52
___________________________________________________________________________________ RFP/T 02-2017/18 Page 1 of 52 Company Name:_________________________________________ Initials:_________ REQUEST FOR PROPOSAL/TENDER (RFP/T) TENDER NUMBER RFP/T 02-2017/18 COMPULSORY BRIEFING DATE AND TIME 13 JULY 2017 AT 12:00 TENDER CLOSING DATE AND TIME 28 JULY 2017 AT 12:00 TENDER DESCRIPTION SEDA SEEKS TO APPOINT A SUITABLY QUALIFIED AND EXPERIENCED ICT SERVICE PROVIDER TO PROVIDE AN INTEGRATEABLE IT TELEPHONY SOLUTION TO SEDA NATIONAL OFFICE, PRETORIA, WHICH INCLUDES A THIRTY SIX (36) MONTH SERVICE LEVEL AGREEMENT.

REQUEST FOR PROPOSAL/TENDER (RFP/T) - … Document T02...REQUEST FOR PROPOSAL/TENDER (RFP/T) ... Preference Points Claim Form ... (TCS) or pin may also be made via e-filling in order

  • Upload
    ngotruc

  • View
    228

  • Download
    2

Embed Size (px)

Citation preview

___________________________________________________________________________________ RFP/T 02-2017/18 Page 1 of 52 Company Name:_________________________________________ Initials:_________

REQUEST FOR PROPOSAL/TENDER (RFP/T)

TENDER NUMBER RFP/T 02-2017/18

COMPULSORY BRIEFING DATE AND TIME 13 JULY 2017 AT 12:00

TENDER CLOSING DATE AND TIME 28 JULY 2017 AT 12:00

TENDER DESCRIPTION SEDA SEEKS TO APPOINT A SUITABLY QUALIFIED AND

EXPERIENCED ICT SERVICE PROVIDER TO PROVIDE AN

INTEGRATEABLE IT TELEPHONY SOLUTION TO SEDA

NATIONAL OFFICE, PRETORIA, WHICH INCLUDES A

THIRTY SIX (36) MONTH SERVICE LEVEL AGREEMENT.

RFP/T: 02-2017/18 Page 2 of 52 Company Name:__________________________________________ Initials:_________

TABLE OF CONTENTS

Paragraph No.

Description

Page Number

SECTION A TENDER INSTRUCTIONS & REQUIREMENTS 3

1 Invitation to Tender 4

2 General Conditions of Tender 7

3 Tax Compliance Requirements 10

SECTION B COMPULSORY TENDER FORMS FOR COMPLETION BY THE BIDDER 11

4 SCM/PD001: Price Declaration by the Bidder 12

5 SCM/DOI003: Declaration of Interest (SBD4) 13

6 SCM/PCF004: Preference Points Claim Form (SBD6.1) 18

7 SCM/DPSCM005: Declaration of Bidder’s Past Supply Chain Management

Practices (SBD8)

23

8 SCM/IBD006: Certificate of Independent Bid Determination (SBD9) 26

9 SCM/SPBD007: Banking Details 30

SECTION C TERMS OF REFERENCE 31

10 Introduction 32

11 Background 32

12 Project Objective 32

13 Scope of the Project/ Services 33

14 Service Level Agreement 36

15 Reporting 37

16 Seda Responsibilities 37

17 Timeframe for Delivery and Implementation 37

18 Site Environmental Inspection 37

19 Evaluation of the Tender Proposal 38

SECTION D SUBMISSION QUALITY CHECK 42

20 Checklist of Documents to be Submitted with Bid 43

SECTION E APPENDICES 44

Appendix A Branch Contact Details 45

Appendix B Equipment Inventory: Seda Branches 46

Appendix C National Office Equipment List and LAN 47

SECTION F ANNEXURES 52

Annexure A National Treasury General Conditions of Contract (GCC) 52

RFP/T: 02-2017/18 Page 3 of 52 Company Name:__________________________________________ Initials:_________

SECTION A: TENDER INSTRUCTIONS & REQUIREMENTS

RFP/T: 02-2017/18 Page 4 of 52 Company Name:__________________________________________ Initials:_________

1. INVITATION TO TENDER

YOU ARE HEREBY INVITED TO BID FOR REQUIRMENTS OF THE

SMALL ENTERPRISE DEVELOPMENT AGENCY (Seda)

TENDER NUMBER : RFP/T 02-2017/18

COMPULSORY BRIEFING DATE & TIME : 13 JULY 2017 AT 12:00

BRIEFING SESSION VENUE : Small Enterprise Development Agency

The Fields, Office Block A

1st Floor

1066 Burnett Street

Hatfield, Pretoria

TENDER CLOSING DATE & TIME : 28 JULY 2017 AT 12:00

TENDER DESCRIPTION : SEDA SEEKS TO APPOINT A SUITABLY QUALIFIED AND

EXPERIENCED ICT SERVICE PROVIDER TO PROVIDE AN

INTEGRATEABLE IT TELEPHONY SOLUTION TO SEDA

NATIONAL OFFICE, PRETORIA, WHICH INCLUDES A THIRTY SIX

(36) MONTH SERVICE LEVEL AGREEMENT

TENDER VALIDITY: 90 Days from date of closure of this tender.

BID DOCUMENTS MUST BE PLACED IN THE TENDER BOX AT THE ADDRESS INDICATED BELOW:

Small Enterprise Development Agency

The Fields, Office Block A

Ground Floor

1066 Burnett Street

Hatfield, Pretoria

RFP/T: 02-2017/18 Page 5 of 52 Company Name:__________________________________________ Initials:_________

Bidders should ensure that bids are delivered timeously to the correct address. If the bid submission is late,

it will not be accepted for consideration.

The Request for Proposal/Tender, including the returnable address, must be submitted in a sealed

envelope, marked with the Tender Number, Closing Date and Time of the Tender, and the Name and

Address of the Tenderer/ Bidder.

ANY ENQUIRIES RELATING TO THE PROJECT AND/ OR BIDDING PROCEDURES, MAY BE DIRECTED TO:

Department : Supply Chain Management Unit

Contact Person : Sandy Wright

Tel : 012-441 1218

Fax : 012-441 2218

E-mail address : [email protected]

BIDDER INFORMATION REQUIRED TO BE COMPLETED The following particulars must be furnished. Failure to do so may result in the bid being disqualified

Name of Bidder

Tax Clearance Status Pin

National Treasury Central Supplier Database (CSD) Registration

Number

Name of Contact Person:

Fax Number:

Cell Number:

E-mail Address:

Telephone Number:

Web Address:

VAT Registration Number :

Physical Address: ………………………………………………………………………………………….. ………………………………………………………………………………………….. …………………………………………………………………………………………..

Postal Address: ……………………………………………………………………………………………. ……………………………………………………………………………………………. …………………………………………………………………………………………….

B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE [TICK APPLICABLE BOX]

Yes

No

B-BBEE STATUS LEVEL SWORN AFFIDAVIT

Yes

No

RFP/T: 02-2017/18 Page 6 of 52 Company Name:__________________________________________ Initials:_________

IF YES, WHO WAS THE CERTIFICATE ISSUED BY?

AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA) AND NAME THE APPLICABLE IN THE TICK BOX

AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)

A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS)

A REGISTERED AUDITOR

NAME:

[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/SWORN AFFIDAVIT(FOR EMEs& QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]

ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No [IF YES ENCLOSE PROOF]

ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No [IF YES ANSWER THE QUESTIONAIRE BELOW]

QUESTIONAIRE TO BIDDING FOREIGN SUPPLIERS

IS THE BIDDER A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)?

YES NO

DOES THE BIDDER HAVE A BRANCH IN THE RSA? YES NO

DOES THE BIDDER HAVE A PERMANENT ESTABLISHMENT IN THE RSA?

