RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 1
Government Pensions Administration Agency
(GPAA)
Request for Proposal (RFP) to tender for the Upgrading of CISCO Unified Communication
and Collaboration for the GPAA from version 6 to the latest version
Annexure A
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 2
SBD1
INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF GOVERNMENT
PENSIONS ADMINISTRATION AGENCY(GPAA)
BID NUMBER: GPAA 13/2014 CLOSING DATE: 18 July 2014
CLOSING TIME: 11:00
DESCRIPTION: Request for Proposal (RFP) to tender for the Upgrading of CISCO
Unified Communication and Collaboration for the GPAA from
version 6 to the latest version
THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN
CONTRACT
BID DOCUMENTS MAY BE POSTED TO OR DEPOSITED IN THE BID BOX SITUATED AT
GPAA ADDRESSED TO:
The CEO: Government Pensions Administration Agency( GPAA)
Bid Administration
34 HAMILTON STREET
ARCADIA
PRETORIA, TSHWANE
0001
Bidders should ensure that bids are delivered timorously to the correct address. If the bid is
late, it will not be accepted for consideration. The bid box is generally open 24/7 day.
ALL BIDS MUST BE SUBMITTED WITH THE STANDARD FORMS – (NOT TO BE RE-
TYPED).
THIS BID IS SUBJECT TO THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF
APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.
THE FOLLOWING PARTICULARS MUST BE FURNISHED (FAILURE TO DO SO MAY RESULT IN THE BID
BEING DISQUALIFIED) ALL STANADARD BIDDING DOCUMENT IS ATTACHED.
NAME OF BIDDER……………………………………………………………………………………………………………
POSTAL ADDRESS………………………………………………………………………………………………………….
STREET ADDRESS…………………………………………………………………………………………………………
TELEPHONE NUMBER CODE……………NUMBER……………………………………………….
CELLPHONE NUMBER …………………………………
FACSIMILE NUMBER CODE ………… NUMBER…………………………………
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 3
VAT REGISTRATION NUMBER …………………………………………………………………………
HAS A TAX CLEARANCE CERTIFICATE BEEN SUBMITTED (SBD2)? YES/NO
SIGNATURE OF BIDDER ……………………………………………………
DATE ……………………………………………………
CAPACITY UNDER WHICH THIS BID IS SIGNED ……………………………………………
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 4
SBD 2 TAX CLEARANCE CERTIFICATE REQUIREMENTS It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the bidder’s tax obligations.
1. A current original Tax Clearance Certificate must be submitted together with the bid.
Failure to submit an original and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable.
2. In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party
must submit a separate Tax Clearance Certificate. 3. Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are
available from any SARS branch office nationally or on the website www.sars.gov.za.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 5
SBD3.1 PRICING SCHEDULE – FIRM PRICES NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED. IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT
Name of bidder…………………………………… Bid number: GPAA 13/2014 Closing Time 11:00am on 18 July 2014.
OFFER TO BE VALID FOR…120……DAYS FROM THE CLOSING DATE OF BID.
ITEM NO QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCY (INCLUDING VAT)
Upgrade component R
Maintenance and support
Monthly year 1 Total year 1
R R
Total year 2 with escalation R
Total year 3 with escalation R
Total year 4 with escalation R
Total year 5 with escalation R
TOTAL(VAT Inclusive) R
If not to specification, indicate deviation(s) …………………………………. Period required for delivery …………………………………. *Delivery: *FIRM / NOT FIRM Delivery basis …………………………………. Note: All delivery costs must be included in the bid price, for delivery at the prescribed destination. * Delete if not applicable
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 6
SBD 4
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 an advertised competitive bid, a limited bid, a proposal or written price quotation). 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, member): … 2.4 Registration number of company, enterprise, close corporation, partnership
agreement or trust: ……………………………………………………………………… 2.5 Tax Reference Number: …………………………………………………………… 2.6 VAT Registration Number: ……………………………………………………………
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.
2.7 Are you or any person connected with the bidder YES / NO presently employed by the state?
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
2 ”Shareholder” means a person who owns shares in the company and is actively involved in the management o
the enterprise or business and exercises control over the enterprise.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 7
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: ………………………… 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 attach 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?
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
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 8
of this bid?
2.10.1 If 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?
2.11.1 If so, furnish particulars: ……………………………………………………………………………. ……………………………………………………………………………. …………………………………………………………………………….
3 Full details of directors / trustees / members / shareholders.
Full Name Identity Number
Personal Income 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 for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 9
SBD 6.1
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL
PROCUREMENT REGULATIONS 2011
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, 2011.
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 R1 000 000 (all
applicable taxes included); and
- the 90/10 system for requirements with a Rand value above R1 000 000 (all
applicable taxes included).
1.2 The value of this bid is estimated to exceed/not exceed R1 000 000 (all applicable
taxes included) and therefore the 90/10 system shall be applicable.
1.3 Preference points for this bid shall be awarded for:
(a) Price; and
(b) B-BBEE Status Level of Contribution.
1.3.1 The maximum points for this bid are allocated as follows:
POINTS
1.3.1.1 PRICE 90.
1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 10..
Total points for Price and B-BBEE must not exceed 100
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 10
1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE
Verification Certificate from a Verification Agency accredited by the South African
Accreditation System (SANAS) or a Registered Auditor approved by the
Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as
contemplated in the Close Corporation Act (CCA) together with the bid, will be
interpreted to mean that preference points for B-BBEE status level of contribution
are not claimed.
1.5. 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
2..1 “all applicable taxes” includes value-added tax, pay as you earn, income tax,
unemployment insurance fund contributions and skills development levies;
2.2 “B-BBEE” means broad-based black economic empowerment as defined in
section 1 of the Broad -Based Black Economic Empowerment Act;
2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a
measured entity based on its overall performance using the relevant scorecard
contained in the Codes of Good Practice on Black Economic Empowerment, issued
in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;
2.4 “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 services, works or goods, through
price quotations, advertised competitive bidding processes or proposals;
2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black
Economic Empowerment Act, 2003 (Act No. 53 of 2003);
2.6 “comparative price” means the price after the factors of a non-firm price and all
unconditional discounts that can be utilized have been taken into consideration;
2.7 “consortium or joint venture” 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;
2.8 “contract” means the agreement that results from the acceptance of a bid by an
organ of state;
2.9 “EME” means any enterprise with an annual total revenue of R5 million or less .
2.10 “Firm price” means the price that is only subject to adjustments in accordance with
the actual increase or decrease resulting from the change, imposition, or abolition of
customs or excise duty and any other duty, levy, or tax, which, in terms of the law or
regulation, is binding on the contractor and demonstrably has an influence on the
price of any supplies, or the rendering costs of any service, for the execution of the
contract;
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 11
2.11 “functionality” means the measurement according to predetermined norms, as set
out in the bid documents, of a service or commodity that is designed to be practical
and useful, working or operating, taking into account, among other factors, the
quality, reliability, viability and durability of service and the technical capacity and
ability of a bidder;
2.12 “non-firm prices” means all prices other than “firm” prices;
2.13 “person” includes a juristic person;
2.14 “rand value” means the total estimated value of a contract in South African
currency, calculated at the time of bid invitations, and includes all applicable taxes
and excise duties;
2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work
to, or employing, another person to support such primary contractor in the execution
of part of a project in terms of the contract;
2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of
Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of
the Broad-Base Black Economic Empowerment Act and promulgated in the
Government Gazette on 9 February 2007;
2.17 “trust” means the arrangement through which the property of one person is made
over or bequeathed to a trustee to administer such property for the benefit of another
person; and
2.18 “trustee” means any person, including the founder of a trust, to whom property is
bequeathed in order for such property to be administered for the benefit of another
person.
3. ADJUDICATION USING A POINT SYSTEM
3.1 The bidder obtaining the highest number of total points will be awarded the contract.
3.2 Preference points shall be calculated after prices have been brought to a
comparative basis taking into account all factors of non-firm prices and all
unconditional discounts;.
3.3 Points scored must be rounded off to the nearest 2 decimal places.
3.4 In the event that two or more bids have scored equal total points, the successful bid
must be the one scoring the highest number of preference points for B-BBEE.
3.5 However, when functionality is part of the evaluation process and two or more bids
have scored equal points including equal preference points for B-BBEE, the
successful bid must be the one scoring the highest score for functionality.
