tender for the provision of mobile workplace services and ... · mobile workplace services and the...
TRANSCRIPT
Tender for theProvision of Mobile Workplace Services
and the Supply ofMobile Workplace Handheld Devices to Various Government Departments
(Tender Ref.: GCIO90585210)
Tender Briefing
17 May 20191
Agenda 1 General information
2 Key Points in Part II and Part IV of the Tender Document
3 Specification of Government Requirement
4 Information to be submitted for completion of the Tender
5 Tender Evaluation
6 Technical and Price Assessment
7 Q&A 2
Disclaimer
Any statement whether oral or written made during this tender briefing session shall be for information purposes.
Tenderers shall refer to the Tender Document for the tender requirements
3
General Information
4
Tender Document Part I – Notes for Tenderers
Part II – Conditions of Tender and its Annexes
Part III – Conditions of the Standing Offer Agreement
Part IV – Conditions of the Individual Contract
Part V – Contract Schedules
Part VI – Project Specifications and its Annexs
Part VII – Offer to be Bound 5
Standing Offer Agreement (SOA) A standing offer from SOA Commencement Date to the last day
Ref. Clause 2.1 of Part IIIof the last Individual Contract Thirty-six (36) months Ordering Period from the Acceptance Date
or after 15 October 2019 The Government intends to enter into Agreements with up to two
(2) Contractors for the SOA. Ref. Clause 2.2 of Part II
The SOA will be awarded on a non-exclusive basis. Ref. Clause 38 of Part II
The Government shall have the sole option to shorten the Ordering Period during the last twelve (12) months of the said thirty-six (36) months by giving at least one (1) month’s prior
Ref. Clause 2.3 of Part III written notice to the Contractor. The Government shall have the option to extend the Ordering
Period of not more than twelve (12) months in aggregate. Ref. Clause 2.4 of Part III 6
7
Tenders are invited
Flowchart of Processes
Tender evaluation
Those awarded with SOA will become SOA contractors
Acceptance of Mobile Gateway by Government
Gov’t B/D issue Written Order to SOA Contractors
Formation of Individual Contract between the Gov’t and SOA Contractor
Ordering Period start from the Acceptance Date for Thirty-six (36) months
SOA Contract Period start from SOA Commencement Date
Subscription Period is maximum thirty-six (36) months
Acceptance by Gov’t B/D
SOA Contract end on the last day of the last Individual Contract 7
Tender Closing Date: 14 June 2019 noon
Tender Validity Period is 180 days Ref. Clause 4.2 of Part II
Ref. Clause 2.1.1 of Part I
Ref. Clause 2.1 of Part III
Ref. Clause 2.1 of Part III
Ref. Clause 2.1 of Part III
Ref. Clause 1 of Part III
Lodging of Tender(Clause 2 of Part I – Notes for Tenderers and Clause 3.3 of Part II – Conditions of Tender)
Manner of submission
A Tender, properly completed in triplicate, must be addressed to the Chairman, Central Tender Board and placed in the Government Secretariat Tender Box at the Lobby of the Public Entrance on the Ground Floor, East Wing, Central Government Offices, 2 Tim Mei Avenue, Tamar, Hong Kong
…Cont’d 8
Lodging of Tender (Clause 2 of Part I – Notes for Tenderers and Clause 3.3 of Part II – Conditions of Tender)
For Price Proposal - Three (3) hard copies and two (2) soft copies in a sealed plain
envelope marked “Price Proposal - Tender for the Provision of Mobile Workplace Services and the Supply of Mobile Workplace Handheld Devices to Various Government Departments, Tender Ref. GCIO90585210”
For Technical Proposal - Three (3) hard copies and two (2) soft copies in a sealed plain
envelope marked “Technical Proposal - Tender for the Provision of Mobile Workplace Services and the Supply of Mobile Workplace Handheld Devices to Various Government Departments, Tender Ref. GCIO90585210”
…Cont’d 9
Lodging of Tender (Clause 2 of Part I – Notes for Tenderers and Clause 3.3 of Part II – Conditions of Tender)
Technical Proposal and Price Proposal enclosed in one (1) sealed plain envelope marked: - Tender for the Provision of Mobile Workplace Services and the
Supply of Mobile Workplace Handheld Devices to Various Government Departments, Tender Ref. GCIO90585210
before 12:00 noon (Hong Kong Time) on 14 June 2019, Friday
10
Tender Preparation and Submission (Clause 3.3.1 of Part II –Conditions of Tender)
Price Proposal
duly completed Schedules 1 to 7, 9, 17 and 19 (if a Tender intends to quote for any of the optional items) of Part V – Contract Schedules
Technical Proposal
duly signed Part VII – Offer to be Bound
duly completed Schedules 8, 10 to 16, 18 and 20 to 24 of Part V –
Contract Schedules
All other information and documents stated to be required in the Tender Documents
Each Tenderer shall ensure that information provided in the Price Schedule of Part V is not included in the Technical Proposal
11
Important Note
All tenderers should read the tender documents (including tender addendum, if any)
thoroughly and carefully prior to preparing and submitting their Tenders.
