, or other changes to any bid submitted as a condition to
its being given any further consideration;
8.7.8 Select for negotiations only the overall best bids or alternate submitted, as determined by
JPS;
8.7.9 Truncate negotiations with and Offeror if JPS determines that progress towards a contract is
not proceeding in a reasonable manner or at a reasonable pace; and,
8.7.10 Open negotiations with the next best evaluated Offeror. (See also sections 2.2.1 through
2.2.17).
32
9 Price Proposal
The JPS reserves the right to award a contract on the basis of the initial offers received without discussion.
Therefore, each initial offer should contain the Offeror’s best cost terms. Costs should be presented on a
per unit basis and any other costs associated with the proposal detailed including training, maintenance,
licenses and costs of all other ancillary equipment sufficient for JPS to determine the full cost of the system.
Any optional components or features recommended by the Offeror must be separately referenced and
include any and all costs attributed to such features.
Bids shall remain valid for ninety (90) days after submission. A bid valid for a shorter period may be
rejected by the Company as non-responsive. In exceptional circumstances, the Company may solicit the
Offeror’s consent to an extension of the period of validity. The request and responses thereto shall be
made in writing.
33
Appendix 1. JPS Regulatory, Smart Grid, IT, and Communications Overview
1 JPS Regulatory Overview
JPS is a vertically integrated electric utility company, which has an exclusive license granted by the
Government of Jamaica (GOJ) to generate, transmit, distribute, dispatch and supply electricity throughout the
Island. Its current operating license was substantially amended in January 2016 and gives it the Right of First
Refusal to replace its generating assets and to compete in the market for new generation. JPS operates as a
‘Single Buyer’ and sole System Operator. The twenty (20) year License originally granted in 2001, was
extended by six (6) years in 2007, and now will expire in July 2027.
The License authorizes JPS to supply electricity for public and private purposes within the Island of Jamaica,
subject to regulation by the Office of Utilities Regulation (OUR). The OUR was established pursuant to the
Office of Utility Regulation Act, 1995, and as subsequently amended, with power and authority to require
observance and performance by JPS of its obligations under the provisions of the License, and to regulate the
tariffs charged by JPS.
In 2015 both the Electricity Act (EA) and the OUR Act of 1995, as amended, were rewritten and substantially
amended. The tariff regime has been changed from price-cap to revenue cap. These regulatory changes have
positioned JPS in a sustained growth and profitability position. The regulatory regime allows JPS a fair
recovery of costs and reasonable return on investment. The Electricity Act 2015 seeks to modernize the
electricity sector and establish a framework for the regulation of the electricity sector, which inter alia, seeks
to:
a. Provide clarity in relation to the respective roles and responsibilities of the various stakeholders in
the electricity sector;
b. Promote energy efficiency, renewable energy and other energy resources;
c. Provide for the modernization of the generation, transmission, distribution and supply use of
electricity;
d. Strengthen the licensing regime in the electricity sector; and
e. Mandate the issuing by the Office of various codes of practices that will govern the activities of
licensees and establish tariffs under the provision of the License.
The Spectrum Management Authority (SMA) was established under the Telecommunications Act of 2000.
The Authority ensures the efficient allocation, use and management of the radio frequency spectrum in
Jamaica. Under the Telecommunications (Delegation of Function) Order, 2009, the Minister of Science,
Energy and Technology (MSET) has delegated to SMA the issuing of Spectrum licenses. The responsibility
for issuing mobile spectrum and wireless broadband spectrum licenses remains with the Minister (MSET).
Jamaica Public Service Company is licenced by MSET to own and operate its own telecommunication
services for the purposes of send and receive domestic and international traffic.
34
Appendix 2. JPS Assets Location for the Field Area Network
JPS FAN Project
Assets Locations.kmz
35
Appendix 3. Additional Information
The following table of questions with answers are presented for further clarification. It is recommended that the Vendor review them.