3.6 Should two or more bids be equal in all respects, the award shall be decided by the
drawing of lots.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 12
4. POINTS AWARDED FOR PRICE
4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10
min
min180
P
PPtPs or
min
min190
P
PPtPs
Where
Ps = Points scored for comparative price of bid under consideration
Pt = Comparative price of bid under consideration
Pmin = Comparative price of lowest acceptable bid
5. Points awarded for B-BBEE Status Level of Contribution
5.1 In terms of Regulation 5 (2) and 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
(90/10 system)
Number of points
(80/20 system)
1 10 20
2 9 18
3 8 16
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 13
B-BBEE Status Level of
Contributor
Number of points
(90/10 system)
Number of points
(80/20 system)
Non-compliant
contributor
0 0
5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate
issued by an Accounting Officer as contemplated in the CCA or a Verification Agency
accredited by SANAS or a Registered Auditor. Registered auditors do not need to
meet the prerequisite for IRBA’s approval for the purpose of conducting verification
and issuing EMEs with B-BBEE Status Level Certificates.
5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level
verification certificate or a certified copy thereof, substantiating their B-BBEE rating
issued by a Registered Auditor approved by IRBA or a Verification Agency accredited
by SANAS.
5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status
level as a legal entity, provided that the entity submits their B-BBEE status level
certificate.
5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level
as an unincorporated entity, provided that the entity submits their consolidated B-
BBEE scorecard as if they were a group structure and that such a consolidated B-
BBEE scorecard is prepared for every separate bid.
5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status
level certificates in terms of the specialized scorecard contained in the B-BBEE
Codes of Good Practice.
5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid
documents that such a bidder intends sub-contracting more than 25% of the value of
the contract to any other enterprise that does not qualify for at least the points that
such a bidder qualifies for, unless the intended sub- contractor is an EME that has
the capability and ability to execute the sub-contract.
5.8 A person awarded a contract may not sub-contract more than 25% of the value of
the contract to any other enterprise that does not have an equal or higher B-BBEE
status level than the person concerned, unless the contract is sub-contracted to an
EME that has the capability and ability to execute the sub-contract.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 14
6. BID DECLARATION
6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must
complete the following:
7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF
PARAGRAPHS 1.3.1.2 AND 5.1
7.1 B-BBEE Status Level of Contribution:…………. = …………… (maximum of 10 or
20 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table
reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE
certificate issued by a Verification Agency accredited by SANAS or a Registered
Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).
8 SUB-CONTRACTING
8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not
applicable)
8.1.1 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? YES/ NO (delete which is not applicable)
9 DECLARATION WITH REGARD TO COMPANY/FIRM
9.1 Name of company/firm: ...................................................................................
9.2 VAT registration number: ...................................................................................
9.3 Company registration number: .....…………………………………………………………
9.4 TYPE OF COMPANY / FIRM
Partnership/Joint Venture / Consortium
One person business/sole propriety
Close corporation
Company
(Pty) Limited
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 15
[TICK APPLICABLE BOX]
9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES
9.6 COMPANY CLASSIFICATION
Manufacturer
Supplier
Professional service provider
Other service providers, e.g. transporter, etc.
[TICK APPLICABLE BOX]
9.7 Total number of years the company/firm has been in business? ………………………
9.8 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 contribution indicated in paragraph 7 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 paragraph 7, the contractor may be required to
furnish documentary proof to the satisfaction of the purchaser that
the claims are correct;
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 16
(iv) If the B-BBEE status level of contribution 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) restrict the bidder or contractor, its shareholders and
directors, or only the shareholders and directors who acted
on a fraudulent basis, 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
WITNESSES:
1. ………………………………………
……………………………………
SIGNATURE(S) OF BIDDER(S)
2. ………………………………………
DATE:………………………………..
ADDRESS:…………………………..
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 17
SBD 8
DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
1 This Standard Bidding Document must form part of all bids invited. 2 It 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
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
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 18
Item Question 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:
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 19
CERTIFICATION
I, THE UNDERSIGNED (FULL NAME)…………………………………………………
CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.
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 for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 20
SBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION
1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.
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 for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 21
SBD 9
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
(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.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 22
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.
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 for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 23
Government Pensions Administration Agency
(GPAA)
Request for Proposal (RFP) to tender for the Upgrading of CISCO Unified Communication
and Collaboration for the GPAA from version 6 to the latest version
Background Information Document
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 24
ACRONYMS AND DEFINITIONS CAT5 (e) Category 5 cable (twisted pair cable for carrying signals for computer
networks and Ethernet) An Ethernet cabling standard that supports high-speed networking. CAT6 Category 6 cable, commonly referred to as Cat 6, is a standardized cable for
Gigabit Ethernet and other network physical layers that is backward compatible with the 5/5e and Category 3 cable standards.
CISCO Network equipment manufacturer ICASA The Independent Communications Authority of South Africa The
organization that regulates license terms and conditions for communications, broadcasting and postal services sector.
IP Internet Protocol A numerical label assigned to each device (e.g., computer, printer)
participating in a computer network that uses the Internet Protocol for communication.
LAN Local Area Network A computer network that interconnects computers in a limited area such as
school, computer laboratory, or office building or complex using network media.
OEM Original Equipment Manufacturer OEM refers to the company that originally manufactured the product. PABX Private Automated Branch Exchange A PABX is automatic telephone switching system within a private enterprise
which allows and controls the sharing of different phone lines between different communication devices.
PBX Private Branch Exchange A PBX is a switch station for telephone systems. It consists mainly of several
branches of telephone systems and it switches connections to and from them, thereby linking phone lines.
PoE Power over Ethernet A standardized system to pass electrical power along with data on Ethernet
cabling. This allows a single cable to provide both data connection and electrical power to devices such as network hubs or closed-circuit TV cameras.
PSTN Public Switched Telephone Network Network of the world’s public circuit-switched telephone networks. It consists
of telephone lines, fibre optic cables, microwave transmission links, cellular networks, communication satellites, and undersea telephone cables, all interconnected by switching centres, thus allowing any telephone in the world to communicate with any other.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 25
QoS Quality of service Quality of Service (QoS) is a method to guarantee a bandwidth relationship
between individual applications or protocols in order to allow for each application to have some bandwidth and so that no single application dominates other applications.
SLA Service Level Agreement A service level agreement (SLA) is a contract between a service provider and
a customer that specifies, usually in measurable terms, what services the network service provider will furnish.
UC Unified Communications (UC) is the integration of real-time communication services such as instant
messaging (chat), presence information, telephony (including web connected electronic whiteboards aka IWB’s or Interactive White Boards), call control and speech recognition with non-real-time communication services such as unified messaging (integrated voicemail, e-mail, SMS and fax)
IPCCX Cisco IP Call Centre Express CCM Cisco Call Manager QOS Quality of Service
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 26
TERMS OF REFERENCE
1. PURPOSE
The purpose of this bid is to outline the requirements and specifications for the deployment of an Unified Communication and Collaboration (UCC) solution for the Government Pensions Administration Agency, herein referred in this document as the GPAA, at its Pretoria Head Office as the main site and throughout the Regional and Satellite Offices.
2. BACKGROUND
2.1 The GPAA/Cisco Maintenance and Support contract for the Cisco Call Manager
(CCM) and the Cisco IP Call Centre Express (IPCCX) reached end of life in 2012.
2.2 The GPAA CCM and IPCCX is on version 6, which requires urgent upgrading to the
latest version.
2.3 The GPAA is inviting suitable qualified Cisco Gold (or higher) Certified partner to
upgrade and integrate the existing CCM
The GPAA’s approach in implementing the Unified Communications (UC) was initially the convergence of six communication capabilities/functional aspects of UC.
UNIFIED COMMUNICATION CAPABILITY / FUNCTION STATUS The evolution of the legacy PBX into the IP Telephony system Completed and live in
the GPAA environment The development of the softphone as part of the IP-based PBX offerings
Completed and live in the GPAA environment
Integrating voice mail and e-mail Not yet done, but will form part of this tender
Changing the e-mail function to a desktop management tool Not yet done, but will form part of this tender
Multiple forms of conferencing such as web Not yet done, but will form part of this tender
Instant messaging service and capabilities Not yet done, but will form part of this tender
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 27
3. SOLUTION REQUIREMENT
High Level Scope
The high level scope of work is the supply, installation, integration, commissioning, upgrading, maintaining and supporting the hardware and software for the GPAA’s Unified Communication and Collaboration (UCC) at Head Office (Pretoria), Regional and Satellite offices. The successful bidder is required to undertake the following:
I. One month environmental analysis of current GPAA UCC landscape as per criteria defined in Pre-deployment Analysis 1.1 – 1.8 below/
II. Install, commission and integrate UCC for all GPAA users and systems at Head Office and at Regional and Satellite offices.