YES NO

DOES THE BIDDER HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO

IF THE ANSWER IS “NO” TO ALL OF THE ABOVE QUESTIONS OF THE QUESTIONAIRE TO BIDDING FOREIGN SUPPLIERS, THEN, IT IS NOT A REQUIREMENT TO OBTAIN A TAX COMPLIANCE STATUS / TAX COMPLIANCE SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER PARAGRAPH 3.3 BELOW.

SIGNATURE OF BIDDER ………………………………

DATE ………………………………

RFP/T: 02-2017/18 Page 7 of 52 Company Name:__________________________________________ Initials:_________

2. GENERAL CONDITIONS OF TENDER

2.1 Bids must be submitted with all official Bid Forms duly completed which are contained within this

tender document.

2.2 All current and prospective suppliers/ service providers are required to register on the National

Treasury CSD prior to submitting bids. – Self-registration: www.csd.gov.za. Enquiries may be directed

to [email protected]. Foreign suppliers who do not have local foreign representation in RSA are not

required to register on CSD. Suppliers registered on the CSD must submit proof of registration to Seda.

2.3 Bids received after the closing date and time will not be considered. Bidders are therefore strongly

advised to ensure that their bids be dispatched timeously allowing enough time for any unforeseen

events that may delay the delivery of the bid.

2.4 This Bid is subject to the Preferential Procurement Policy Framework Act and the Preferential

Procurement Regulations of 2017, the National Treasury General Conditions of Contract (GCC) and, if

applicable, any other special conditions of contract.

2.5 The Standard Bidding Documents (SBD) contained in this RFP/T are compulsory documents and must be

completed, signed and returned with this bid proposal. Failure to submit completed and signed SBD

documents may invalidate the tender proposal.

2.6 Should the bidder desire to make any departures from, or modifications to this tender/ bid or to qualify

its bid in any way, it shall clearly set out its tender departure/ modification as an Annexure, or

alternatively state the content in a covering letter attached to the tender proposal referred to herein.

Unless otherwise specified and stipulated in writing, any part of the Bidder’s bid which deviates from

any terms and conditions stated within the tender document, shall be of no force or effect.

2.7 This tender document, together with associated compulsory forms and annexures, may NOT be retyped

or re-drafted, but photocopies or reprints may be prepared and used.

2.8 This tender document, together with compulsory forms should be filled in with black ink.

2.9 Bidders should check the numbers of the pages of the tender document and satisfy themselves that

none are missing or duplicated. No liability shall be accepted in regard to claims arising from the fact

that pages are missing or duplicated.

RFP/T: 02-2017/18 Page 8 of 52 Company Name:__________________________________________ Initials:_________

2.10 The tender price must be valid for acceptance for a period of 90 calendar days after the closing date

of the tender.

2.11 During the validity period of the bid, the proposed team members proposed (if applicable), must be

confirmed as being available.

2.12 Only firm prices will be accepted for the full duration of the contract

2.13 Failure to have the Price Declaration of this tender document completed and signed, or signed by a

duly authorized person, will constitute non-commitment by the Bidder, and the bid may be invalidated.

2.14 A detailed price break-down of the Total Cost of Ownership (TCO) must be provided to support the

Price Declaration of this tender.

2.15 All prices must be quoted in South African Rands and be inclusive of all costs and applicable taxes

(inclusive of Value Added Tax (VAT) etc.).

2.16 Seda reserves the right to only accept part of the submitted bid by a Bidder.

2.17 Seda reserves the right to withdraw this tender.

2.18 Unless specifically provided for in the tender document, no tenders will be considered if submitted or

transmitted by facsimile, e-mail or similar apparatus.

2.19 Seda reserves the right to accept or reject any tender proposal.

2.20 The Bidder’s company letterhead must be used for the proposal’s cover letter and reflect the company

name, address, contact details and company registration number.

2.21 The correct Tender Reference Number (See the front page of this RFP/T for the Tender Number) and

the bidding company’s name must appear on all pages of the proposal.

2.22 All pages of the proposal must be initialed by the responsible person.

2.23 These General Conditions of Tender (GCT) form part of, and must be read in conjunction with, the

attached National Treasury General Conditions of Contract (GCC), and failure to comply therewith may

invalidate the tender. The GCC must be returned with the RFP/T initialed on each page.

RFP/T: 02-2017/18 Page 9 of 52 Company Name:__________________________________________ Initials:_________

2.24 Seda is committed to a fraud-free environment. One call can keep Seda Fraud & Corruption Free.

Individuals may report any suspicious activity by calling the Seda Fraud Hotline: 0800 701 701; or e-

mail: [email protected]; or sms: 39772.

2.25 Bids must be delivered to the correct address/ location which is indicated in the tender document, and

must be delivered timeously, as late bid submissions will NOT be accepted for consideration.

2.26 The award of the bid may be subjected to price negotiations with the preferred Bidder(s).

2.27 The successful bidder will be required to sign a written contract.

RFP/T: 02-2017/18 Page 10 of 52 Company Name:__________________________________________ Initials:_________

3. TAX COMPLIANCE REQUIREMENTS

3.1 Bidders must ensure compliance with their tax obligations.

3.2 Bidders are required to submit their unique personal identification number (pin) issued by SARS to

enable Seda to view the taxpayers profile and tax status.

3.3 Application for Tax Compliance Status (TCS) or pin may also be made via e-filling in order to use this

provision, taxpayers will need to register with SARS as e-fillers through the website www.sars.gov.za

3.4 Bidders may also submit a printed TCS together with the bid.

3.5 In bids where consortia/joint ventures/sub-contractors are involved, each party must submit a

separate proof of TCS/pin/CSD number.

3.6 When no TCS is available but the bidder is registered on CSD, a CSD number must be provided.

RFP/T: 02-2017/18 Page 11 of 52 Company Name:__________________________________________ Initials:_________

SECTION B: COMPULSORY TENDER FORMS FOR COMPLETION BY THE BIDDER

RFP/T: 02-2017/18 Page 12 of 52 Company Name:__________________________________________ Initials:_________

4 SCM/PD001: PRICE DECLARATION BY THE BIDDER

I/ We have examined the information provided in your tender document and offer to undertake the work

prescribed in accordance with the requirements as set out in the tender document. The tender price quoted

in this tender is valid for the stipulated period of 90 days from date of closure of this bid. I/We confirm that

this tender will remain binding upon me/ us and may be accepted by Seda at any time before the expiry date.

Name and Surname :

Signature :

Date :

Are you duly authorized to commit this tender :

Yes No

Capacity under which this tender is signed :

(Attach proof of authority to sign this bid e.g. resolution of directors, etc.)

TOTAL TENDER PRICE IN SA RANDS

Total Cost of Ownership (TCO) to Seda

(Inclusive of VAT, Discounts, etc.) R _________________________________

A detailed price breakdown of the TCO as declared, must be provided.

RFP/T: 02-2017/18 Page 13 of 52 Company Name:__________________________________________ Initials:_________

SBD4

5 SCM/DOI003: DECLARATION OF INTEREST (SBD4)

DECLARATION OF INTEREST

1. Any legal person, including persons employed by the state¹, or persons having a kinship with persons

employed by the state, including a blood relationship, may make an offer or offers in terms of this

invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In

view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to

persons employed by the state, or to persons connected with or related to them, it is required that the

bidder or his/her authorised representative declare his/her position in relation to the

evaluating/adjudicating authority where-

- the bidder is employed by the state; and/or

- the legal person on whose behalf the bidding document is signed, has a relationship with

persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or

where it is known that such a relationship exists between the person or persons for or on

whose behalf the declarant acts and persons who are involved with the evaluation and or

adjudication of the bid.

2. In order to give effect to the above, the following questionnaire must be completed and submitted

with the bid.