12
Key Points in Part II and Part IV of the Tender Document
13
Key point in Part II of the Tender Document
Tender Preparation and Submission (Clause 3) Tenders to Remain Open (Clause 4) Counter-proposals (Clause 9) Cost of Tender (Clause 18) Estimated Requirements (Clause 19) Quotation (Clause 21) Sub-contracting (Clause 22) Technical Literature and Documentary
Evidence (Clause 24)
…Cont’d 14
Statement of Compliance (Clause 28) Communication with the Government (Clause 30) Tender Evaluation (Clause 33) Award of Agreements (Clause 34) Tenderer’s Financial Capability (Clause 35) Contract Deposit (Clause 37)
Key point in Part II of the Tender Document
15
Term of MWS (Clause 7) Registration, Delivery and Installation (Clause 9) Trade-in Services (Clause 10) Acceptance of MWS and/or Device (Clause 11) Payment Terms (Clause 18)
Key point in Part IV of the Tender Document
16
Specification of Government Requirement
17
Tasks / Activities Planned Completion (from the Agreement Date)
Date of the Tender Acceptance Week 0 Team Formation Week 1 Detailed Technical Design and Project Plan Week 2 Implementation of the Mobile Gateway Week 5 System tests of the Mobile Gateway Week 6 Delivery of all Documentation Week 6
Acceptance of MWS Week 6
Project Schedule (Clause 13 of Part VI – Project Specifications)
18
(1) Overview (Clause 1.3 of Part VI – Project Specifications)
A Contractor shall provide an overall solution which includes:
(a) A mobile workplace gateway system (“Mobile Gateway”)
(b) Mobile communication network services
(c) Mobile Workplace Handheld Devices (“MWHD”)
19
(2) Mobile Gateway Design (Clauses 1.4 and 3.2 of Part VI – Project Specifications)
The Contractor shall host the Mobile Gateway in the Central Computer Centre (CCC) of OGCIO
The Mobile Gateway shall adopt the multi-tier security architecture and comply with the network demarcation of the infrastructure provided by the Government and the provisioned infrastructure
The Mobile Gateway shall be able to integrate with Android and iOS operating systems
20
(2) Mobile Gateway Design (Clause 3.3 of Part VI – Project Specifications)
The Contractor shall set up the mobile gateway in both WCDC and TWDC with “dual active site” mode for supporting with Android and iOS operating systems
Under normal operation, the workload of the Mobile Gateway shall be shared by the system installed in each site by the GSLB provided by the Government or the Contractor’s own load balancing system
21
(2) Mobile Gateway Design (Clause 3.3 of Part VI – Project Specifications)
The mobile gateway in each site shall be implemented with high availability (“HA”). The failure of a single component in either WCDC or TWDC, such as server, shall not have impact to service availability.
The HA design of both WCDC and TWDC shall implement with 3 tiers:
1. proxy or load balancer servers in the CIG segment
2. the servers installing with push email software in the GNET segment
3. databases in the GNET segment
22
(2) Mobile Gateway Design In both WCDC and TWDC
23
(3) Mobile Gateway Implementation (Clause 23 of Part II – Conditions of Tender)
Tenderer shall provide detailed information on the proposed Mobile Gateway. The information shall include:
(1) Technical design of the Mobile Gateway
(2) Proposed hardware and software for setting up the Mobile Gateway
(3) Proposed Project plan for the design and implementation of the Mobile Gateway
24
(3) Mobile Gateway Implementation (Clause 4.9 of Part VI – Project Specifications) The Contractor shall implement effective monitoring solution using
the infrastructure /tools provided by the Government
(Clause 5.17 of Part VI – Project Specifications) the Contractor shall provide full day on-site service, between 09:00 to
18:00 with one (1) hour lunch break between 13:00 to 14:00 on all working days or as requested by the Government at Wan Chai Data Centre or Tsuen Wan Data Centre or other data centre as appointed by the Government.