III. Provide support and maintain the GPAA UCC solution for a period of 60 months.
IV. Define and implement Quality of Service (QoS) parameters and setting UCC solution.
V. Document QoS features and hand over to the GPAA Network team for monitoring and support purposes.
VI. Propose a Decommissioning Strategy of all the existing UCC obsolete infrastructure.
No Topic name Brief description In scope / out of scope
1. PRE-DEPLOYMENT ANALYSIS
1.1 Define goals relevant to implementation strategy
Gather business understanding and strategy for voice migration
Create a tactical expectations chart of the link quality sub-project and goals
In scope
1.2 Survey application to be deployed
Quantify the data payload used by each application
Analyse bandwidth utilisation per application across the GPAA network
In scope
Existing baseline services Check and document voice services’ availability In scope
1.3 Audit data network Analyzing the existing WAN infrastructure for VoIP services capacity In scope
1.5 QoS assessment Audit link quality for QoS (bandwidth, packet loss, jitter and latency) In scope
1.6 En-to-end solution overview Map the end-to-end solution for immediate requirements
1.7 Traffic trends Measure traffic trends daily, weekly and monthly for preparation of network management. In scope
Define to-be traffic Match the upcoming voice traffic into the spare capacity of the existing link. Recommend the In scope
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 28
best alternative links for redundancy
1.8 Existing network security Analyse network security for existing applications In scope
1.9 Value-added and environment Scope value-added services for voice and technical requirements In scope 1.10 Business dependencies Identify business dependencies, risks and hooks In scope
2 FUNCTIONAL AND IMPLEMENTATION PLAN
2.1 Project planning Develop task prioritization (milestones and time frames) In scope 2.2 Design Create and sign-off a solution design for sub-project relative to end-to-end solution In scope 2.3 Solution readiness Make required adaptations and adjustment on solution In scope 2.4 Technical Define QoS approach and plan: define classification, policing and shaping and scheduling In scope 2.5 Documentation Develop a quality of service policy document In scope 2.6 Integration Produce an Integration and implementation plan that will identify key dependencies, risk,
prioritization, timelines and resources required
In scope
2.7 Forecasting Propose virtual LAN structure that will assist with as-is traffic matched to be to-be network In scope 2.8 Agreement Draft service level agreements In scope 2.9 Management Update the security policy with VoIP relevant measures In scope 3 TESTING
3.1 Quality of the call: objective quality In scope 3.2 Network Quality Link (UAT and All) In scope 3.3 End-to-end testing: subjective quality In scope 4 IMPLEMENTATION
4.1 Project management of migration and cut over In scope 4.2 Determine how well the benefits track the expectations In scope 4.3 Implement a quality of service shaping and policy plan In scope 5 NETWORK MONITORING
AND MANAGEMENT
5.1 What tool and process will be used for application monitoring? In scope 5.2 What application, tool and process will be used for network monitoring & network? In scope 5.3 How is the network growth and future expansion going to managed? In scope
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 29
4. SPECIFIC REQUIREMENTS ON UNIFIED COMMUNICATION AND
COLLABORATION
- Telephone solution portion of the Unified Communication and Collaboration system
must include call processing, call control, call management and call recording - The UCC to have a call queuing capability - Unified services to include at least voicemail, presence, instant messaging, services
and devices and fixed/mobile convergence - Conferencing services to include at least audio conference, video conference, web
conference / virtual meeting to any device. - Voice services to include at least fixed mobile convergence, smart access number
capabilities and geographic number portability - System must include fax functionality i.e. fax lines must be provisioned through the
system in addition to user extensions, and at least one fax per regional / satellite office
- System must be integrated with Enterprise Content Management and Exchange server/s and facilities such as global address book and voicemail must be incorporated
5. GENERAL REQUIREMENTS
- All equipment must be new and genuine branded equipment, backed up by a 3-year
warranty offered by the Original Equipment Manufacturer (OEM) - The specific warranty requirement is for a 24/7 4-hour response; next business day
replacement or repair. The warranty period covered should be a 3-year period with an option to extend such service for a further period 2-year period.
- The bidder/vendor should demonstrate the ability to carry critical stock items and price accordingly.
- GPAA has standardised on CISCO equipment in line with the GPAA Network Infrastructure Framework. The proposed UCC solution must seamlessly integrate to this CISCO equipment.
- GPAA runs two data centres at GPAA Head Office Hamilton Street Pretoria as well as another at MTN Data Centre at Gallo Manor. The solution design must consider both sites.
- The solution must have a built-in redundancy and resilience mechanisms to overcome equipment, power and network failure
6. EVALUATION CRITERIA AND METHODOLOGY
All Bids received shall be evaluated by a panel using the functionality criteria as
well as preference points system as stipulated in the Preferential Procurement
Regulations. Bidders will be evaluated on Mandatory Administrative
requirements, Technical/ functional requirements, Price and B-BBEE. All
mandatory requirements must be complied with in-order for a bidder to proceed
to the next evaluation stage which is Technical/Functional requirements. Bidders
who complied with all Mandatory requirements will be evaluated on Technical/
Functional requirements whereby bidders are required to attain at least 65%
minimum threshold in order to be evaluated further on Price and B-BBEE. It must
be noted that bidders who fail to attain 65% on Technical/Functional
requirements will be disqualified from further evaluations of this bid.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 30
7. TECHNICAL REQUIREMENTS:
Below are the evaluation criteria and weightings for the Technical Evaluation.
No Technical Requirements Weighting
7.1.1 UCC Deployment Experience and Accreditation 25 7.1.2 Execution methodology including – Solution Design; Migration
Plan; Decommissioning Strategy
40
7.1.3 User and administrators training plan (system operation,
administration and operation of telephone management system)
20
7.1.4 Detailed breakdown structure and project plan that outlines tasks, milestones, durations and resource needs
10
7.1.5 At least three contactable client references 5
TOTAL WEIGHTINGS
100%
Price and B-BBEE Evaluation
The evaluation of the Bids shall be based on the 90/10 PPPFA principle and the points
for evaluation criteria are as follows:
Table 1: Price and B-BBEE Evaluation points
Price points 90
Preferential points/B-BBEE 10
Total 100 points
8. STRUCTURE OF THE TECHNICAL PROPOSAL DOCUMENT
Notwithstanding the structure of the rest of the bid, the technical solution in response to the terms of reference needs to be submitted in the following format. Section 1: Introduction This section must describe the bidders understanding of the scope of work, necessary skills, and company profile Section 2: Executive summary An overview of the main points contained in the proposal with reference to section where more detailed discussions of each point can be found. Section 3: UCC Deployment Experience and Accreditation
- The capabilities of the bidder to implement the solution should be provided with reference to the functional evaluation criteria. References to material supporting such claims need to be made and included in annexure. In addition, other capabilities possible but not indicated in the specification should be mentioned as well as the project roadmap.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 31
- The bidder should provide three or more samples of similar works performed within the last five years, in line with meeting the scoring requirements for the evaluation criteria.
- The bidder should provide detailed CVs of staff team members who will implement
the project and their certifications. Section 4: Execution methodology including – Solution Design; Migration Plan;
Decommissioning Strategy
- The bidder should provide details of any appropriate methodologies.
- This item should include the design documents (network – wired as based on the site assessment report), security and network management plans and policies, and migration plan. This method of routing outgoing calls to ensure cost reduction, maintain acceptable QoS and security has to be covered. Bill of materials, certification of equipment and acceptable testing plan must be included in this section
Section 5: Detailed breakdown structure and project plan that outlines tasks, milestones, durations and resource needs
- The work plan and duration for the overall work (from kick-off date till the final delivery date), including any dependencies between the separate items in the Scope.
- The bidder should provide deliverables and milestones as specified. Section 6: User and administrators training plan (system operation, administration and operation of telephone management system)
- The training plan needs to cover the type of content for the various user groups and how training is planned to be approached and conducted.
Section 6: At least 3 Contactable Client References The bidder’s track record of undertaking similar projects, both in size, nature and references of clients with contact information (name, title, phone contact number). Section 7: Other material Other technical material relevant for the solution and requested need to be added here. The site assessment report should be placed here as well.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 32
9. NATIONAL FOOTPRINT
GPAA's head offices are situated in 34 Hamilton Street, Arcadia, Pretoria. It also has a
national footprint with regional offices in all the nine provinces and four satellite offices in
Johannesburg, Durban, Port Elizabeth, and Mthatha. The physical addresses of GPAA's
head, regional and satellite offices are as given in the table below.
