· web viewthe sci-bono discovery centre is an independent non profit company set up by the...
TRANSCRIPT
INVITATION FOR THE SUBMISSION OF QUOTATIONS FOR THE PROCUREMENT OF LAN AREA NETWORK
CS/SCM/R15-16/05
1. BACKGROUND INFORMATION
2.1. The Sci-Bono Discovery Centre is an independent Non Profit Company set up by the Gauteng Department of
Education. It is a flagship science centre located in Newtown, Johannesburg. Sci-Bono’s goal is to enhance
interest and learning in mathematics, science and technology. Sci-Bono works closely with, and on behalf of,
the Gauteng Department of Education (GDE), to enhance curriculum delivery in schools.
2. PURPOSE AND BACKGROUND
3.1. The purpose of this Request for Question (RFQ) is to solicit quotations from reputable service providers for the
procurement of Wireless Networking LAN for the GDE e-Learning schools.
3. SPECIFICATIONS
3.1. OVERVIEW
1) The computer network should consist of both wired and wireless access points.
2) The network should be able to handle the simultaneous connection and management of all
wireless and fixed computer devices to be used in the school including (but not limited to) one
tablet per student, teachers tablets and laptops, PC’s, printers and other networkable IT
equipment.
3) The network should be designed so that, when being utilised by all students during the normal
school day, the network speed is adequate for normal teaching requirements.
4) The wireless network should cover the insides of every classroom, laboratory and office (all the
areas mentioned in the electrical scoping document and/or addendums) as well as the external
areas between classrooms (excluding the sports fields).
5) The wired network should be to all the points identified in the electrical scoping document
and/or addendums.
6) The network should include management software enabling remote management of the
system.
3.2. DESIGN
The Network should incorporate:
1) An Access Controller (AC) mounted in the Server Rack based in the Server room located in the
Administration block. The AC should include Network Management Software.
2) Switch/s should be located in each classroom block as required (in IT Support/Control Rooms
and other identified locations). The classroom block should be linked to the AC by fibre optic
cable and by Cat6 cable to provide redundancy as per the electrical scoping document.
3) The switch/s (as appropriate) should connect via CAT6 cable to the Wireless Access Points
(WAPS) and classroom/laboratory etc. wired network points. If preferred, additional
10/100/1000T switches may be located in classroom/laboratory store rooms to reduce the
CAT6 cabling required.
4) Each classroom should be covered by a WAP capable of handling all wireless users in that
classroom. Each classroom/laboratory etc. should also have 3 wired network points in the
front (one for the teacher and two for connection to other networkable devices).
5) The network must be configured in such a manner (especially conduit and sleeves) that
required maintenance can be done with ease in case of any equipment failure, i.e. fibre optic
cable, CAT6 cable, switches, etc.
3.4. ACCESS CONTROLLER (AC) SPECIFICATIONS
1) Rack Mountable Layer 3 Controller
2) 10 Gbit/s optical uplink capability
3) Connectors to allow fibre and CAT6 (for redundancy) connection to L2 Switches based in IT
Support/Control Rooms in Classroom blocks
4) Conforms to 802.11a/b/g/n standards
5) Provides both wired and wireless aggregation services
6) Includes centralized network management application (NMS) that allows:
a) Optimization of network performance
b) Intelligent radio management
c) Load balancing
d) Roaming between AP’s
e) Control of security policies and data-forwarding modes for both wired and wireless
access.
7) Includes PoE (Power over Ethernet) capability in order to power AP’s if required.
3.5. SWITCH SPECIFICATIONS
1) Rack Mountable Layer 2 Switch
2) 10 Gigabit Ethernet uplink port for fibre connection to AC (also a CAT6 uplink port)
3) Sufficient 10/100/1000BASE-T ports for CAT6 connection to WAP’s and classroom data network
points.
4) Includes PoE capability in order to power AP’s if required.
3.6. WIRELESS ACCESS POINT SPECIFICATIONS
1) Designed for small signal coverage area, high density of users and high capacity demands
2) Designed for either indoor or outdoor operation depending on location of AP
3) Controller based (Fit AP’s)
4) Conforms to 802.11a/b/g/n standards
5) Dual band (2.4 GHz and 5 GHz)
6) Integrated antennas
7) Supports both PoE and wired power options (from Classroom Storerooms or from IT
Support/Control Rooms)
8) To be installed with wired power or PoE Injectors in order to achieve optimal performance over
required distances.