25
(4) Requirements for MWS (Clause 6 of Part VI – Project Specifications)
The MWS shall: include mobile transmission of voice, data, SMS and roaming services support common mobile telecommunication standards in Hong Kong
for 3G and 4G, such as LTE and WCDMA be able to operate with the Departmental e-Mail Systems allow users to read/send/reply/forward Lotus Notes encrypted e-
mails
provide additional features like call forwarding, IDD, MDM, etc. support 7/24 remote permanent data removal
26
(4) Requirements for MWS (Clause 14 of Part VI – Project Specifications)
the Contractor shall assign a project team (the “Team”) with one (1) Service Management Manager three (3) Mobile Service Engineers three (3) Mobile Service Supports
one (1) Account Management Executive, and
one (1) Customer Service Executive
(Clause 16.2 of Part VI – Project Specifications) the minimum Service Availability for any month shall not be lower
than 99.65%
27
(5) Service Packages (Clause 6 of Part VI – Project Specifications)
provide Service Packages, meeting the requirements respectively and at the quantity stipulated in Paragraphs 21.2(a) and 21.2(b) of Part II – Conditions of Tender and Schedule 1 and Schedule 2
Service Packages A and D
At least 1 GB mobile data transmission per month Service Packages B and E
At least 5 GB mobile data transmission per month
Service Packages C and F
Unlimited mobile data transmission per month
28
(5) Service Packages (Clause 6 of Part VI – Project Specifications)
For Service Package without bundled MWHD (for Mobile Phone) Two 4G plans (21Mbps and 150Mbps) which shall comply with the
requirements of Service Packages A1 and A2 respectively Three 4G plans (21Mbps, 150Mbps and 21Mbps among the Greater
Bay Area) which shall comply with the requirements of Service Packages B1, B2 and B3 respectively
One 3G plan (384kbps) and two 4G plans (21Mbps and 150Mbps) which shall comply with the requirements of Service Packages C1, C2 and C3 respectively
Monthly subscription fees for 12-month and 24-month Subscription Periods shall be quoted.
29
(5) Service Packages (Clause 6 of Part VI – Project Specifications)
For Service Package without bundled MWHD (for Tablet) Two 4G plans (21Mbps and 150Mbps) which shall comply with the
requirements of Service Packages D1 and D2 respectively Three 4G plans (21Mbps, 150Mbps and 21Mbps among the Greater
Bay Area) which shall comply with the requirements of Service Packages E1, E2 and E3 respectively
One 3G plan (384kbps) and two 4G plans (21Mbps and 150Mbps) which shall comply with the requirements of Service Packages F1, F2 and F3 respectively
Monthly subscription fees for 12-month and 24-month Subscription Periods shall be quoted.
30
(5) Service Packages (Clause 6 of Part VI – Project Specifications)
For Service Package bundled with MWHD At least three 4G plans (2 for Android and 1 for iOS) for each of
the requirements of Service Packages A1, A2, B1, B2, B3, C2 and C3 (bundled with Mobile Phone)
At least two 4G plans (1 for Android and 1 for iOS) for each of the requirements of Service Packages D1, D2, E1, E2, E3, F2 and F3 (bundled with Tablet)
Monthly subscription fees for 24-month Subscription Periods shall be quoted
31
The MWHD can be utilized to provide: Service Packages A, B and C for Mobile Phones Service Packages D, E and F for Tablets
Speed
Data
3G Max speed 384kbps
4G Max speed up to 21mbps
4G Max speed up to 150mbps
1G A1 & D1 A2 & D2
5G B1 & E1 B2 & E2
5G B3 & E3 (Internet access cover Greater Bay Area)
Unlimited C1 & F1 C2 & F2 C3 & F3
(Clause 7 of Part VI – Project Specifications)
32
(6) Functional requirements for MWHD
(6) Functional requirements for MWHD(Clause 7 of Part VI – Project Specifications)
The Contractor shall provide at least two (2) different brands/models of Mobile Phone running on
Android at least one (1) Mobile Phone running on iOS at least one (1) Tablet running on Android; and at least one (1) Tablet running on iOS
33
(6) Functional requirements for MWHD(Clause 7 of Part VI – Project Specifications)
The Mobile Phone shall: comply any set of the specifications for MP1, MP2 or MP3 be able to access the functions of MWS enable to access Departmental e-Mail Systems support encryption of data stored support protection software against malicious code for all proposed
Mobile Phones and be bundled for Android Mobile Phones
34
(6) Functional requirements for MWHD (Clause 7 of Part VI – Project Specifications)