Region GPS - Co-ordinates Users
Head Office 25°44'18.68"S 28°12'20.23"E To be confirmed (1150
users)
Kingsley Centre 25°44'44.46"S 8°12'13.06"E 119 Users
Durban 29°51'36.82"S 31°1'10.37"E 11 Users
Pietermaritzburg 29°36'7.83"S 30°22'50.82"E 17 users
Kimberly 28°44'20.65"S 24°45'46.55"E 10 Users
Bloemfontein 29°6'47.12"S 26°13'4.91"E 12 Users
Bisho 32°50'58.23"S 7°26'17.13"E 12 Users
Polokwane 23°54'18.86"S 29°26'46.97"E
12 Users
Mafikeng 25°50'14.00"S 25°36'48.29"E
13 Users
Nelspruit 25°28'26.47"S 30°58'58.76"E 8 Users
Port Elizabeth 33°57'42.02"S 25°37'26.83"E 9 Users
Umtata 31°35'18.41"S 28°47'24.36"E 8 Users
Cape Town 33°55'6.45"S 18°25'24.97"E 13 users
Johannesburg (Satellite
office)
26°12'27.29"S 28°2'38.36"E 8 users
Rustenburg No users yet. (5)
Thohoyandou 22°58'33.13"S 30°27'33.21"E No users yet.(5)
Phuthaditjhaba 28°31'50.95"S 28°49'55.96"E No users yet. (5)
GEPF - Menlyn 25°47'6.77"S 28°16'0.92"E 21 Users
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 33
10. Local Area Network (LAN) and WAN Environment
RFP for the upgrade of Unified Communication and Support bid (GPAA13/014) Page 34
11. Bill of material - Products
Line Number Item Name Description
Service Duration
Lead Time
Included
Item Quantity Notes
Products
1.0 R-CUWL-STD-K9 Unified Workspace Licensing - Top Level for STD - 9.x N/A 14 days No 1
1300 CUWL Standard Licenses
1.1 UC-8.X-OR-EARLIER Version 8.x or Earlier N/A 14 days No 1
1.2 UNITY Migrating from Unity Standalone to CUWL N/A 14 days No 1
1.3 MIGE-CMAPP-UWL-
STD Migrate Enhanced UCM UCAPP single user to STD - install base N/A 14 days No 1300
1.4 JAB-ADR-CLNT-UWL Jabber for Android CUWL Only N/A 14 days No 650
1.5 JAB-IPH-CLNT-UWL Jabber for iPhone CUWL Only N/A 14 days No 650
1.6 JAB9-DSK-UWL Jabber for Desktop 9.x for CUWL Only N/A 14 days No 1300
1.7 JAB9-IPAD-UWL Cisco Jabber Video for iPad N/A 14 days No 1300
1.8 UCAPPS-SW-10.X-K9 Version 10.x Software Kit N/A 14 days No 1
1.9 JABBER-IM-ADDON Jabber for Everyone Additional IM Users N/A 21 days No 1300
1.10 EXPWY-VE-C-K9 Cisco Expressway-C Server Virtual Edition N/A 21 days No 1
1.11 EXPWY-VE-E-K9 Cisco Expressway-E Server Virtual Edition N/A 21 days No 1
1.12 SW-EXP-8.X-K9 Software Image for Expressway with Encryption Version X8 N/A 21 days No 1
1.13 IPAD-UWL-RTU Jabber for iPad Right to Use Certificate N/A 14 days Yes 1
1.14 JAB-ADR-RTU Jabber for Android Right to Use N/A 21 days Yes 1
1.15 JAB-IPH-RTU Jabber for iPhone Right to Use N/A 21 days Yes 1
1.16 JAB9-DSK-UWL-RTU Jabber for Desktop Right to Use Certificate N/A 14 days Yes 1
1.17 JABBER-IM-RTU Jabber for Everyone Right to Use N/A 21 days Yes 1
1.18 LIC-EXP-AN Enable Advanced Networking Option N/A 21 days Yes 1
1.19 LIC-EXP-E Enable Expressway-E Feature Set N/A 21 days Yes 1
1.20 LIC-EXP-E-PAK Expressway Series Expressway-E PAK N/A 21 days Yes 1
1.21 LIC-EXP-GW Enable GW Feature (H323-SIP) N/A 21 days Yes 2
1.22 LIC-EXP-SERIES Enable Expressway Series Feature Set N/A 21 days Yes 2
1.23 LIC-EXP-TURN Enable TURN Relay Option N/A 21 days Yes 1
1.24 LIC-SW-EXP-K9 License Key Software Encrypted N/A 21 days Yes 2
1.25 UTY2UCXN-MIG-UWL Migration from Unity to Unity Connection 9.0 N/A 14 days Yes 1300
1.26 WEBEX-UWL-S-PAK WebEx PAK for CUWL Standard N/A 7 days Yes 1
1.27 LIC-UWL-STD-B Services Mapping SKU 1K-10K UWL STD users N/A 14 days Yes 1300
RFP for the upgrade of Unified Communication and Support bid (GPAA13/014) Page 35
Line Number Item Name Description
Service Duration
Lead Time
Included
Item Quantity Notes
Products
2.0 CP-DX650-K9= Cisco Desktop Collaboration Experience DX650 N/A 21 days No 1
3.0 CCX-10-UPG-K9 CCX 10.0 A-la-Carte Upgrade Licenses N/A 21 days No 1
Contact Centre Express- Upgrade only 15 Agents
(No WFM and QM included)
3.1 CCX50-10U-P-P-S1 CCX 10.0 UPGRADE - 5.0 to 10.0 Qty 1 PRE-PRE Seat Lic N/A 21 days No 15
3.2 CCX-50-10-PHA CCX 10.0 UPGRADE - 5.0 to 10.0 PRE HA-HA N/A 21 days No 1
3.3 CCX-10MEDIAKIT-K9 CCX 10.0 CCX Media Kit - No Licenses N/A 21 days Yes 1
3.4 CCX-50-80-PP-UPAK CCX 8.0 UPGRADE PAK - 5.0 to 8.0 PRE-PRE N/A 21 days Yes 1
3.5 CCX-50-80PPSUPAK CCX 8.0 UPGRADE PAK - 5.0 to 8.0 PRE-PRE Seat N/A 21 days Yes 1
3.6 CCX-80-10-P-P-UPAK CCX 10.0 UPGRADE PAK - 8.0 to 10.0 PRE-PRE N/A 21 days Yes 1
3.7 CCX-80-10PP-SUPAK CCX 10.0 UPGRADE PAK - 8.0 to 10.0 PRE-PRE Seat N/A 21 days Yes 1
3.8 CCX-80-MEDIAKIT-K9 CCX 8.5 UPG 8.0 Media Kit for phyiscal a la carte upgs only N/A 21 days Yes 1
4.0 CISCO2911-V/K9 Cisco 2911 Voice Bundle PVDM3-16 UC License PAK FL-CUBE10 N/A 14 days No 1
Head Office Voice Gateway with 4 x Pri
Interfaces
4.1 CAB-CONSOLE-USB Console Cable 6 ft with USB Type A and mini-B N/A 21 days No 1
4.2 FL-CUBEE-5 Unified Border Element Enterprise License - 5 sessions N/A 21 days Yes 2
4.3 PI-MSE-PRMO-INSRT Insert Packout - PI-MSE N/A 14 days Yes 1
4.4 SL-29-IPB-K9 IP Base License for Cisco 2901-2951 N/A 14 days Yes 1
4.5 SL-29-UC-K9 Unified Communication License for Cisco 2901-2951 N/A 14 days Yes 1
4.6 HWIC-BLANK Blank faceplate for HWIC slot on Cisco ISR N/A 21 days Yes 3
4.7 ISR-CCP-EXP Cisco Config Pro Express on Router Flash N/A 21 days Yes 1
4.8 MEM-2900-512MB-DEF 512MB DRAM for Cisco 2901-2921 ISR (Default) N/A 14 days Yes 1
4.9 S29UK9-15204M Cisco 2901-2921 IOS UNIVERSAL N/A 14 days Yes 1
4.10 VWIC3-4MFT-T1/E1 4-Port 3rd Gen Multiflex Trunk Voice/WAN Int. Card - T1/E1 N/A 21 days No 1
4.11 PVDM3-16U256 PVDM3 16-channel to 256-channel factory upgrade N/A 21 days No 1
4.12 PWR-2911-AC Cisco 2911 AC Power Supply N/A 14 days Yes 1
4.13 CAB-ACE AC Power Cord (Europe) C13 CEE 7 1.5M N/A 14 days No 1
4.14 MEM-CF-256MB 256MB Compact Flash for Cisco 1900 2900 3900 ISR N/A 21 days Yes 1
4.15 SM-S-BLANK Removable faceplate for SM slot on Cisco 290039004400 ISR N/A 21 days Yes 1
5.0 CP-7821-K9= Cisco UC Phone 7821 N/A 21 days No 7 To replace 7911/7912 End of Support phones
6.0 UCL-UCM-LIC-K9 Top Level Sku For 9.x/10.x User License N/A 21 days No 1 Analogue ATA Licenses