2.1 Full Name of bidder or his or her representative: …………………………………………………………………………

2.2 Identity Number: ……………………………………………………………………………………………………………………………

2.3 Position occupied in the Company (director, trustee, shareholder²): ……………………………………………

2.4 Company Registration Number: …………………………………………………………………………………………………….…

2.5 Tax Reference Number: ..…………………………………………………………………………………………………………………

2.6 VAT Registration Number: …………………………………………………………………………………………………………………

RFP/T: 02-2017/18 Page 14 of 52 Company Name:__________________________________________ Initials:_________

SBD4

2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax

reference numbers and, if applicable, employee / persal numbers must be indicated in paragraph 3

below.

¹“State” means –

(a) any national or provincial department, national or provincial public entity or constitutional

institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of

1999);

(b) any municipality or municipal entity;

(c) provincial legislature;

(d) national Assembly or the national Council of provinces; or

(e) Parliament.

²”Shareholder” means a person who owns shares in the company and is actively involved in the

management of the enterprise or business and exercises control over the enterprise.

2.7 Are you or any person connected with the bidder YES / NO

presently employed by the state?

2.7.1 If so, furnish the following particulars:

Name of person / director / trustee / shareholder/ member: ……………………………………………………

……………………………………………………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………………………………………………

Name of state institution at which you or the person

connected to the bidder is employed : ……………………………………………………………………………………………

……………………………………………………………………………………………………………………………………………………………

Position occupied in the state institution: ………………………………………………………………………………………

RFP/T: 02-2017/18 Page 15 of 52 Company Name:__________________________________________ Initials:_________

SBD4

Any other particulars: ….………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………………………………………………

2.7.2 If you are presently employed by the state, did you obtain YES / NO

the appropriate authority to undertake remunerative

work outside employment in the public sector?

2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NO

document?

(Note: Failure to submit proof of such authority, where

applicable, may result in the disqualification of the bid.

2.7.2.2 If no, furnish reasons for non-submission of such proof:

…………………………………………………………………….

……………………………………………………………………..

……………………………………………………………………..

……………………………………………………………………..

2.8 Did you or your spouse, or any of the company’s directors / YES / NO

trustees / shareholders / members or their spouses conduct

business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:

…………………………………………………………………………….

…………………………………………………………………………...

…………………………………………………………………………...

2.9 Do you, or any person connected with the bidder, have YES / NO

any relationship (family, friend, other) with a person

employed by the state and who may be involved with

the evaluation and or adjudication of this bid?

RFP/T: 02-2017/18 Page 16 of 52 Company Name:__________________________________________ Initials:_________

SBD4

2.9.1 If so, furnish particulars.

…………………………………………………………………………….

…………………………………………………………………………...

…………………………………………………………………………...

2.10 Are you, or any person connected with the bidder, YES / NO

aware of any relationship (family, friend, other) between

any other bidder and any person employed by the state

who may be involved with the evaluation and or adjudication

of this bid?

2.10.1If so, furnish particulars.

…………………………………………………………………........

………………………………………………………………...........

………………………………………………………………...........

2.11 Do you or any of the directors / trustees / shareholders / members YES / NO

of the company have any interest in any other related companies

whether or not they are bidding for this contract?

2.11.1If so, furnish particulars:

………………………………………………………………………….

………………………………………………………………………….

………………………………………………………………………….

RFP/T: 02-2017/18 Page 17 of 52 Company Name:__________________________________________ Initials:_________

SBD4

3. Full details of directors / trustees / members / shareholders.

Full Name

Identity Number

Personal Tax

Reference Number

State Employee Number / Persal

Number

4. DECLARATION

I, THE UNDERSIGNED (NAME)………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT.

I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME SHOULD THIS DECLARATION

PROVE TO BE FALSE.

………………………………….. ……………………………………………

Signature Date

…………………………………. ………………………………………………

Position Name of bidder

RFP/T: 02-2017/18 Page 18 of 52 Company Name:__________________________________________ Initials:_________

SBD6.1

6 SCM/PCF004: PREFERENCE POINTS CLAIM FORM (SBD6.1)

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS OF 2017. This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,

DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes included).

1.2 The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and

therefore the 80/20 preference point system shall be applicable.

1.3 Points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contributor.

1.4 The maximum points for this bid are allocated as follows:

POINTS

PRICE 80

B-BBEE STATUS LEVEL OF CONTRIBUTOR 20

Total points for Price and B-BBEE must not exceed 100

1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

2. DEFINITIONS

(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

RFP/T: 02-2017/18 Page 19 of 52 Company Name:__________________________________________ Initials:_________

SBD6.1

(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

(c) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of goods or services, through price quotations, advertised competitive bidding processes or proposals;

(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.

(g) “prices” includes all applicable taxes less all unconditional discounts;

(h) “proof of B-BBEE status level of contributor” means:

1) B-BBEE Status level certificate issued by an authorized body or person;

2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;

3) Any other requirement prescribed in terms of the B-BBEE Act;

(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;

3. POINTS AWARDED FOR PRICE

3.1 THE 80/20 PREFERENCE POINT SYSTEMS

A maximum of 80 is allocated for price on the following basis:

min

min180

P

PPtPs

Where

Ps = Points scored for price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

RFP/T: 02-2017/18 Page 20 of 52 Company Name:__________________________________________ Initials:_________

SBD6.1

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR

4.1 In terms of Regulation 6 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points

(80/20 system)

1 20

2 18

3 14

4 12

5 8

6 6

7 4

8 2

Non-compliant contributor 0

5. BID DECLARATION

5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1

6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.)

7. SUB-CONTRACTING

7.1 Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

7.1.1 If yes, indicate:

i) What percentage of the contract will be subcontracted............…………….…………………% ii) The name of the sub-contractor……………………………………………………………………………………... iii) The B-BBEE status level of the sub-contractor......................................…………….. iv) Whether the sub-contractor is an EME or QSE

(Tick applicable box)

YES NO

v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of Preferential Procurement Regulations,2017:

RFP/T: 02-2017/18 Page 21 of 52 Company Name:__________________________________________ Initials:_________

SBD6.1

Designated Group: An EME or QSE which is at last 51% owned by: EME

QSE

Black people

Black people who are youth

Black people who are women

Black people with disabilities

Black people living in rural or underdeveloped areas or townships

Cooperative owned by black people

Black people who are military veterans

OR

Any EME

Any QSE

8. DECLARATION WITH REGARD TO COMPANY/FIRM

8.1 Name of company/firm:…………………………………………………………………………….

8.2 VAT registration number:……………………………………….…………………………………

8.3 Company registration number:…………….……………………….…………………………….

8.4 TYPE OF COMPANY/ FIRM

[ ] Partnership/Joint Venture / Consortium [ ] One person business/sole propriety [ ] Close corporation [ ] Company [ ] (Pty) Limited [TICK WHERE APPLICABLE]

8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

…………………………………………………………………………………………………………………………………………………………………

…………………………………………………………………………………………………………………………………………………………………

…………………………………………………………………………………………………………………………………………………………

8.6 COMPANY CLASSIFICATION

[ ] Manufacturer [ ] Supplier [ ] Professional service provider [ ] Other service providers, e.g. transporter, etc. [TICK WHERE APPLICABLE]

RFP/T: 02-2017/18 Page 22 of 52 Company Name:__________________________________________ Initials:_________

SBD6.1

8.7 Total number of years the company/firm has been in business:……………………………

8.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify

that the points claimed, based on the B-BBE status level of contributor indicated in paragraphs 1.4

and 6.1 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I

/ we acknowledge that:

i) The information furnished is true and correct;

ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form;

iii) In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1.4 and 6.1, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

iv) If the B-BBEE status level of contributor has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

(d) recommend that the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution.