No. Reference Point Question Answer
1
1.1 background JPS will liaise with the Jamaica Spectrum Management Authority to acquire any frequencies recommended by the vendor. Frequency, 1. It is the responsibility of the Vendor to verify they can operate on their system’s frequency in Jamaica. If selected, it will be the Vendor/Contractor’s responsibility to secure necessary approvals and licenses. JPS will provide support.
We don't know the frequency band planning, administration and procedure details in Jamaica. We can NOT verify if the frequency band that we can operate or NOT in Jamaica. Also we can NOT get the approvals and licenses. Will JPS be responsible for the frequency band approvals and licenses, we may support JPS, is that right?
For new products, never before approved by our SMA, it is the responsibility of the vendor to acquire such approval, JPS will support. Details regarding type approval can be obtained from the SMA web site https://www.sma.gov.jm/ JPS will be responsible for spectrum licenses. Attached is the frequency band planning for Jamaica that was obtained from the SMA.
2
Frequency, The FAN system should operate in the frequency bands between 200MHz and 6GHz.
We propose 700MHz FDD LTE frequency band as the priority choice. Could you help to check the following 700MHz frequency band is available or not? 700M Band13&Band14: UL: 776~798MHz, 746~768MHz
Band 13 is already in use and is unavailable. JPS will provide support for the acquisition of Band 14. Details of the mobile bands available are in the attached excel document.
3
Phase 1 Areas and IED Assets, The geographical areas have been identified that best captures, for JPS, a reasonable representation of the network requirements across the island. These areas will test for characteristics such as: 1. Performance in urban, flat terrain, high RF congestion, higher density of IEDs area 2. Performance in rural, hilly terrain, lower density of IED area
Some of the site of FAN will be on the Hill, Mountain and some open area. Do we only need to consider the requirement to the transmission, such as the interface port type, bandwidth, and JPS will response to provide all the needed transmission?
The vendor shall provide the requirements to for the backhaul transmission, such as the interface port type and bandwidth. JPS will be responsible to provide the required backhaul transportation using the JPS network that exists at the repeater sites and substations only.
36
No. Reference Point Question Answer
4
5.1 Phase 1 Areas and IED Assets, Table 3: Phase 1 Repeater Sites Site Name Parish Location Latitude Longitude Catherine Peak H St Andrew 18 4 38.08 N 76 42 9.04 W ECS – JPS Washington Boulevard St Andrew 18 1 30.03 N 76 50 8.16 W Marly Hill St Catherine 17 57 3.86 N 76 53 14.11 W Juan-De-Bolas St Catherine 18° 05' 14.19" N 77° 08' 51.80" W Cane River St Andrew 17° 56' 56.20" N 76° 41' 48.23" W
Does this means: these 5 repeater sites we should reuse to deploy our base stations here? and is that means in phase 1, we should deploy only 5 base stations on this 5 repeater sites? If yes, may we know the site information? Antenna height, available space, power supply and so on? Or is it means, this 5 repeater sites we may used for transmission resources which provide by JPS? If yes, may we know the site information? Interface port type, bandwidth and so on? Or some other means for this 5 repeater sites?
The vendor shall, for phase 1, use the 5 repeater sites to deploy their base stations. The vendor will determine how they deploy their base stations among the 5 repeater sites for best coverage. Consider sheltered space available to be 6 square feet, allowing for one 19 inch rack of 7 feet height
5
The following represents the typical IED assets that are within the anticipated coverage area of the chosen repeater sites. KMZ file for the asset locations of the Phase 1 Area and for the island is given in Appendix 2. Field Devices Includes: Reclosers, FCIs, Switches and Access Points AMI Aggregation/Access Point Substation Repeater Site Commercial and Operations Offices
Shall we get the IED equipment description documents, including the Field Devices Includes: Reclosers, FCIs, Switches and Access Points, AMI Aggregation/Access Point, Substation, Repeater Site, Commercial and Operations Offices? This will be useful for us to understand and provide the FAN system.