RFP for the upgrade of Unified Communication and Support bid (GPAA13/014) Page 36
Line Number Item Name Description
Service Duration
Lead Time
Included
Item Quantity Notes
Products
6.1 LIC-CUCM-10X-ESS-A UC Manager-10.x Essential User License User-Under 1K N/A 21 days No 164
6.2 CUCM-VERS-10.X CUCM Software Version 10.X N/A 21 days No 1
6.3 PC-10X-STANDARD-
K9 Prime Collaboration Standard 10.x N/A 21 days Yes 1
6.4 LIC-CUCM-10X-ESS UC Manager Essential 10.x License N/A 21 days Yes 164
7.0 BE7K-K9 Cisco BE7000 UCS C240M3 TRC2 Srv RST N/A 21 days No 4
New Hardware - as per Vmplacement
7.1 SFS-250V-10A-ID SFS Power Cord - 250V 10A India N/A 14 days No 8
7.2 BE7K-SW-9X10X Media (no lic) for Cisco Collaboration 9.x 10.x N/A 21 days Yes 4
7.3 CIT2-A03-D300GA2 300GB 6Gb SAS 10K RPM SFF HDD/hot plug/drive sled mounted N/A 21 days Yes 48
7.4 CIT2-CPU-E5-2640 2.50 GHz E5-2640/95W 6C/15MB Cache/DDR3 1333MHz N/A 21 days Yes 8
7.5 CIT2-MR-1X082RY-A 8GB DDR3-1333-MHz RDIMM/PC3-10600/2R/1.35v N/A 21 days Yes 32
7.6 CIT2-PCIE-IRJ45 Intel i350 Quad Port 1Gb Adapter N/A 21 days Yes 8
7.7 CIT2-PSU2-1200 1200W 2u Power Supply For UCS N/A 21 days Yes 8
7.8 CIT2-RAID-9271CV MegaRAID 9271CV Raid card with 8 internal SAS/SATA parts S N/A 21 days Yes 4
7.9 R2XX-RAID5 Enable RAID 5 Setting N/A 10 days Yes 4
7.10 VMW-VS5-HYP-K9 Cisco UC Virt. Hypervisor 5.x (2-socket) N/A 21 days Yes 4
7.11 VMW-VS5-HYP-USEL Cisco UC Virt. Hypervisor Entitlements N/A 21 days Yes 4
7.12 VMW-VS5-SNS Cisco UC Virt. Hypervisor 5.x - SnS N/A 21 days Yes 4
8.0 CUWL-PRO-K9 Unified Workspace Licensing - Top Level for PRO - 9.x/10.x N/A 14 days No 1
200 CUWL Pro Users
8.1 NEW-UWL-PRO New CUWL Professional Edition User 1 User N/A 14 days No 200
8.2 JAB-ADR-CLNT-UWL Jabber for Android CUWL Only N/A 14 days No 100
8.3 JAB-IPH-CLNT-UWL Jabber for iPhone CUWL Only N/A 14 days No 100
8.4 JAB9-DSK-UWL Jabber for Desktop 9.x for CUWL Only N/A 14 days No 100
8.5 JAB9-IPAD-UWL Cisco Jabber Video for iPad N/A 14 days No 100
8.6 JABBER-IPAD-UWL Cisco Jabber for iPad N/A 14 days No 100
8.7 UCAPPS-SW-10.X-K9 Version 10.x Software Kit N/A 14 days No 1
8.8 EXPWY-VE-C-K9 Cisco Expressway-C Server Virtual Edition N/A 21 days No 1
8.9 EXPWY-VE-E-K9 Cisco Expressway-E Server Virtual Edition N/A 21 days No 1
8.10 SW-EXP-8.X-K9 Software Image for Expressway with Encryption Version X8 N/A 21 days No 1
8.11 LIC-PM-3X-USR-UWL Personal Multiparty Video for 300 Platform N/A 0 days No 1
RFP for the upgrade of Unified Communication and Support bid (GPAA13/014) Page 37
Line Number Item Name Description
Service Duration
Lead Time
Included
Item Quantity Notes
Products
8.12 UCXN-10X-UWL-PRO Unity Connection 10.x CUWL PRO Users N/A 14 days Yes 200
8.13 UWL-PRO-PAK CUWL PRO 9.x PAK N/A 14 days Yes 1
8.14 WBX-IM1-NH-UWL Included WebEx Messenger Users ( 1 Year Term) N/A 7 days Yes 200
8.15 WBX-MC1-NH-UWL Included WebEx MC/MTGS Named Host Users (1 Year Term) N/A 14 days Yes 200
8.16 WBXMTSVR1-UWL-K9 WebEx Meeting Server SW Kit N/A 21 days Yes 1
8.17 WBXMTSVR1-UWL-
USR WebEx Meeting Server 1.x Users N/A 21 days Yes 200
8.18 LIC-300-PMP-1SL Cisco TelePresence Server Resource License N/A NPH Yes 8
8.19 LIC-TS300-PMP-PAK PAK for e-Delivery TS Lic N/A NPH Yes 1
8.20 UCM-10X-UWL-PRO UC Manager 10.x CUWL PRO Users N/A 14 days Yes 200
8.21 WEBEX-UWL-P-PAK WebEx PAK for CUWL PRO N/A 7 days Yes 1
8.22 CCX-90-NEW-STD-
UWL CCX 9.0 NEW STANDARD for UWL N/A 14 days Yes 1
8.23 CCX-90-S-SEAT1-UWL CCX 9.0 STD Seat Qty 1 (agent or supervisor) for UWL N/A 14 days Yes 8
8.24 IPAD-UWL-RTU Jabber for iPad Right to Use Certificate N/A 14 days Yes 1
8.25 JAB-ADR-RTU Jabber for Android Right to Use N/A 21 days Yes 1
8.26 JAB-IPH-RTU Jabber for iPhone Right to Use N/A 21 days Yes 1
8.27 JAB9-DSK-UWL-RTU Jabber for Desktop Right to Use Certificate N/A 14 days Yes 1
8.28 LIC-EXP-AN Enable Advanced Networking Option N/A 21 days Yes 1
8.29 LIC-EXP-E Enable Expressway-E Feature Set N/A 21 days Yes 1
8.30 LIC-EXP-E-PAK Expressway Series Expressway-E PAK N/A 21 days Yes 1
8.31 LIC-EXP-GW Enable GW Feature (H323-SIP) N/A 21 days Yes 2
8.32 LIC-EXP-SERIES Enable Expressway Series Feature Set N/A 21 days Yes 2
8.33 LIC-EXP-TURN Enable TURN Relay Option N/A 21 days Yes 1
8.34 LIC-SW-EXP-K9 License Key Software Encrypted N/A 21 days Yes 2
8.35 LIC-UWL-PRO-A Services Mapping SKU Under 1K UWL PRO users N/A 14 days Yes 200
8.36 SME-90-UWL Session Manager 9.0 Auto-expanding user for licensing N/A 14 days Yes 40
8.37 SME-PAK Include PAK Auto-expanding PAK for SME N/A 21 days Yes 1
8.38 UCXN-10X-SC-PORTS Unity Connection 10.x SpeechConnect Ports N/A 14 days Yes 2
9.0 WMS-EZ-C220-250I UCS C220 w/64GB DIMM 2x2.6GB CPU 9271CV RAID 4x1TB SAS PCIe N/A 10 days No 1
Cisco WebEx Meeting Server Hardware - 200
RFP for the upgrade of Unified Communication and Support bid (GPAA13/014) Page 38
Line Number Item Name Description
Service Duration
Lead Time
Included
Item Quantity Notes
Products
9.1 SFS-250V-10A-ID SFS Power Cord - 250V 10A India N/A 14 days No 2 Ports
9.2 R2XX-RAID10 Enable RAID 10 Setting N/A 10 days Yes 1
9.3 UCS-CPU-E5-2670 2.60 GHz E5-2670 115W 8C/20MB Cache/DDR3 1600MHz N/A 10 days Yes 2
9.4 UCS-HDD1TI2F212 1TB SAS 7.2K RPM 3.5 inch HDD/hot plug/drive sled mounted N/A 10 days Yes 4
9.5 UCS-MR-1X082RY-A 8GB DDR3-1600-MHz RDIMM/PC3-12800/dual rank/1.35v N/A 10 days Yes 8
9.6 UCS-RAID9271CV-8I MegaRAID 9271CV with 8 internal SAS/SATA ports with Supercap N/A 10 days Yes 1
9.7 UCS-SD-16G 16GB SD Card module for UCS Servers N/A 10 days Yes 1
9.8 UCSC-HS-C220M3 Heat Sink for UCS C220 M3 Rack Server N/A 10 days Yes 2
9.9 UCSC-PCIE-IRJ45 Intel i350 Quad Port 1Gb Adapter N/A 10 days Yes 1
9.10 UCSC-PSU-650W 650W power supply for C-series rack servers N/A 10 days Yes 2
9.11 UCSC-RAIL1 Rail Kit for C220 C22 C24 rack servers N/A 10 days Yes 1
10.0 WMS-EZ-C220-250P UCS C220 w/64GB DIMM 2x2.5GB CPU 9271CV RAID 4x1TB SAS N/A 10 days No 1
10.1 SFS-250V-10A-ID SFS Power Cord - 250V 10A India N/A 14 days No 2