The Tablet shall: comply any set of the specifications for TB1 or TB2 be able to access the functions of MWS (except the functions exclusive
for Mobile Phone) enable to access Departmental e-Mail Systems support encryption of data stored support protection software against malicious code for all proposed
Tablets and be bundled for Android Tablets
35
(7) Licensing Requirements (Clause 8 of Part VI – Project Specifications)
The mobile communication network services provided shall be covered by a valid license, including Unified Carrier Licence with provision of mobile services authorized and/or Mobile Carrier Licence issued by the OFCA or OFTA
The license must be valid on the Tender Closing Time The Contractor shall ensure that the MWHD have been approved by
appropriate licences issued by the OFCA or OFTA or exempted from licensing under the Telecommunications Ordinance (Cap. 106)
36
Information to be submitted for completion of the Tender
37
(1) Summary
Tenderer shall supply information according to the following schedule:
(a) Information to be submitted before the Tender Closing Time
(b) Optional Items
(c) Information / supporting documents
(d) Other information
38
(2) Information to be submitted Before the Tender Closing Time
(Clause 3.2 of Part II – Conditions of Tender)
Clause 3.2 of Part II
Each Tenderer should read the instructions specified in the Tender Documents before completing the Schedules.
If a Tenderer fails to submit any of Schedules 1 to 9 and Schedule 16 of Part V, or a duly signed Offer to be Bound (Part VII), its Tender will not be considered further.
39
(3) Optional Items (Clause 3.3 of Part II – Conditions of Tender)
If a Tenderer intends to quote for any of the optional items in Schedule 19 of Part V – Contract Schedules, it shall submit the price information in Schedule 19 of Part V – Contract Schedules before the Tender Closing Time
(Ref. Clause 3.3.1 of Part II)
Otherwise, its offer for the optional items will NOT be considered
40
(4) Information/Supporting documents
In addition to the above, a Tenderer is required to provide all other information/supporting documents requested in the Tender Document or relevant to its tender, including without limitation the following:
if applicable, the written undertaking(s) issued by the sub-contractor(s) as required in Clause 22.2 of Part II – Conditions of Tender
(Ref. Clause 22 of Part II)
the technical literature and documentary evidence as required in Clause 24.1 of Part II - Conditions of Tender (Ref. Clause 24 of Part II)
41
(4) Information/Supporting documents
the information and/or statement as required in Clause 32.4 of Part II - Conditions of Tender (Ref. Clause 32.4 of Part II)
A Tenderer shall provide in Schedule 10 of Part V – Contract Schedules the particulars of each Existing Model of MWHD which is offered in Schedules 2 and 5 of Part V –
(Clause 27.1 of Part II) Contract Schedules
42
(4) Information/Supporting documents
In addition to the above, the Tenderer should provide the items below at the same time as it submits its Tender company information and the related document as required in Clause 6
of Part II – Conditions of Tender (Ref. Clause 6 of Part II)
if applicable, information on the proposed sub-contractor(s) in Schedule 14 of Part V – Schedules as required in Clause 22.1 of Part II – Conditions of Tender (Ref. Clause 22 of Part II)
43
(4) Information/Supporting documents(Clause 29 of Part II – Conditions of Tender)
If clarification in relation to any part of the Tender is necessary, or document / information (other than those set out in Clause 29.2 of Part II - Conditions of Tender) is missing, the Government may, but is not obliged to, make a request for clarification or missing item pursuant to Clause 29 of Part II - Conditions of Tender.
If any of the clarification or information/document is still not provided by the time specified by the Government, the Tender will not be considered further.
44
Tender Evaluation
45
Tender evaluation (Clause 33.2 of Part II – Conditions of Tender)
A Tender will undergo the assessments as specified in Annex A – Tender Evaluation Procedures and Assessment Criteria, viz., Stage 1 – completeness check, Stage 2 – assessment of compliance with the essential
requirements, Stage 3 – technical assessment and demonstration and the
technical assessment in accordance with the Marking Scheme, Stage 4 – price assessment, and Stage 5 – calculation of the Combined Score.