………………………………………. SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

WITNESSES 1. ……………………………………..

2. …………………………………….

RFP/T: 02-2017/18 Page 23 of 52 Company Name:__________________________________________ Initials:_________

SBD8

7 SCM/DPSCM005: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (SBD8)

1 This Standard Bidding Document must form part of all bids submitted.

2 This document serves as a declaration to be used by institutions in ensuring that when goods and

services are being procured, all reasonable steps are taken to combat the abuse of the supply chain

management system.

3 The bid of any bidder may be disregarded if that bidder, or any of its directors have-

a. abused the institution’s supply chain management system;

b. committed fraud or any other improper conduct in relation to such system; or

c. failed to perform on any previous contract.

4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item Question Yes No

4.1 Is the bidder or any of its directors listed on the National Treasury’s

Database of Restricted Suppliers as companies or persons prohibited

from doing business with the public sector?

(Companies or persons who are listed on this Database were informed

in writing of this restriction by the Accounting Officer/Authority of the

institution that imposed the restriction after the audi alteram partem

rule was applied).

The Database of Restricted Suppliers now resides on the National

Treasury’s website(www.treasury.gov.za) and can be accessed by

clicking on its link at the bottom of the home page.

Yes

No

RFP/T: 02-2017/18 Page 24 of 52 Company Name:__________________________________________ Initials:_________

SBD8

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender

Defaulters in terms of section 29 of the Prevention and Combating of

Corrupt Activities Act (No 12 of 2004)?

The Register for Tender Defaulters can be accessed on the National

Treasury’s website (www.treasury.gov.za) by clicking on its link at

the bottom of the home page.

Yes

No

4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law

(including a court outside of the Republic of South Africa) for fraud or

corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

4.4 Was any contract between the bidder and any organ of state

terminated during the past five years on account of failure to perform

on or comply with the contract?

Yes

No

4.4.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME)…………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.

RFP/T: 02-2017/18 Page 25 of 52 Company Name:__________________________________________ Initials:_________

SBD8

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME

SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………………... …………………………..

Signature Date

………………………………………. …………………………..

Position Name of Bidder

RFP/T: 02-2017/18 Page 26 of 52 Company Name:__________________________________________ Initials:_________

SBD9

8 SCM/IBD006: CERTIFICATE OF INDEPENDENT BID DETERMINATION (SBD9)

1 This Standard Bidding Document (SBD) must form part of all bids¹ invited/ submitted.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement

between, or concerted practice by, firms, or a decision by an association of firms, if it is between

parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding

is a pe se prohibition meaning that it cannot be justified under any grounds.

3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all

reasonable steps to prevent abuse of the supply chain management system and authorizes accounting

officers and accounting authorities to:

a. disregard the bid of any bidder if that bidder, or any of its directors have abused the institution’s

supply chain management system and or committed fraud or any other improper conduct in

relation to such system.

b. cancel a contract awarded to a supplier of goods and services if the supplier committed any

corrupt or fraudulent act during the bidding process or the execution of that contract.

4 This SBD serves as a certificate of declaration that would be used by institutions to ensure that, when

bids are considered, reasonable steps are taken to prevent any form of bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be

completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete,

secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who

wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an

agreement between competitors not to compete.

RFP/T: 02-2017/18 Page 27 of 52 Company Name:__________________________________________ Initials:_________

SBD9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

________________________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

________________________________________________________________________________________

(Name of Institution)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of:_________________________________________________________________ that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true

and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf

of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to

determine the terms of, and to sign the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor”

shall include any individual or organization, other than the bidder, whether or not affiliated with the

bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their qualifications,

abilities or experience; and

RFP/T: 02-2017/18 Page 28 of 52 Company Name:__________________________________________ Initials:_________

SBD9

(c) provides the same goods and services as the bidder and/or is in the same line of business as the

bidder.

6. The bidder has arrived at the accompanying bid independently from, and without consultation,

communication, agreement or arrangement with any competitor. However communication between

partners in a joint venture or consortium³ will not be construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation,

communication, agreement or arrangement with any competitor regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market allocation);

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit, or not to submit a bid;

(e) the submission of a bid which does not meet the specifications and conditions of the bid; or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements with any

competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the

products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or

indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding

of the contract.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

RFP/T: 02-2017/18 Page 29 of 52 Company Name:__________________________________________ Initials:_________

SBD9

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any

restrictive practices related to bids and contracts, bids that are suspicious will be reported to the

Competition Commission for investigation and possible imposition of administrative penalties in terms

of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting

Authority (NPA) for criminal investigation and or may be restricted from conducting business with the

public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of

Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

………………………………………………… …………………………………

Signature Date

…………………………………………………. …………………………………

Position Name of Bidder

RFP/T: 02-2017/18 Page 30 of 52 Company Name:__________________________________________ Initials:_________

9 SCM/SPBD007: BANKING DETAILS

I/We hereby request and authorize you to pay any amounts which accrue to me/us to the credit of my/our bank account with the below-mentioned bank. I/we understand that the credit transfer hereby authorized will be processed by computer through a system known as Electronic Funds Transfer and I/we also understand that no additional advice of payment will be provided by my/our bank, but details of each payment will be printed on my/our bank statement or any accompanying voucher. (This does not apply where it is not customary for banks to issue bank statements.) I/we understand that a payment will be applied by Seda in the normal way, and that it will indicate the date on which funds will be available in my/our account.

Bank Account Name : ____________________________________________

Name of Bank : ____________________________________________

Branch Code & Name : ____________________________________________

Account Number : ____________________________________________

Type of Account: Cheque Savings Transmission

Bank details to be certified as correct by DATE STAMP of BANK:

DATE STAMP OF BANK

Name and Surname : _____________________________

Signature : _____________________________

Designation : _____________________________

Tel number : (_______) ____________________

Fax number : (_______) ____________________

NAME AND SURNAME : ………………..……………………………………………………………………………………… (Bank Official)

SIGNATURE : …………………………………………………………………………………………………………

(Duly Authorised to Sign) ON BEHALF OF : ...……………………………………………………………………………………………………. (Name of Organization) DATE : ……..…………………………………………………………………………………………………………….

RFP/T: 02-2017/18 Page 31 of 52 Company Name:__________________________________________ Initials:_________

SECTION C: TERMS OF REFERENCE

RFP/T: 02-2017/18 Page 32 of 52 Company Name:__________________________________________ Initials:_________

10 INTRODUCTION

The basis of this terms of reference is to give effect to the implementation of Section 9A and 10(1) [a-d] of

the National Small Business Amendment Act no. 29 of 2004 dealing with Seda’s objectives and functions which

enjoin Seda to:

(a) design and implement development support programmes;

(b) promote a service delivery network that increases the contribution of small enterprises to

the South African economy, and promotes economic growth, job creation and equity;

(c) generally, strengthen the capacity of-

(i) service providers to support small enterprises; and

(ii) small enterprises to compete successfully domestically and internationally.

(d) implement the policy of national government for small enterprise development;

(e) design and implement a standard national delivery network that must uniformly apply

throughout the Republic in respect of small enterprise development, integrating all

government-funded small enterprise support agencies across all spheres of government;

(f) design and implement small enterprise development support programmes; and

(g) establish provincial structures to ensure the effective implementation of its functions as

defined in section 10, respectively.

11 BACKGROUND

The current Telephony Infrastructure/ Nortel CS1000 is currently being utilized at the Seda National Office

comprises of hardware and software that was installed in 2006. During 2015/2016 all the Seda provincial and

branch office Telephony system was upgraded to the latest Avaya IP Office hardware and software. The

hardware and software which is currently being utilized at Seda National Office is therefore (10) years old,

outdated and incompatible with the Avaya IP Office system. We thus require to procure a compatible IP

telephony solution which will integrate with the Avaya IP Office system at our provincial and branch offices.