10.2 R2XX-RAID10 Enable RAID 10 Setting N/A 10 days Yes 1
10.3 UCS-CPU-E5-2640 2.50 GHz E5-2640/95W 6C/15MB Cache/DDR3 1333MHz N/A 10 days Yes 2
10.4 UCS-HDD1TI2F212 1TB SAS 7.2K RPM 3.5 inch HDD/hot plug/drive sled mounted N/A 10 days Yes 4
10.5 UCS-MR-1X082RY-A 8GB DDR3-1600-MHz RDIMM/PC3-12800/dual rank/1.35v N/A 10 days Yes 8
10.6 UCS-RAID9271CV-8I MegaRAID 9271CV with 8 internal SAS/SATA ports with Supercap N/A 10 days Yes 1
10.7 UCS-SD-16G 16GB SD Card module for UCS Servers N/A 10 days Yes 1
10.8 UCSC-HS-C220M3 Heat Sink for UCS C220 M3 Rack Server N/A 10 days Yes 2
10.9 UCSC-PCIF-01F Full height PCIe filler for C-Series N/A 10 days Yes 1
10.10 UCSC-PSU-650W 650W power supply for C-series rack servers N/A 10 days Yes 2
10.11 UCSC-RAIL1 Rail Kit for C220 C22 C24 rack servers N/A 10 days Yes 1
11.0 L-CUAC10X Cisco Unified Attendant Consoles 10.x N/A 21 days No 1 PC based Operator
Console - 1 Only 11.1 L-CUAC10X-ADV-HA Cisco Unified Attendant Console Advanced 10.x Server HA N/A 21 days No 1
11.2 L-CUAC10X-ADV Cisco Unified Attendant Console Advanced 10.x - 1 Lic N/A 21 days No 1
12.0 WS-C3850-24P-S Cisco Catalyst 3850 24 Port PoE IP Base N/A 14 days No 4 4 Switchesto replace EOS 3750G as per
12.1 S3850ULPEK9-32-0SE CAT3850 UNIVERSAL W/O DTLS N/A 14 days No 4
RFP for the upgrade of Unified Communication and Support bid (GPAA13/014) Page 39
Line Number Item Name Description
Service Duration
Lead Time
Included
Item Quantity Notes
Products
12.2 CAB-CONSOLE-USB Console Cable 6 ft with USB Type A and mini-B N/A 21 days No 4 Jongi's request
12.3 STACK-T1-50CM 50CM Type 1 Stacking Cable N/A 14 days No 4
12.4 CAB-SPWR-30CM Catalyst 3750X and 3850 Stack Power Cable 30 CM N/A 14 days Yes 4
12.5 PWR-C1-715WAC 715W AC Config 1 Power Supply N/A 14 days Yes 4
12.6 CAB-TA-EU Europe AC Type A Power Cable N/A 14 days No 4
13.0 SFP-10G-SR= 10GBASE-SR SFP Module N/A 14 days No 4
14.0 C2901-CME-SRST/K9 2901 Voice Bundle w/PVDM3-16 FL-CME-SRST-25 UC Lic FL-CUBE10 N/A 24 days No 16
Replacement voice gateways for branches
14.1 S29UK9-15204M Cisco 2901-2921 IOS UNIVERSAL N/A 14 days Yes 16
14.2 FL-SRST Cisco Survivable Remote Site Telephony License N/A 21 days No 16
14.3 VIC2-2BRI-NT/TE Two-port Voice Interface Card - BRI (NT and TE) N/A 21 days No 32
14.4 HWIC-1T 1-Port Serial WAN Interface Card N/A 21 days No 16
14.5 PVDM3-16U32 PVDM3 16-channel to 32-channel factory upgrade N/A 21 days No 16
14.6 PWR-2901-AC Cisco 2901 AC Power Supply N/A 14 days Yes 16
14.7 CAB-ACSA AC Power Cord (South Africa) C13 BS 546 1.8m N/A 14 days No 16
14.8 CAB-SS-X21MT X.21 Cable DTE Male to Smart Serial 10 Feet N/A 21 days No 16
14.9 CAB-CONSOLE-USB Console Cable 6 ft with USB Type A and mini-B N/A 21 days No 16
14.10 FL-CME-SRST-25 Communication Manager Express or SRST - 25 seat license N/A 21 days Yes 16
14.11 FL-CUBEE-5 Unified Border Element Enterprise License - 5 sessions N/A 21 days Yes 32
14.12 ISR-CCP-EXP Cisco Config Pro Express on Router Flash N/A 21 days Yes 16
14.13 MEM-2900-512MB-DEF 512MB DRAM for Cisco 2901-2921 ISR (Default) N/A 14 days Yes 16
14.14 MEM-CF-256MB 256MB Compact Flash for Cisco 1900 2900 3900 ISR N/A 21 days Yes 16
14.15 PI-MSE-PRMO-INSRT Insert Packout - PI-MSE N/A 14 days Yes 16
14.16 SL-29-IPB-K9 IP Base License for Cisco 2901-2951 N/A 14 days Yes 16
14.17 SL-29-UC-K9 Unified Communication License for Cisco 2901-2951 N/A 14 days Yes 16
14.18 HWIC-BLANK Blank faceplate for HWIC slot on Cisco ISR N/A 21 days Yes 16
15.0 CTI-320-TS-K9 Cisco TelePresence Server 320 N/A 34 days No 1
10 Port Video MCU
15.1 PWR-CORD-EUR-C Euro power cord N/A 21 days No 1
15.2 LIC-300-1SL Cisco TelePresence Server Screen License N/A 21 days No 5
15.3 LIC-AES-TS300-K9 TelePresence Server 300 Series Encryption Key N/A 21 days No 1
15.4 LIC-320-TS-K9 License Key For TS on Media 320 Software Image N/A 21 days Yes 1
RFP for the upgrade of Unified Communication and Support bid (GPAA13/014) Page 40
Line Number Item Name Description
Service Duration
Lead Time
Included
Item Quantity Notes
Products
15.5 SW-300-V4.X-K9 Software Image for TelePresence Server on media 310/320 v4.x N/A 21 days Yes 1
16.0 CTS-MX300-K9 Cisco TelePresence MX300 55 Gen 2 PHD 1080p 4x Touch Mic N/A 35 days No 1
1 X Small Video Room - New Frontier Room
16.1 LIC-MX300-PR Cisco MX300 Gen 2 Premium Resolution SW Feature Option N/A 10 days No 1
16.2 CTS-MX300-WBK Cisco TelePresence MX300 Gen 2 Wheel Base N/A 10 days No 1
16.3 PWR-CORD-UK-E MX - Pwr cable UK 5m N/A 10 days No 1
16.4 LIC-TC-CRYPTO-K9 License key to activate sw encryption module N/A 10 days No 1
16.5 CAB-DV10-8M- 8 meter flat grey Ethernet cable for Touch 10 N/A 10 days Yes 1
16.6 CAB-DVI-VGA-3.5MM- SX 3.5mm ster. jack-ster.jack/DVI-VGA cab6m auto expand N/A 10 days Yes 1
16.7 CAB-NET-EN5M- Ethernet cable for MX300 N/A 10 days Yes 1
16.8 CTS-CTRL-DVX-10+ Touch 10 auto expand N/A 10 days Yes 1
16.9 CTS-MX300-UNIT MX300 Gen 2 integrated codec LCD camera speaker mic N/A 42 days Yes 1
16.10 CTS-QSC20-MIC+ Performance Mic - for auto expand only N/A 10 days Yes 2
16.11 SW-S52010-TC7-K9 SW Image for SX20 and MX200/300 (2nd gen) series endpoints N/A 10 days Yes 1
17.0 CTS-MX800S-1CAM-K9 Cisco MX800 NPP Single 70 N/A NPH No 3
3 x Larger Rooms - Lighthouse, Isibaya,
Hlumisa
17.1 CTS-MX800-S-FSK Cisco MX800 70 N/A NPH No 3
17.2 PWR-CORD-ZAF-D Power Cord South Africa N/A NPH No 3
17.3 LIC-TC-CRYPTO-K9 License key to activate sw encryption module N/A 10 days No 3
17.4 CAB-2HDMILK-1.20M- HDMI to HDMI Cable 1.20 meters long for MX800 N/A NPH Yes 3
17.5 CAB-2HDMILK-1.6M- HDMI to HDMI Cable 1.6 meters long for MX800 N/A NPH Yes 3
17.6 CAB-DIN-BRL-0.4M- 4-PIN MINI DIN to 2mm Barrel Plug 0.4 meters for MX800 N/A NPH Yes 3
17.7 CAB-DV10-12.5M- 12.5 meter flat grey Ethernet cable for Touch 10 N/A 10 days Yes 3
17.8 CAB-DV10-4M- 4 meter flat grey Ethernet cable for Touch 10 N/A 10 days Yes 3
17.9 CAB-DVI-VGA-PHOEN- Presentation cable w/audio VGA/Jack to DVI/Phoenix N/A NPH Yes 3