46
Stage 1 • Completeness Check on the tenders submitted
Stage 2 • Assessment of Compliance with essential requirements
Stage 3 • Technical Assessment and Demonstration
Stage 4 • Price Assessment
Stage 5 • Calculation of Combined Score
Stages of Tender evaluation (Annex A to Part II – Conditions of Tender)
47
Stage 1 • Completeness Check on the tenders submitted
Stage 2 • Assessment of Compliance with essential requirements
Stage 3 • Technical Assessment and Demonstration
Stage 4 • Price Assessment
Stage 5 • Calculation of Combined Score
(Annex A to Part II – Conditions of Tender) tenders submittedStage 1- Completeness Check on the
48
Stage 1 - Completeness Check on the (Annex A to Part II – Conditions of Tender) tenders submitted
If a Tenderer fails to submit any of the below information (except the price information which will be checked in Stage 4), its Tender will not be considered further. Part VII – Offer to be Bound signed by the Tenderer. Schedule 8 of Part V Schedule 16 of Part V
49
Stage 1 • Completeness Check on the tenders submitted
Stage 2 • Assessment of Compliance with essential requirements
Stage 3 • Technical Assessment and Demonstration
Stage 4 • Price Assessment
Stage 5 • Calculation of Combined Score
Stage 2 - Assessment on Compliance with
(Annex A to Part II – Conditions of Tender)
50
essential requirement
Stage 2 - Assessment on Compliance withessential requirement
(Annex A to Part II – Conditions of Tender)
Part A – Assessment of compliance of the essential requirements based on the submitted statement of compliance in Schedule 16 of Part V – Contract Schedules
Part B – Assessment of compliance of the essential requirements specified in Annex B of Part II – Conditions to Tender and Part VI – Project Specifications
A tender which fail Part A or Part B will not be considered further
51
Stage 2 - Assessment on Compliance withessential requirement
(Annex A to Part II – Conditions of Tender)
Part A – Assessment of compliance of the essential requirements based on the submitted statement of compliance in Schedule 16 of Part V – Contract Schedules
52
Stage 2 - Assessment on Compliance with
Part B – Assessment of compliance of the essential requirements
(Annex B to Part II – Conditions of Tender)
53
essential requirement
Stage 1 • Completeness Check on the tenders submitted
Stage 2 • Assessment of Compliance with essential requirements
Stage 3 • Technical Assessment and Demonstration
Stage 4 • Price Assessment
Stage 5 • Calculation of Combined Score
DemonstrationStage 3 - Technical Assessment and
(Annex A to Part II – Conditions of Tender)
54
Stage 3 - Technical Assessment and
Stage 3 • Technical Assessment and Demonstration
(Annex A to Part II – Conditions of Tender)
55
Demonstration
(i) Assessment based on criteria stated in Marking Scheme
As specified Annex C to Part II ‐ Conditions of Tender
Stage 3 - Technical Assessment and (Annexes A and C to Part II – Conditions of Tender)
56
Demonstration
Stage 3 - Technical Assessment andDemonstration
(Annexes A and F to Part II – Conditions of Tender)
(ii) Demonstration: A Tenderer who has passed Stage 2 evaluation will be invited to
conduct a demonstration at its own cost and expense in the manner specified in Clause 33.3 of Part II – Conditions of Tender
A Tenderer who fails to provide the demonstration or fails to conduct the demonstration in accordance with the requirements set out in Annex F to Part II – Conditions of Tender will not be considered further
57
Stage 3 - Technical Assessment andDemonstration
(Annex A to Part II – Conditions of Tender)
(iii) Calculation of Technical Score
Weighted technical score which accounts for 70% of the final combined score
Calculate accordance with the following formula:
58
Stage 1 • Completeness Check on the tenders submitted
Stage 2 • Assessment of Compliance with essential requirements
Stage 3 • Technical Assessment and Demonstration
Stage 4 • Price Assessment
Stage 5 • Calculation of Combined Score
Stage 4 - Price Assessment (Annex A to Part II – Conditions of Tender)
59
Stage 4 - Price Assessment (Annex A to Part II – Conditions of Tender)
Completeness check
If a Tenderer fails to submit Schedule 1 to 7 and Schedule 9 of Part V –Contract Schedules by the Tender Closing Date, its tender will not be considered further