The vendor shall design their network to meet the requirements provided in table 4 of the RFP
6
Supporting Elements of FAN, The vendor shall describe all elements of the communication solution (e.g. fibre, Ethernet, microwave radio, etc.) that will effectively support the technical and functional capabilities of the FAN as required by this RFP.
Because part of the FAN elements may provide by the 3rd parties or JPS, and they may come from other vendors, and we can not describe the elements of other vendor's. So, shall we describe all the elements which provide by ourselves?
The vendor is to advise JPS of what interface/medium is necessary to support the FAN and provide interconnection and/or backhaul
7
Coverage, Vendor should provide maps depicting calculated two-way communication coverage for each Pilot repeater site individually and for
There is one existing two-way communication system, and the repeater site is used for this system. Could you please help to share some description of this two-way system, such as: the technology used(frequency band, trunking technical), the capacity of this system (support how many users), the site location, etc.?
The existing two-way-radio system is not part of the consideration to deliver the FAN.
37
No. Reference Point Question Answer all Pilot sites combined. Repeater Site, 8P8C (RJ45) Ethernet.
8
Power, Vendor should state voltage range supported and Current/Power requirement. Preference for: 9VDC-60VDC, or 110VAC, 50Hz with battery backup.
1, Does this mean, all the sites and core network equipment power will provide by JPS, and we should only give the requirements of power supply. 2, Is that means, all the sites and core network equipment require for battery backup? and we should provide the battery backup? how long the battery backup should lasts?6 hours? 8 hours?
For repeater sites and substations, JPS will have battery backed -48VDC available. For all other locations please propose battery backed solutions for 8 hours.
9
The anticipated coverage area of the chosen repeater sites should provide communication for all IEDs within the following four parishes: Kingston | St. Andrew | St. Catherine | Clarendon JPS requires that the vendor determine the number and type of IED assets that will be included within the first phase. This is to allow vendor flexibility and a demonstration of coverage, spectral efficiency and other system benefit(s).
It means the phase 1 full scope is to cover all IEDs within in parish Kingston | St. Andrew | St. Catherine | Clarendon ,right? And vendor will only build 5 base station in the 5 repeater sites ,so JPS requires the vendor to determine the number and type of IED assets within the phase 1 scope ? After the FAN system deployment, will expansion for whole country with full coverage ,then to consider build more base station to access all the IEDs ?
Yes, the phase 1 full scope is to cover all IEDs within the parishes of Kingston | St. Andrew | St. Catherine | Clarendon The vendor shall, for phase 1, use the 5 repeater sites to deploy their base stations. The vendor will determine how they deploy their base stations among the 5 repeater sites for best coverage. The number and types of IED assets are to be extracted by the vendor from the .KMZ file. It is the intention of JPS, that after a successful phase 1 implementation, to expand using other repeater sites to provide coverage for its IED assets across the country
10
Network Management System (NMS), The NMS shall provide endpoint data to other enterprise systems. It shall also support multiple hardware and operating system platforms. Other options provided by the NMS should be discussed.
1, What kind of data the NMS should provide to other enterprise? What about the interface? protocol? files? we should provide to other enterprise? 2, What kind of multiple hardware and operating system platforms we should support? 3, What kind of the other options should be discussed?
The vendor should provide details on the capabilities of their NMS.
38
No. Reference Point Question Answer
11 Table 1, RFP Calendar Completion of Technical Review and Evaluation of bids
1. will JPS allow the vendor to amend the solution or Price before the date of review or open ? 2. will JPS finally select only 1 vendor on the date of final selection? or will select two or three vendors and then to select for further ?
1. No, prices will be considered to be final after submission on the deadline date for submission of bids 2. Final selection of one vendor will be done by the date of final selection.