17.10 CAB-ETHRJ45-1.85M- Shielded Twisted Pair Ethernet Cable w/ RJ45 1.85 mts N/A NPH Yes 3
17.11 CAB-ETHRJ45-2.6M- Shielded Twisted Pair Ethernet Cable w/ RJ45 2.6 mts long N/A NPH Yes 3
17.12 CAB-MX800-L-SPKR- Left Speaker Cable for MX800 N/A NPH Yes 3
17.13 CAB-MX800-R-SPKR- Right Speaker Cable for MX800 N/A NPH Yes 3
17.14 CAB-PRESO-2HDMI- Presentation cable HDMI to HDMI 8 meter gray N/A NPH Yes 3
RFP for the upgrade of Unified Communication and Support bid (GPAA13/014) Page 41
Line Number Item Name Description
Service Duration
Lead Time
Included
Item Quantity Notes
Products
17.15 CAB-USB-A-B-1.45M- USB A to USB B Cable 1.45 meters long for MX700/800 N/A NPH Yes 3
17.16 CTS-CTRL-DVX-10+ Touch 10 auto expand N/A 10 days Yes 3
17.17 CTS-MIC-TABL60+ Cisco TelePresence Table Microphone 60 N/A NPH Yes 6
17.18 CTS-MX700800-SPKR- Top Speaker MX700 and MX800 N/A NPH Yes 18
17.19 CTS-MX800-MON-S-S- Monitor for MX800 70" Single Screen w/Single Cam N/A NPH Yes 3
17.20 CTS-MX800-MON-
SCV- Sidecover for MX800 ( left and right included) N/A NPH Yes 3
17.21 CTS-MX800-SSC-TGR- MX800 Single - Single Camera Top Grill N/A NPH Yes 3
17.22 CTS-MXCAM-S- Single Camera option for MX700/MX800 N/A NPH Yes 3
17.23 CTS-MXCODEC- Codec for MX700/MX800 N/A NPH Yes 3
17.24 CTS-PWR-AIR-INJ5- Power Injector (802.3af) N/A 10 days Yes 3
17.25 LIC-MX800-S-S TelePresence MX800 Product ID Single Screen Single Camera N/A NPH Yes 3
17.26 SW-S52020-TC7-K9 SW Image for SX80 MX700 MX800 N/A 10 days Yes 3
17.27 CTS-MX-FSK-SKI- Cisco MX700 and MX800 ski for Floorstand option N/A NPH Yes 3
17.28 CTS-MX700800-CFBB- Center Frame Bottom Bracket MX700 and MX800 N/A NPH Yes 3
17.29 CTS-MX800-S-LGR- MX800 Single Floorstand Lower Grill N/A NPH Yes 3
18.0 CTS-SX80-IPST60-K9 Cisco SX80 Codec Speaker Track 60 Touch 10 N/A NPH No 1
Big Video Conference Room - The Guardian
Room
18.1 PWR-CORD-ZAF-A Power cable South Africa 1.8 m N/A NPH No 3
18.2 LIC-TC-CRYPTO-K9 License key to activate sw encryption module N/A 10 days No 1
18.3 CAB-DV10-12.5M 12.5 meter flat grey Ethernet cable for Touch 10 N/A 10 days Yes 1
18.4 CAB-DV10-4M 4 meter flat grey Ethernet cable for Touch 10 N/A 10 days Yes 1
18.5 CAB-DVI-VGA-PHOEN Presentation cable w/audio VGA/Jack to DVI/Phoenix N/A 10 days Yes 1
18.6 CAB-ETH-ST-SHORT- Two Ethernet cables (0.35m & 0.2m) for SpeakerTrack 60 N/A 10 days Yes 1
18.7 CAB-PWR-ST-SHORT- Two 12V power cables (0.45m & 0.2m) for SpeakerTrack 60 N/A 10 days Yes 1
18.8 CTS-CAM-P60+ Cisco TelePresence Precision 60 Camera - auto expand only N/A 10 days Yes 2
18.9 CTS-CTRL-DVX-10+ Touch 10 auto expand N/A 10 days Yes 1
18.10 CTS-PWR-AIR-INJ5+ Power Injector (802.3af) N/A 10 days Yes 1
18.11 CTS-ST-ARR60-WMK- Wall Mount Kit for Speaker Track 60 Microphone Array N/A 10 days Yes 1
18.12 CTS-ST-ARRAY60+ Speaker Track 60 Microphone Array N/A 10 days Yes 1
18.13 CTS-ST-INT-PLATE- Interface plate CAM-P60 to Speaker Track 60 N/A 10 days Yes 2
RFP for the upgrade of Unified Communication and Support bid (GPAA13/014) Page 42
Line Number Item Name Description
Service Duration
Lead Time
Included
Item Quantity Notes
Products
18.14 CTS-SX80-
RACKEARS- SX80 rack ears - for auto expand only N/A 10 days Yes 1
18.15 CTS-SX80CODEC Cisco SX80 Codec N/A 10 days Yes 1
18.16 PWR-12VDC-84W- Power supply 12VDC 84W N/A 10 days Yes 1
18.17 SW-S52020-TC7-K9 SW Image for SX80 MX700 MX800 N/A 10 days Yes 1
19.0 UCL-UCM-LIC-K9 Top Level Sku For 9.x/10.x User License N/A 21 days No 1
Video Units - Licensing 19.1 LIC-TP-10X-ROOM Telepresence Room Based Endpoint Single or Multi-Screen N/A 21 days No 5
19.2 CUCM-VERS-10.X CUCM Software Version 10.X N/A 21 days No 1
19.3 UCM-PAK UCM 9X/10X PAK N/A 21 days Yes 1
20.0 VWIC3-2MFT-T1/E1= 2-Port 3rd Gen Multiflex Trunk Voice/WAN Int. Card - T1/E1 N/A 21 days No 1 ISDN Primary Rate for
Remote Site
21.0 CCX-10-MED-K9 CCX 10 Media N/A 21 days No 1
Social Miner Software
21.1 CCX-10MEDIAKIT-K9 CCX 10.0 CCX Media Kit - No Licenses N/A 21 days No 1
21.2 CCEH-SM-V100-K9 Media kit for SocialMiner 10.0 N/A 21 days No 1
22.0 IPCE-BUNDLE Unified Contact Center Enterprise Bundle N/A 0 days No 1
22.1 IPCE-SVR-ADDON CCE Optional Items including Intelligence Center N/A 21 days No 1
22.1.1 CCEH-CUIC-STD License for Cisco Unified Intelligence Center Standard N/A 21 days No 1
22.1.2 CCEH-SMMEDIA90-
K9 Media Kit for SocialMiner 9.0 N/A 21 days Yes 1
22.1.3 CUIC-V-STD-PAK Licensing PAK For CUIC Standard - UCS or MCS N/A 21 days Yes 1
22.1.4 CCEH-CCP-SVR-LIC CCP Server N/A 21 days No 1
RFP for the upgrade of Unified Communication and Support bid (GPAA13/014) Page 43
Bill of Material - Services
Line Number Item Name Description
Service Duration
Lead Time
Included
Item Quantity Notes
Services
1.0.1 CON-ESW-RCUWLSK9 ESSENTIAL SW Unified W-space Lic - Top Level for STD 60 month(s) N/A No 1 PRIMARYSERVICE
1.10.0.1 CON-ESW-EXPWYVEC ESSENTIAL SW Cisco Expressway-C S 60 month(s) N/A No 1 PRIMARYSERVICE
1.11.0.1 CON-ESW-EXPWYVEE ESSENTIAL SW Cisco Expressway-E Server Virtual Editi 60 month(s) N/A No 1 PRIMARYSERVICE
1.27.0.1 CON-ESW-LICUWLB ESSENTIAL SW Services Mapping SKU 60 month(s) N/A No 1300 PRIMARYSERVICE
1.27.0.2 UCSS-U-UWL-STD-5-1 Cisco UWL STD UCSS - 1 user 5 Year Sub 60 month(s) N/A No 1300
3.0.1 CON-ESW-CCX10UGK ESSENTIAL SW CCX 10.0 A-la-Carte Upgrade Licenses 60 month(s) N/A No 1 PRIMARYSERVICE
3.1.0.1 CON-ESW-CCX5PPS1 ESSENTIAL SW CCX 10.0 UPGRADE - 5.0 to 10.0 Qty 1 PRE
60 month(s) N/A No 15 PRIMARYSERVICE
3.1.0.2 UCSS-U-CCX-P-5-1 UCSS for CCX PRE for - 1 users 5 Year Sub 60 month(s) N/A No 15
6.0.1 CON-ESW-UCLUCMLK ESSENTIAL SW Top Level Sku For 9. 60 month(s) N/A No 1 PRIMARYSERVICE
6.1.0.1 CON-ESW-LICCUESA ESSENTIAL SW UC Manager-10.x Esse 60 month(s) N/A No 164 PRIMARYSERVICE
6.1.0.2 UCSS-UUCMESS-A-5-1 UC Manager UCSS - 1 Essential User 5 Year Sub Tier A 60 month(s) N/A No 164
7.11.0.1 UCSS-U-VMW-FND-3-1 UCSS Cisco UC Virt. Foundation Three Year - 1 server 36 month(s) N/A No 4