12 PROJECT OBJECTIVE

Seda recently upgraded the regional and branch office telephony systems with Avaya IP Office Telephony

Systems and Cisco LAN Switches. The telephony systems are currently all connected via a Small Community

Network to enable inter-branch calling via MPLS. The new telephony system at National Office must

RFP/T: 02-2017/18 Page 33 of 52 Company Name:__________________________________________ Initials:_________

seamlessly integrate with the existing Avaya IP Office systems in remote sites. Currently licensing of the

remote site systems and administration is managed on the appliance at each site. SEDA intends to centralise

the licensing model to simplify administration and maintenance.

The successful service provider with thus be required to provide Seda with the Following:

IP Telephony Hardware

IP Telephony Software

Licensing

Service Level Agreement proposed must include assurance on Software, warranty on hardware,

maintenance, for a period of (36) thirty six months for existing and the proposed solution

Buy Back of existing equipment of Seda National Office equipment which can be considered as a Cost

Saving on the Total price to Seda. This must be reflected in the pricing schedule provided.

Technical Training to a maximum of five (5) selected ICT staff; and

User (device) training to a maximum of fifteen (15) selected Seda staff.

13 SCOPE OF THE PROJECT/ SERVICES

13.1 Technical Specifications

Galactrix TMS is deployed centrally and the prepaid function manages barring when an extension

reaches a pre-defined budget. This feature must be available on the new platform at National office.

The successful bidder will have to include any additional costs or requirements needed to ensure the

prepaid solution continues to be supported.

A small contact center for 5 agents should be included as part of the solution with recording and

reporting capabilities. It is required that the successful bidder has the necessary accreditation to

support Avaya IP Office systems as used at the remote sites as well as Cisco LAN / WAN / WLAN, Avaya

LAN and new proposed solution.

The service provider must take into account the following minimum technical specifications with

respect to their proposed solution. The proposed solution must thus be able to intergrate with the

current IP Avaya IP Office system installed in the Seda provincial offices and branch offices.

13.1.1 General Technical Specifications:

The following requirement is applicable to all telephony equipment:

RFP/T: 02-2017/18 Page 34 of 52 Company Name:__________________________________________ Initials:_________

Proof of Accreditation to ICASA WILL be requested upon delivery of all telephony hardware. Therefore

all hardware MUST be ICASA accredited and failure to prove accreditation will result in non-

acceptance of the product.

(a) PABX Capabilities

Branch Consolidation and Centralization

Unified Communication Collaboration

Inter-calling to and from all(63) Seda Branches

Server Edition

Web Manager for server Edition and Standard Mode

SIP Trunks

Data Backup Function

Supported Codec: G.711 ALAW 64k, G.711 ULA 64k, G723.1 MP-MQL, G729(a) 8k CS-ACELP

Class of service

(b) IP Telephony

178 x IP Tel Handsets

40 x Wireless Phones Handsets

Basic Call Handling

Key and Lamp Operation

Outbound Call Handling Features

Forwarding

Inbound Call Handling

IP Telephony

Pin code Configuration

(c) Switchboard Operators:

2 x Soft Console PC

4 x Wireless headsets for answering calls

Auto Attendant

Support Expansion Modules

XML/LDAP remote phone book

(d) Messaging:

Unified Messaging Service (UMS)

Fax Messages

Voicemail and Fax to email inbox Microsoft outlook

RFP/T: 02-2017/18 Page 35 of 52 Company Name:__________________________________________ Initials:_________

Extended Personal Greetings

(e) Mobility:

On-Site Mobility

Soft Phone Capability on Mobile Cell phones and Laptops

(f) Audio Conferencing:

Tel Conferencing capability

Conference bridge

(g) The Contact Centre:

Call Centre Capability

Customer Call Reporter

Minimum of 5 users must be supported

(h) Management Utilities:

Web Manager

System Monitor

Uptime Monthly Reports e.g. Availability, system status application(s)

(i) Licenses:

Server Edition Licenses for 178 users (Seda Head Office)

Connectivity to current 63 Branches running Avaya IP Office

Small Community Network Licenses

(j) Data Networking Services:

LAN/WAN Services

Internet Access

Remote Access Features

LAN to LAN Routing

Telephone data collection to central server at national office(NO)

(k) IP Phones

IP telephones must support 100MB to the desktop and must be SIP capable. Fly leads for

telephones must be included.

(l) Conference Bridge

Seda frequently make use of the conferencing facility and must be deployed on the systems.

RFP/T: 02-2017/18 Page 36 of 52 Company Name:__________________________________________ Initials:_________

(m) Inter-branch Calling

Inter branch calls must be routed across the Vodacom MPLS data network.

(n) RightFax

Existing fax server must be configured at National Office (NO: Pretoria) to manage all in and

outbound faxes and must be delivered to Microsoft outlook inbox. A number range for faxes will

be supplied by Vodacom or a VOIP provider.

(o) Software/ Licensing Support

The necessary product vendor licensing must be included on duration of the 36 months contract

and must be include in all software upgrades.

14 SERVICE LEVEL AGREEMENT

Maintenance must be included in the Service Level Agreement for a period of 36 months which must cover all

aspects of the solution including hardware, Software, Voice, Data, Wlan and engineering time. Maintenance must

be included for Seda National Office, Provincial Offices and Branch Offices. Software must be assured, hardware

warrantied, and maintenance on hardware and software should apply for a period of (36) thirty six months

for the existing and the proposed solution.

Note: An extended warranty for existing hardware located in the provinces will thus be required from the

date of contracting.

14.1 Minimum Requirements

The Service Levels outlined within the SLA which refer to service provider commitment to resolve the

Service Requests within the applicable response time, unless stated otherwise must be conducted.

The Service Levels shall be recorded against products listed in the Product Schedule of the relevant

SLA.

The SLA/ Warranty must cover repair or replacement for fair wear and tear of Devices or the repair or

replacement of inherently faulty Devices listed in the Product Schedule.

14.1.1 Mean Time to Repair (MTR)

Within 4hrs for major incidents and 1 day for minor incidents.

RFP/T: 02-2017/18 Page 37 of 52 Company Name:__________________________________________ Initials:_________

14.1.2 Service Centres

Name the service centre from which uptime services will be rendered.

14.1.3 Service Zone

Name the service zone refers to the geographic area covered.

15 REPORTING

A “Service Level Performance Report” will be required quarterly in electronic format to a designated

representative of Seda. The following minimum reporting requirements will be required to be reported on:

number of Incidents and Service Requests logged which is summarized by entitlement, priority and whether

the Service level was met or breached;

system resource utilization and availability; and

detailed analysis of all down time.

16 SEDA RESPONSIBILITIES

Seda will be responsible for the daily administration of the devices, log files and capacity management unless

covered in terms of the agreed SLA or unless stated otherwise.

With respect to fault reporting, Seda will perform basic diagnostic tests to isolate the fault subject to the

SLA, before initiating a Service call.

17 TIMEFRAME FOR DELIVERY AND INPLEMENTATION

The successful bidder will be required to deliver all hardware and software within thirty (30) days of receipt

of an official Seda Purchase Order. The solution must be fully implemented within sixty (60) days from receipt

of an official Seda Purchase Order.

18 SITE ENVIRONMENTAL INSPECTION

Bidders may request a maximum of two sites for inspection, one of which must include the Seda National

Office in order to prepare their bid submission.

RFP/T: 02-2017/18 Page 38 of 52 Company Name:__________________________________________ Initials:_________

19 EVALUATION OF THE TENDER PROPOSAL

The following criteria will be used to evaluate bids:

19.1 Pre-qualification Criteria

The following criteria will form the basis of evaluating all bids received and failure to comply with the pre-

qualification criteria may result in disqualification of the bid:

1. Attendance at the Seda Briefing Session for this project is compulsory

and failure to attend will result in elimination of a submitted bid.