12
Clause 3.1.4 Liquidated Damages, a maximum deduction of fifteen percent (15%) of the delayed goods contract price; clause 3.1.5Termination: JPS may, without prejudice to any other remedy for breach of contract. If the Offeror/Contractor fails to perform any other obligation(s) under the Contract; The JPS may by written notice sent to the Offeror/Contractor, terminate the Contract at any time for its convenience by giving seven (7) working days’ notice clause 3.2.1 Governing Law:
If finally selected by JPS as the vendor, is it possible to negotiate General contract condition clause for some amendment? Such as Liquidated Damages, 10% of the delayed goods instead of 15. And Termination conditions , etc.
Not negotiable.
13
Solution options 2. Supply of Communications Field Area Network Solutions with training and other knowledge transfer necessary for JPS performance of the installation, monitoring and maintenance of the network.
Our team prepared an Implementation Responsibility Matrix Draft version, could JPS provide opinions and fill in the blank column? Please check the second sub datasheet.
The vendor shall prepare a solution complying with the requirements outlined in the Scope of Supply section of the RFP.
14
Table 4: Assets and their Communication Parameters
Can JPS please describe the applications that need to be supported at the substations? SCADA, metering,
15 Does the data rate need to be symmetric (1.54 Mbps up and 1.54 Mbps down)?
The preference is asymmetric and to have this configurable to match requirements
16 Frequency of polling / collecting data by application (e.g. constant, every 1 second, etc.)
Currently every 2 seconds for substation IEDs, DA and FCI, however, we are in the process of migrating to unsolicited messaging with the SCADA Monarch system.
39
No. Reference Point Question Answer 17 Are any of the applications latency sensitive? VOIP
18 For the office communications, please provide clarification on the traffic making up the 5Mbps requirement. HTTP, VOIP, TCP/IP
19
In TABLE 2 “Evaluation Criteria” Item one “Technical Specification and VALUE Proposal”. Would JPS consider VALUABLE to RANK the VENDORS, the ability to offer an IOT DATA Platform as a complement of the FAN to realize the Vision described in item 1.1? “Background” that describes the intention of JPS to offer Multiservice in the same Network Infrastructure?
Yes, this will be considered in the evaluation criteria.
20
Is the IOT DATA Platform (The SOFTWARE capable to extract the DATA from different end-points e.g.: Parking and Meter) already a component of the SCOPE OF WORK of this RFP? EVEN IF not, should be described in the TABLE of PAGE 16 for better comparison of the different vendor capabilities?
An IOT data platform is not currently deployed but is being considered for future deployment. Hence the reason for the requirements not being included within the table.
21
Is the NORTHBOUND Integration of the NMS with the existing MDM part of the Scope of Work of this RFP? No.
22
Would the LAST MILE FAN be requested to REPLACE any existing Network or TO BE deployed in the complement of the existing one?
The last mile FAN will be used to replace any existing network
23
HOW Many End-Point Devices from WHICH manufacturers should the FAN support?
The number and types of IED assets are to be extracted by the vendor from the .KMZ file. While the metering aggregation points manufactured by Silver Springs Network are shown, the manufacturers vary.
24
WHAT Should be THE TECHNICAL AND MAINTENANCE SUPPORT for the Field Area Network (24x7x4)? The vendor shall recommend.
25
CAN YOU PLEASE SHARE the Existing Network HEAD-END Architecture Details, including Cyber Security elements? No.
26
HOW MANY Times per day Should the METER communicate the consumption to MDM? Every 4 hours
40
No. Reference Point Question Answer
27
How much spectrum in each of the bands indicated, is available?
JPS has not reserved any spectrum. This will have to be administrated by the SMA. Details can be obtained from the SMA web site https://www.sma.gov.jm/
28 Is it necessary to include the backhaul? No.
29
Is there any power output limitation (regulatory speaking) e.g. the system may radiate 20W, 40W or even 80W, would that be acceptable
Yes, but this will depend on the type approval of the equipment by the SMA. Please refer to the SMA web site https://www.sma.gov.jm/ where they have a list of devices that have been approved.