60
Stage 4 - Price Assessment(Annex A to Part II – Conditions of Tender)
Calculation of Price Score
Weighted Price score which accounts for 30% of the final combined score
Calculate accordance with the following formula:
61
Stage 1 • Completeness Check on the tenders submitted
Stage 2 • Assessment of Compliance with essential requirements
Stage 3 • Technical Assessment and Demonstration
Stage 4 • Price Assessment
Stage 5 • Calculation of Combined Score
Stage 5 - Calculation of Combined Score (Annex A to Part II – Conditions of Tender)
62
Stage 5 - Calculation of Combined Score(Annex A to Part II – Conditions of Tender)
The combined score of each of the tender proposals that have completed Stage 4 evaluation will be calculated as follows:
Combined Score
Weighted Technical
Score
Weighted Price Score
63
Technical Assessment
64
Technical Assessment(Annex C to Part II – Conditions of Tender)
• I. The proposed Execution Plan (“Grouping A(I)”) • II. Additional Hardware or Software Proposals (“Grouping A(II)”) • III. Innovative Suggestions (“Grouping A(III)”)
Section A comprising three groupings of assessment criteria (“Groupings”), viz., Groupings A(I) to A(III)
• I. Experience and qualifications of the nominees for the key roles of the Project Team (“Grouping B(I)”)
Section B Experience and qualification (comprising one Grouping B(I)
85%
15%
65
Technical Assessment (Annex C to Part II – Conditions of Tender)
66
Technical Assessment (Annex C to Part II – Conditions of Tender)
No. Assessment Criteria Guidelines to Tenderers for Attaining Scores in Technical Assessment
1 Project Plan for the Preparatory Services
Marks will be given based on the level of details of information provided that can help to demonstrate the practicality and applicability of the plan
Grouping A(I) – The Proposed Execution Plan
Please provide details in Schedule 8 of Part V – Contract Schedules.
67
Maximum Mark = 10
Technical Assessment (Table 8.2 of Schedule 8 of Part V – Contract Schedules)
68
Technical Assessment (Annex C to Part II – Conditions of Tender)
No. Assessment Criteria Guidelines to Tenderers for Attaining Scores in Technical Assessment
2 Technical design of the Mobile Gateway 2.1 Service Availability
(Maximum mark = 14 )
2.2 System Monitoring and Incident Handling Mechanism (Maximum mark = 8 )
2.3 Scalability and Expandability (Maximum mark = 8 )
Marks will be given if the Tenderer indicate higher committed level in excess of minimum requirements specified in the Tender
Grouping A(I) – The Proposed Execution Plan
Please provide details in Schedule 16 of Part V – Contract Schedules. 69
Maximum Mark = 30
Technical Assessment (Annex C to Part II – Conditions of Tender)
No. Assessment Criteria Guidelines to Tenderers for Attaining Scores in Technical Assessment
1 Desirable environment features Marks will be given according to the average number of desirable green specifications as that each distinct Existing Model of MWHD offered in Schedules 2 and 5 complies with.
Grouping A(II) – Additional Hardware and Software Proposals
Please provide details in Schedule 16 of Part V – Contract Schedules.
70
Maximum Mark = 25
Technical Assessment (Annex C to Part II – Conditions of Tender)
No. Assessment Criteria Guidelines to Tenderers for Attaining Scores in Technical Assessment
1 Type 1 - benefits derived are directly relevant to the procurement covered by this Invitation to Tender (Maximum mark = 10 )
Marks will be given according to the number of Innovative Suggestions Type I that the details of which provided in the tender proposals are considered innovative, effective, feasible, practicable, reliable and sustainable in improving the services to be offered by the System or bringing benefits / additional value to the MWS and/or MWS users
2 Type II – benefits derived may not be directly relevant to the procurement covered by this Invitation to Tender but can bring positive values and benefits to the Government or the public at large (Maximum mark = 10)
Marks will be given according to the number of Innovative Suggestions Type II that the details of which provided in the tender proposals are accepted because adoption of these Innovative Suggestions in this procurement bring positive values or benefits to the Government or the public of HKSAR at large.