2. A fully completed Tender Document with duly completed compulsory

documents must be signed and certified where required and submitted

as part of the bidder’s tender submission.

Only qualifying bids meeting the Pre-qualification Criteria will be further evaluated for Functionality.

19.2 Functionality Criteria

The following criteria will be used to evaluate all bids where bids must score a minimum of eighty five percent

(85%) for Phase 1 to qualify to be evaluated for Phase 2 Functionality Criteria. Bids must score a minimum of

ninety percent (90%) for Phase 2 Functionality Criteria to be considered as a qualifying bid.

All bidders must possess the following experience, skills knowledge and technical requirements as outlined in

the evaluation criteria below:

Functionality Criteria Points Allocation

Phase 1 Score %

1. Experience: 1.1 Traceable references for a minimum of three (3) same/similar projects successfully completed. (25)

1.2 The following key personnel’s detailed CVs to be included:

Unified Communications Specialist with a minimum of three years’ experience. (i.e. Heterogeneous IP Telephony Environment which should include CCNP Voice or Equivalent Certification) (10)

40

40%

RFP/T: 02-2017/18 Page 39 of 52 Company Name:__________________________________________ Initials:_________

Functionality Criteria Points Allocation

Phase 1 Score %

Certified Project Manager (Prince 2/ PMBoK) with relevant implementation experience and supporting PMP certification. (5)

2. Solution Approach

2.1 Methodology

The service provider shall clearly describe the methodology that he/she intends to implement that will enable him/her to execute the work within the timeframe required by Seda (i.e. 60 days from date of delivery to full implementation). (10)

2.2 Proposed Quality Assurance Approach (i.e.: Testing, voice quality, call routing, etc.) (5)

2.3 Proof of vendor partnership with Seda’s current IP Telephony Environment (i.e. Avaya IP Office), as well as partnership of proposed solution provider. (A certified partnership letter of confirmation will be accepted.) (10)

3. Project Implementation Plan

Fully detailed project implementation plan based on the timelines provided (i.e.: 60 days from date of delivery to full implementation) which includes:-

3.1. All tasks and activities

3.2. Resources;

3.3. Milestones and contingency plan to manage milestones

4. Financials

Provide three consecutive years audited and signed-off Financial Statements as from 2013/2014

25

25

10

25%

25%

10%

Total Points (A functionality score of less than 85% (85 points) will eliminate the proposal for further evaluation)

100 100%

RFP/T: 02-2017/18 Page 40 of 52 Company Name:__________________________________________ Initials:_________

Bidders meeting the requirements for Phase 1 Functionality Criteria will be required to host Seda at their premises and provide a practical demonstration on the proposed solution where the following criteria will be used to assess the feasibility of the solution:

Functionality Criteria (Phase 2) Site Visit/ Presentation Points Allocation

Phase 2 Score %

PABX Capabilities:

Redundancy and server edition features where a practical test

will be conducted to confirm “feature” capability and

integration with the current Seda system in the provinces (Avaya

IP Office)

30 30%

IP Telephone and Wireless: Basic Call Handling Key and Lamp Operation Outbound Call Handling Features Forwarding Inbound Call Handling IP Telephony Pin code Configuration Class of service

30 30%

Switchboard Operator:

Soft Console PC

Wireless headsets for answering calls

Auto Attendant Support Expansion Modules XML/LDAP remote phone book

25 25%

Reporting System: System resource utilization and availability

15 15%

Total Points (A functionality score of less than 90% (90 points) will eliminate the proposal for further evaluation

100 100%

Only qualifying bids meeting/ exceeding the stipulated minimum threshold for the functionality criteria will

be considered to be awarded preference points.

RFP/T: 02-2017/18 Page 41 of 52 Company Name:__________________________________________ Initials:_________

19.3 Awarding of Preference Points in terms of the Preferential Procurement Regulations of 2017

In respect to the awarding of preference points for Price and B-BBEE, a Bidder who submits the lowest

acceptable bid will score 80 points for price. Bidders quoting higher prices will score lower points for price

on a pro rata basis. A maximum of 20 points for B-BBEE will be awarded to a bidder for their status level of

contributor.

Depicted in the table below, both the points allocated for Price (80) and the B-BBEE points (20) are combined

or calculated to a total out of 100, and the tender must be awarded to the Bidder who scores the highest

number of total points.

Preference Point System

Description Points Allocated

1. Price 80

2. Broad-Base Black Economic Empowerment (B-BBEE) 20

TOTAL POINTS 100

RFP/T: 02-2017/18 Page 42 of 52 Company Name:__________________________________________ Initials:_________

SECTION D: SUBMISSION QUALITY CHECK

RFP/T: 02-2017/18 Page 43 of 52 Company Name:__________________________________________ Initials:_________

20 CHECKLIST OF DOCUMENTS TO BE SUBMITTED WITH BID

A checklist below which is not mutually exclusive has been provided in order to highlight some of the

important documents which must be included/ submitted with the Request for Proposal/ Tender (RFP/T):

1 Covering letter

2 Tender Document fully completed and signed where applicable together with the National

Treasury General Conditions of Contract initialed on each page

3 Bid submission responsive to requirements stated in the Terms of Reference and Evaluation

Criteria

4 Detailed Price Schedule in support of Declared Price

5 Bank Details

6 Valid B-BBEE Status Level Certificate/ Sworn Affidavit

7 Proof of registration on the National Treasury’s Central Supplier Database

8 SBD 4 – Declaration of Interest

9 SBD 6.1- Preference Points Claim Form duly completed

10 SBD 8 – Declaration of Bidder’s Past Supply Chain Management Practices duly completed

11 SBD 9 – Certificate of Independent Bid Determination duly completed

12 Reference Details

13 Detailed CVs of key Project Team Members

14 PMP Certification

15 Approach and Methodology

16 Project Plan

17 Certified proof of partnership proving vendor partnership with Seda’s current IP Telephony

Environment (i.e. Avaya IP Office), as well as proof of partnership of proposed solution (letter

or certificate will be accepted)

18 Company profile illustrating core business

19 Audited financial statements as requested

NOTE:

Ensure that all document attachments are clearly marked and the tender proposal is submitted in a

clear, logical and well-marked sequence together with an index of documents.

It is preferable that a two ringed lever arch file be utilised for the tender submission. Only one copy

will be required.

RFP/T: 02-2017/18 Page 44 of 52 Company Name:__________________________________________ Initials:_________

SECTION E: APPENDICES

RFP/T: 02-2017/18 Page 45 of 52 Company Name:__________________________________________ Initials:_________