4. MINIMUM REQUIREMENTS
4.1. The Service Provider must supply Sci-Bono Discovery Centre with the following minimum
requirement, failing which the proposal shall be automatically disqualified:
1) Certification of Registration;
2) Valid SARS Tax Clearance Certificate;
3) Declaration Forms (SBD 4, SBD 8 & SBD 9) to be obtained from the website www.sci-bono.co.za;
4) BBBEE Rating Certificate Company ownership status;
5) Abridged project proposal that depicts the proposed project methodology, approach, and
implementation plan.
6) Curriculum Vitae of the lead employee.
7) Qualified technicians or Engineers to conduct installations and technical support (provide
certificates as proof).
4.2. REFERENCES
4.2.1. The bidders must further supply Sci-Bono Discovery Centre at most with two (2) contactable
references where the bidder has delivered the similar services by simply stating the following:
Name of client
Position
Contact telephone numbers
Dates and Work performed.
5. PRICING SCHEDULE AND DELIVERY
5.1. GENERAL PRICING FEE
1) The bidder must provide a clear and unambiguous price schedule (quotation) with the fixed rates.
2) All disbursements and related costs shall be provided separately, if any, and shall be negotiated.
3) Discounts shall be accepted but without any conditions.
5.2. DELIVERY
1) The delivery address shall be to the various identified Phase 2 Schools. The list and address of these shall be
made available to the successful bidder(s).
2) Service providers must confirm the availability of stock and the delivery date. Failing to provide this
information may result to the disqualification of the tenderer’s bid.
6. CONDITIONS FOR SELECTION / SHORT LISTING
6.1. Proposals submitted will be evaluated using a system Method 3 (Financial Offer, Quality and
Preference) in line with Section 7.3 (Table 5: Standard Tender Evaluation Method) of Sci-
Bono’s Supply Chain Management Policy.
6.2. All bids shall be subjected to the preliminary evaluation process and bidders who shall not
the minimum requirements set by this RFQ shall automatically disqualified and shall not be
evaluated for functionality, and ultimately for price and preference.
6.3. The functionality evaluation criterion shall be as follows:
CRITERIA SCORE RANGE POINTS
Approach Paper(30)
Proposed Approach and Methodology SCORE 30
No understanding of PROJECT
0
Demonstrate understanding of PROJECT, clear timelines and targets
10
Demonstrate understanding of PROJECT, clear timelines, targets
20
Demonstrate understanding of PROJECT, clear timelines, targets, and engagement strategy
30
Project and Implementation Plan
(30)
Appropriateness of suggested delivery schedule indicating targets and time frames per financial year and ability to reach and exceed the set targets
SCORE 30
No understanding of the PROJECT 0Demonstrate understanding of PROJECT and clear timelines.
10
Demonstrate understanding of PROJECT, clear timelines, and targets.
20
Demonstrate understanding of PROJECT, clear timelines, targets, and engagement strategy.
30
Organization, Staffing and
Physical Resources
(20)
Verifiable of supporting documents of resources to be deployed in the project
SCORE 20
None 0
Poor: Staffing, and assets 5
Satisfactory: Staffing, infrastructure, and assets machinery, tools.
10
Good: Project manager, staffing, infrastructure and assets) 15
Very Good: Very good resources (clear organogram with a project manager and qualified staffing, infrastructure, financial and assets
20
Tenderer's Experience
(20)
Experience in Applying the Similar Project or Experience of the Lead Employee in Applying the Similare Project
SCORE 20
0 – 2 years 02 – 5 years 54 – 5 years 105 – 8 years 158 years and above 20
TOTAL 100
6.3.1. Any proposal that scores less than 60% shall be disqualified and shall not be evaluated for price and B-
BBEE.
6.3.2. The proposal obtaining the highest number of points may be awarded the contract, although other factors
may lead to a different decision.
6.3.3. In the event of equal points scored, the tender will be awarded to the proposals scoring the highest on BEE.
7. CLOSING DATE AND TIME
7.1. Submissions must be deposited into a tender box clearly marked (LAN NETWORK) on or before 10 June 2015 at 12:00. All documents must be to Corner of Mirriam Makeba & President Street, Johannesburg, 2107.
7.2. A compulsory briefing will be held on the 08 June 2015 at 09:00 at Sci-Bono Discovery Centre,
Johannesburg.
7.3. All correspondences shall be done by e-mail; no telephonic correspondences shall be done before and after
the closing of bid. All bidders shall be informed in writing of the outcome of the bid adjudication process.
8. DISCLAIMER
8.1. Sci-Bono Discovery Centre reserves the right not to appoint a provider and is also not obliged to provide reasons for the rejection of any proposal.
Additional information can be obtained online ( www.sci-bono.co.za) or from the Procurement Desk at Sci-Bono
Discovery Centre, Cnr President and Miriam Makeba Streets, Johannesburg