Grouping A(III) – Innovative Suggestions
Please provide details in Schedule 12 of Part V – Contract Schedules. 71
Maximum Mark = 20
Technical Assessment (Annex C to Part II – Conditions of Tender)
No. Assessment Criteria Guidelines to Tenderers for Attaining Scores in Technical Assessment
1 The Service Management Manager’s project management experience
Marks will be given according to nominee’s IT experience in managing IT projects in excess of the original requirements under the Tender Documents for the role of Service Management Manager (“excess experience”).
Grouping B(I) – Experience and qualifications of nominees for the key roles of the Project Management Team
Please provide details in Schedule 11 of Part V – Contract Schedules.
72
Maximum Mark = 8
Technical Assessment (Annex C to Part II – Conditions of Tender)
No. Assessment Criteria Guidelines to Tenderers for Attaining Scores in Technical Assessment
2 Key project staff’s relevant IT experience
Marks will be given according to all nominees’ relevant IT experience in excess of the original requirements under the Tender Documents (“excess experience”) for the respective key roles of the Project Team they fill (excluding the key role of Service Management Manager which is separately evaluated under Item B(I)(1) above).
Grouping B(I) – Experience and qualifications of nominees for the key roles of the Project Management Team
Please provide details in Schedule 11 of Part V – Contract Schedules. 73
Maximum Mark = 7
Price Assessment
74
Price Assessment (Annex D to Part II – Conditions of Tender)
Total Estimated Contract Price = Total charges for Service Packages in Schedules 1 (A) + Total charges for Service Packages in Schedule 2 (B) + Total charges for MWHD in Schedule 5 (C) + Total charges for the Support Services in Schedule 9 (D)
where: (A) = 36 [9,500 (x) + 3,000 (y)] (B) = 24 [2,000 (a) + 500 (b)] (C) = 400 (p) + 200 (t) (D) = ∑ (q × m)
x, y = average monthly subscription fee for mobile data with voice and mobile data a, b = average monthly subscription fee of service packages of Mobile Phone and Tablet p, t = average unit price of Mobile Phone and Tablet q = estimated number of required hours m = quoted ceiling rate
75
(Annex D to Part II – Conditions of Tender) Total charges for Service Packages in Schedule 1
76
Total charges for Service Packages in Schedule 1(Annex D to Part II – Conditions of Tender)
Total= (36) × ((9500) × (AA1 + AA2 + AB1 + AB2 + AB3 + AC1 + AC2 + AC3) / 8) + ((3000) × (AD1 + AD2 + AE1 + AE2 + AE3 + AF1 + AF2 + AF3) / 8))
77
Total charges for Service Packages in Schedule 1(Annex D to Part II – Conditions of Tender)
For Service Package A1, the average monthly subscription fee payable for the two options are: Option 1 = ($60 + $50) / 2 = $55 Option 2 = ($65 + $60) / 2= $62.5 Option 1, is the lowest, the lowest monthly subscription fee is $55, it will be used to calculate the charge payable for Service Package, 78
(Annex D to Part II – Conditions of Tender) Total charges for Service Packages in Schedule 2
79
Total charges for Service Packages in Schedule 2(Annex D to Part II – Conditions of Tender)
Total = (24) × ( ((2000) × (a1-x + a1-y + a1-z + a2-x + a2-y + a2-z + b1-x + b1-y + b1-z + b2-x + b2-y + b2-z
+ b3-x + b3-y + b3-z + c2-x + c2-y + c2-z + c3-x + c3-y + c3-z) / 21) + ((500) × (d1-x + d1-y + d2-x + d2-y + e1-x + e1-y + e2-x + e2-y + e3-x + e3-y + f2-x + f2-y + 80
f3-x + f3-y) / 14))
Total charges for Service Packages in Schedule 2(Annex D to Part II – Conditions of Tender)
More than one offer for MP2 under Service Package A1, the lowest offer is selected to calculate the charge payable for Service Package in Schedule 2
81
(Annex D to Part II – Conditions of Tender) Total charges for MWHD in Schedule 5
82
Total charges for MWHD in Schedule 5(Annex D to Part II – Conditions of Tender)
The lowest offer of each particular MWHD’s specification is selected to calculate the charge payable for MWHD in Schedule 5
83
(Annex D to Part II – Conditions of Tender) Total charges for Support Services in Schedule 9
84
(Annex D to Part II – Conditions of Tender) Total charges for Support Services in Schedule 9
85
Q & A
86