Appendix A

EC List of Branch Offices Physical Address of branCH Telephone Number for branch

1 Alfred Nzo BranCH 188 Nolangeni Road , Mt Ayliff 039) 2546500

2 Amathole BranCH 49b Balfour Road, Vincent, East London, Eastern Cape, 5247 0437096200/1

3 CHris Hani 1 Cathcart Road, Sasol Complex, Queenstown, 5319 0458086600

4 NMB 68 Cape Road, Port Elizabeth 0413908500/1

5 OR Tambo Shop 07, 26 Sprigg Street, Theobrook Centre Mthatha 0475042300/2301

6 Provincial Office 4 Shewitz Road, Berea, East London 0437066700/1

FS List of Branch Offices Physical Address of branch Telephone Number for branch

1 Seda Mangaung BLOEMPLAZA, SHOP 133, CHARLES STREET, BLOEMFONTEIN (051) 411 8300/01

2 Seda Lejweleputswa

ONE REINET BUILDING, GROUND FLOOR, REINET STREET, WELKOM,

9460 (057) 916 1960

3 Seda Thabo Mofutsanyana 4 Richter Street, Harmmanskraal, Bethlehem (0)81 389 6517

4 Seda Fezile Dabi 37 Buitenkant Street, Kroonstad (056) 216 1900

5 Seda Xhariep 53 Voortrekker Street Khoisan Building, Trompsburg (051) 713 9500

6 Provincial Office

Telkom Building Block B 1st Floor, Nelson Mandela Drive,

Bloemfontein (051 )411 3820

GP List of Branch Offices Physical Address of branch Telephone Number for branch

1 Tshwane Branch

Old Mutual Building, Block C, 4th Floor, 536 Frances Baard Street,

Arcadia 0124008880

2 Joburg Branch Forum 5, 2nd Floor, 33 Hoofd Street, Braampark, Braamfontein 011 408 6500

3 Emfuleni Branch Moshoeshoe Rd, VuT Campus, Sebokeng 0169302700

4 Ekurhuleni Branch

The Business Place,Cnr Monument & Voortrekker Street, Kempton

park 0119739640

5 Provincial Office Forum 5, 2nd Floor, 33 Hoofd Street, Braampark, Braamfontein 011 408 6500

KZN List of Branch Offices Physical Address of branch Telephone Number for branch

1 uMgungundlovu 283 Langalibalele Street, Pietermaritzburg, 3201 0332643100

2 uThungulu Lot 611237, Via Verbena, Veldenvlei, Richards Bay, 3900 0359012660

3 uGu 28 Bazley Street, Port Shepstone, 4240 0396881560

4 Harry Gwala 17 Margaret Street, Harry Gwala, 3276 0398347100

5 uThukela 94/96 Murchison Street, Ladysmith, 3371 0366389780

6 Amajuba 28 Scott Street, Newcastle, 2940 0343280620

7 Provincial Office 381 King Dinuzulu Road (South), Berea, Durban, 4001 0312779500

LP List of Branch Offices Physical Address of branch Telephone Number for branch

1 CAPRICORN

PHAMARAMA BUILDING, 1ST FLOOR, 68 HANS van RENSBURG,

POLOKWANE 015 290 8720

2 Vhembe Old Mutual building, 1 Mphephu Street, Thohoyandou 015 960 8700

3 Mopani 27 peace street,prosperitas building,Tzaneen,0850 015 306 6400

4 Sekhukhune Branch (Jane Furse office)Vergelegen B Jane Furse Sekhukhune 087 285 6215/3

5 Sekhukhune Branch (Groblersdal office)Bareki Centre cnr Van Riebeeck & Chric Wild str Groblersdal 013 262 9430

6 Waterberg Nedbank Building, 40 Retief Street, Mokopane, 0600 015 492 9600

7 Provincial Office 73 Biccard street, Maneo Building, Suite 6, Polokwane 0700 015 287 2940

MP List of Branch Offices Physical Address of branch Telephone Number for branch

1 Bushbuckridge (BBR) Shop 31, Twin City Shopping Centre, Bushbuckridge 013-7995340

2 Ehlanzeni (EHZ) Suite 103, Brander 16 Trust Building, Nelspruit 013-7544380

3 Gert Sibande (GTS) South Wing, G.Mbeki Bld, Lurgi Square, Secunda 017-6344339

4 Nkangala (NKA)

Cnr OT Rambo & Mandela St, Shop L2-1A,Saveways Crescent Shopping

Centre,Witbank 013-6556970

5 Nkomazi (NKO) Erf 156, Office 1 & 6, Lorenco Street, Malelane 013-7901183

6 Provincial Office Suite 102, Brander 16 Trust Building, Nelspruit 013 755 8730

NC List of Branch Offices Physical Address of branch Telephone Number for branch

1 Frances Baard 21 Du Toitspan Rd. Suite 6, Perm Building, Kimberley, 8301 0538367720

2 John Taolo Gaetsewe Corner Church & Roos Street , Kuruman 8460 053 714 3160

3 ZF Mgcawu

Corner Scott & Hill Street, Old Sanlam Building, 3rd Floor, Upington,

8800 054 337 8280/11

4 Pixley ka seme Corner Main & Station Street, De Aar, 7000 053 632 7590

5 Namakwa 3 Rivier Street, Springbok, 8240 027 712 8500

6 Provincial Office 13 Bishops Ave, Sanlam Building, Block E, Kimberley, 8301 053 839 5700

NW List of Branch Offices Physical Address of branch Telephone Number for branch

1 Dr Ruth S. Mompati 8 Moffat Street, Vryburg 053 9288800

2 DKKD 51 Leask Street, Klerksdorp 018 4879120

3 Bojanala East 15 Murray Ave, Brits 012 2629120

4 Bojanala West 186 Beyers Naude Street, Rustenburg 014 5918460

5 DMM 4059 newton str Mafikeng 018 3919900

6 Provincial Office 186 Beyers Naude Street, Rustenburg 014-591 7900

WC List of Branch Offices Physical Address of branch Telephone Number for branch

1 Cape Town 23 Vrede Street, 2nd Floor, Louwville Building, Bellville 7530 (021) 949 2227

2 George Beacon Place, 125 Meade Street, George 6529 044-803 4900

3 Cape Winelands 1st Floor Eikestad Mall, 43 Andringa Street, Stellenbosch, 7600 (021) 861 4800

4 Beaufort West Thusong SC 3 De Vries Street Beaufort West 6970 023 414 3368

Branch Contact Details

RFP/T: 02-2017/18 Page 46 of 52 Company Name:__________________________________________ Initials:_________

Appendix B

Equipment & Licenses

IPO R9 AV IP ENDPT 1 ADI LIC 700

IPO/B5800 IP500 RACK MNTG KIT 52

IPO IP500 V2 CNTRL UNIT 52

IPO IP500 V2 SYS SD CARD AL 52

IPO R9 IP500 VCE NTWK 4 ADI LIC 52

IPO/B5800 ISDN RJ45/RJ45 3M RED 432

IPO LIC SIP TRNK RFA 1 104

IPO R9 ESSNTL ED ADI LIC 52

IPO/B5800 PWR LEAD (EARTHED) EU 52

IP PHONE 1608-I BLK 500

IPO/B5800 IP500 V2 COMB CARD BRI 52

Avaya Switches (Branches)

3526T-PWR+ EU PC 52

Additional Voicemail Licenses

IPO R9 PREFRD VM PRO ADI LIC 9

Faxing

Rightfax Solution 1

RightFax 10.5 Enterprise Server 1

RightFax Additional Document Delivery Channel - FoIP Enabled 9

FoIP Enable an Existing RightFax Document Delivery Channel 1

RightFax Gateway for Microsoft Exchange Module 1

RightFax PDF Module 1

Cisco Wireless

CISCO 5520 Wireless Controller 1

CISCO 802.11ac AP w/CleanAir; 3x4:3SS; Mod; Int Ant; Universal 7 Bloem

CISCO 802.11ac AP w/CleanAir; 3x4:3SS; Mod; Int Ant; Universal 20

CISCO 802.11ac AP w/CleanAir; 3x4:3SS; Mod; Int Ant; Universal 18 HO

CISCO 802.11ac CAP w/CleanAir; 3x4:3SS; Int Ant; E Reg Domain 7 Limpopo

Avaya Switches Central Office

ERS 4548GT-PWR with 48 10/100/1000 802.3af PoE ports and 4 shared SFP ports plus HiStack ports and

RPS connector. Inc. Base Software License & 46cm stack cable. (No power cord) 5 Central Office

Additional

IPO R9 RECEPTIONIST 1 ADI LIC 7 Bloem

IPO R9 RECEPTIONIST 1 ADI LIC 4

IPO R9 AV IP ENDPT 5 ADI LIC 2

IPO R9 RECEPTIONIST 1 ADI LIC 6 KZN Sites

IPO R9 AV IP ENDPT 1 ADI LIC 6 KZN Sites

IPO R9 RECEPTIONIST 1 ADI LIC 6 EC

IPO R9 RECEPTIONIST 1 ADI LIC 5 Limpopo

IPO R9 AV IP ENDPT 1 ADI LIC 5 Limpopo

IPO R9 AV IP ENDPT 1 ADI LIC 1 Durban

IPO R9 RECEPTIONIST 1 ADI LIC 1 CT

IPO R9 IP ENDPOINT 1ADILIC 1 CT

3526T-PWR+ EU PC 1 Groblersdal

IPO/B5800 IP500 V2 COMB CARD BRI 20 Various

Equipment Inventory: Seda Branches

RFP/T: 02-2017/18 Page 47 of 52 Company Name:__________________________________________ Initials:_________

Appendix C

Seda National Office equipment list and LAN

8 X ERS 4548GT – PWR – 48 10/100/1000

63 x Remote Avaya IP Office Nationally

63 x 24 x Avaya IP Office Nationally

Right Fax server IP-1000 (Fax Messaging)

Contact Centre

PRI Interfaces

Analogue Trunks & Extensions

3 X Nortel Wireless Controller 2245

53 x Tel Data collection to centralized Galatrix TMS

Current Seda National Office System

System Type : CS 1000E

System ID : 348820019

Aux ID : N/A

Generic : 4021

Release : 7.50Q

CPU Memory : 6 M-Bytes (DRAM:6 Flash:0)

CPU Processor : CP PM NTDW61

Media Type : Flash Card

Software Type : Commercial

Georedundant CP : YES

High Availability : NO

Licenses

Service Licenses:

Digital user License Enabled : 0

Digital user License Consumed : 0

Analogue user License Enabled : 0

Analogue user License Consumed : 0

DECT user License Enabled : 0

DECT user License Consumed : 0

DECT Visitors License Enabled : 0

RFP/T: 02-2017/18 Page 48 of 52 Company Name:__________________________________________ Initials:_________

DECT Visitors License Consumed : 0

ACD agent License Enabled : 10

ACD agent License Consumed : 3

CLASS License Enabled : 0

CLASS License Consumed : 0

IP user License Enabled : 234

IP user License Consumed : 234

Basic IP user License Enabled : 0

Basic IP user License Consumed : 0

Temporary IP Users Enabled : 0

Temporary IP Users Consumed : 0

Mobile Extensions License Enabled : 0

Mobile Extensions License Consumed : 0

Telephony Services License Enabled : 200

Telephony Services License Consumed : 0

Converged Mobile Users License Enabled : 0

Converged Mobile Users License Consumed : 0

Nortel SIP Lines License Enabled : 0

Nortel SIP Lines License Enabled : 0

Third Party SIP Lines License Enabled : 0

Third Party SIP Lines License Consumed : 0

TDM License Enabled : 56

TDM License Consumed : 40

System Licenses:

TMDI D-Channel License Enabled : 0

TMDI D-Channel License Consumed : 0

RAN CON License Enabled : 0

RAN CON License Consumed : 0

MUS CON License Enabled : 45

MUS CON License Consumed : 4

ITG2 Trunk License Enabled : 0

ITG2 Trunk License Consumed : 0

BrandLine License Enabled : 0

BrandLine License Consumed : 0

LTID (ISDN BRI) License Enabled : 65535

LTID (ISDN BRI) License Consumed : 0

RFP/T: 02-2017/18 Page 49 of 52 Company Name:__________________________________________ Initials:_________

Survivable License Enabled : 0

Survivable License Consumed : 0

Personal Call Assistant License Enabled : 0

Personal Call Assistant License Consumed : 0

H323 Access Port License Enabled : 0

H323 Access Port License Consumed : 0

AST License Enabled : 221

AST License Consumed : 3

SIP Access Ports Enabled : 146

SIP Access Ports Consumed : 10

SIP Converged Desktops Enabled : 0

SIP Converged Desktops Consumed : 0

SIP CTI TR87 Enabled : 200

SIP CTI TR87 Consumed : 0

Number of sets with MWA Class of service set to Yes : 228

Total number of M390x virtual office sets : 0

Total number of i200x virtual office sets : 212

Software Features

Detected Service Level : Premium Service

Desired Service Level : Premium Service

Optional Features detected : 0

System Specific features : 0

Retired features : 0

Features not Supported in your Region : 0

Features removed (when downgrading) : 0

Addition(s) with Desired Service Level : 0 - 246 - 421 - 423 - 0

Existing Switch Spare Capacity

Existing Number of Spare IPE Slots on Main Switch : 12

Existing Number of Cabinets : N/A

Existing Number of CE MUX Slots Not Occupied by CE MUX Cards : N/A

Existing Number of Spare Network Loops : 0

Existing Number of Spare Slots on Non-Blocking S'loops : 0

Existing Number of Equipable IPE Modules : 0

Number of additional Network Groups which can be added to the switch : N/A

RFP/T: 02-2017/18 Page 50 of 52 Company Name:__________________________________________ Initials:_________

Remote Site Information

Existing Number of Remote sites : 0

Site Text Existing Number Fiber/Carrier

of Spare Slots Remotes

----- 0 -----

Port usage on Network Equipment

Number of available ports on MSDL cards : 0 (0 card(s))

Number of available ports on DTR cards : 0 (0 card(s))

Number of available ports on MISP cards : 0 (0 card(s))

Number of configured ports on SDI cards : 0

Number of configured ports on DCHI cards : 3

Manual Entries

Is there a Call Pilot configured on slots 9 and 10 of Cabinet #1 ?

=> YES

{end of file}

Peripheral Equipment Totals

Code Qty. Description

3 Blank LAN ID

CALPILOT 1 IPE Call Pilot

NT8D02HA 1 Card 16-port Extended Digital Line XDLC

NT8D09AL 3 Extended Analogue Message Waiting Line Card

NT8D14CA 1 Card 8-port Extended Universal CO Trunk XUT

NTDW60BB 2 MGC - Media Gateway Controller -R5

UNEQUIPP 2

Peripheral Equipment Details

Media Gateway #000 : IP = 10.31.103.51, Name = not set

MG# Slot Code Unused Ports

000 1 0 NTDW60BB 0 DSP:128

1 0 (/NTBK51AA)

2 0 (/NTBK51AA)

3 NT8D02HA 7

RFP/T: 02-2017/18 Page 51 of 52 Company Name:__________________________________________ Initials:_________

4 UNEQUIPPED 0

7 NT8D09AL 0

8 NT8D14CA 0 (MUSCON:4)

9 CALPILOT 4 (TDM Agt:12)

10 ======== 0

Media Gateway #000 : IP = 10.31.103.52, Name = not set

MG# Slot Code Unused Ports

004 1 0 NTDW60BB 0 DSP:128

1 0 (/NTBK51AA)

2 UNEQUIPPED 0

3 NT8D09AL 1

4 NT8D09AL 7

MUS CON are calculated by splitting consumed licenses across the configured ports on the

system

Note that the Peripheral equipment does not identify any AEM and

associated Applications, nor any EPE equipment, which may exist.

DSP Daughter Boards Details

MG# Code Port No. DSPs

000 1 NTDW62AA 00 32

000 1 NTDW64AA 11 96

004 1 NTDW62AA 00 32

004 1 NTDW64AA 11 96

System Memory Allocation

CPP (note this is SDRAM)

SDRAM: 6

Flash: Not Applicable

RFP/T: 02-2017/18 Page 52 of 52 Company Name:__________________________________________ Initials:_________

SECTION F: ANNEXURES

ANNEXURE A:

National treasury’s General Conditions of Contract