8.0.1 CON-ESW-CUWK9PRO ESSENTIAL SW Unified Workspace Li 60 month(s) N/A No 1 PRIMARYSERVICE
8.8.0.1 CON-ESW-EXPWYVEC ESSENTIAL SW Cisco Expressway-C S 60 month(s) N/A No 1 PRIMARYSERVICE
8.9.0.1 CON-ESW-EXPWYVEE ESSENTIAL SW Cisco Expressway-E Server Virtual Editi 60 month(s) N/A No 1 PRIMARYSERVICE
8.35.0.1 UCSS-U-UWL-PRO-3-1 Cisco UWL PRO UCSS - 1 user 3 Year Sub 36 month(s) N/A No 200
8.35.0.2 CON-ESW-LICUWLPA ESSENTIAL SW Services Mapping SKU 60 month(s) N/A No 200 PRIMARYSERVICE
9.0.1 CON-SNT-C220250I SMARTNET 8X5XNBD UCS C220 w/64GB DIMM2x2.6GB CPU9271CV RAI
60 month(s) N/A No 1 PRIMARYSERVICE
10.0.1 CON-SNT-C220250P SMARTNET 8X5XNBD UCS C220 w/64GB 60 N/A No 1 PRIMARYSERVICE
RFP for the upgrade of Unified Communication and Support bid (GPAA13/014) Page 44
Line Number Item Name Description
Service Duration
Lead Time
Included
Item Quantity Notes
Services
DIMM2x2.5GB CPU9271CV RAI month(s)
11.0.1 CON-ESW-CUACX10M ESSENTIAL SW Cisco Unified Attendant Consoles 10.x 60 month(s) N/A No 1 PRIMARYSERVICE
11.2.0.1 CON-ESW-CUAC10XA ESSENTIAL SW Cisco Unified Attendant Console Advanced
60 month(s) N/A No 1 PRIMARYSERVICE
11.2.0.2 UCSS-U-UACADV-5-1 UCSS for Cisco UAC Advanced - 1 instance Five Year Sub
60 month(s) N/A No 1
12.0.1 CON-SNT-WS-C384PS SMARTNET 8X5XNBD Cisco Catalyst 3850 24 Port PoE IP Base
12 month(s) N/A No 4 PRIMARYSERVICE
14.0.1 CON-SNT-2901CMST SMARTNET 8X5XNBD 2901 Voice Bundle w/ UC License PAK
12 month(s) N/A No 16 PRIMARYSERVICE
15.0.1 CON-ECDN-320TSK9 ESS WITH 8X5XNBD Cisco TelePresence S 60 month(s) N/A No 1 PRIMARYSERVICE
16.0.1 CON-ECDN-CTSMX300 ESS WITH 8X5XNBD Cisco TelePres MX300 55 Gen2 PHD 1080p
60 month(s) N/A No 1 PRIMARYSERVICE
17.0.1 CON-ECDN-CTSMX8SM ESS WITH 8X5XNBD Cisco MX800 NPP Single 70 60 month(s) N/A No 3 PRIMARYSERVICE
18.0.1 CON-ECDN-SX80IP60 ESS WITH 8X5XNBD Cisco SX80 Codec Speaker Trk 60 Touch 10
60 month(s) N/A No 1 PRIMARYSERVICE
19.0.1 CON-ESW-UCLUCMLK ESSENTIAL SW Top Level Sku For 9. 60 month(s) N/A No 1 PRIMARYSERVICE
19.1.0.1 CON-ESW-LICTP1ROO ESSENTIAL SW Telepresence Room Ba 60 month(s) N/A No 5 PRIMARYSERVICE
19.1.0.2 UCSS-U-TP-ROOM-5-1 UCSS for UCM TelePresence Room Based Endpoint - 1User-5Year
60 month(s) N/A No 5
22.1.0.1 CON-ESW-IPCESVRD ESSENTIAL SW Contact Center Enterprise Optional Items
60 month(s) N/A No 1 PRIMARYSERVICE
22.1.1.0.1 CON-ESW-CCEHCUIP ESSENTIAL SW License for Cisco Un 60 month(s) N/A No 1 PRIMARYSERVICE
22.1.4.0.1 CON-ESW-CCPSVRLC ESSENTIAL SW CCP Server 60 month(s) N/A No 1 PRIMARYSERVICE
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 45
Annexure B
(GPAA)
SCM
Annexure B: Special Conditions of Contract
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 46
General Notes
The purpose of this Special Conditions of Contract (SCC) is to:
(i) Draw special attention to certain special conditions applicable to Bids, Contracts,
Agreements and Orders of the Government Pensions Administration agency(GPAA); and
(ii) To ensure that all bidders are familiar with the special provisions, requirements and
conditions that will be applicable in the undertaking of the project and which will form part of
the contract documentation and of which due cognisance must be taken in the bidding
process.
In this document words in the singular also mean in the plural and vice versa and words in the
masculine also mean in the feminine and neuter.
The General Conditions of Contract (GCC) also forms part of all bidding documents and must be
read in conjunction with this Special Conditions of Contract.
Whenever there is a conflict between the GCC and the SCC, the provisions in the SCC shall
prevail.
1.1. Bid Submission
1.1.1. Bidders will be permitted to submit bids by:
Hand: 34 Hamilton Street, Arcadia, Pretoria. Compulsory briefing session will be held on Friday, 27 June 2014 at 34 Hamilton street, Arcadia, Pretoria at 11h00.
1.1.2. Closing date: 18 July 2014
1.1.3. Closing time: 11:00.
1.2. Validity of Bids
1.2.1. Bidders are required to submit bids valid for 120 days.
1.3. Two-stage Bidding
1.3.1. For this bid a two-stage bidding procedure will be used, under which first un-
priced technical proposals on the basis of a conceptual design or
performance specifications are scored. The price proposal will only be
considered after the technical proposal has been confirmed as being
competent and compliant through achieving the minimum qualifying threshold
percentage of 65%.
1.3.2. Suppliers are requested to submit their proposal in separate envelopes, with
the technical proposal separated from the price proposal.
1.3.3 A minimum number of five (5) copies of the technical proposal with one
(1) original that totals 6 copies as well as six copies of the pricing proposal
which must be in a separate envelope clearly marked as such.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 47
The GPAA reserves the right to conduct a due diligence exercise on bidders
including but not limited to a presentation.
1.4. Late Bids
1.4.1 Bids received after the time stipulated will not be considered. Late bids will be posted back to the bidder un-opened.
1.5. Clarification or Alterations of Bids
1.5.1 Bidders will not be requested or permitted to alter their bids after the deadline
for receipt of bids.
1.5.2 Requests for clarification needed to evaluate bids and the bidder’s responses
should be made in writing.
1.5.1. If a bid is not substantially responsive, that is, it contains material deviations
from or reservations to the terms, conditions and specifications in the bidding
documents, it will
not be considered further.
1.5.2. The bidder will not be permitted to correct or withdraw material deviations or
reservations once bids have been opened.
1.6. Rejection of all Bids
GPAA reserves the right to reject of all bids if and when deemed necessary.
This is justified when there is lack of effective competition, or bids are not
substantially responsive.
1.7. Associations between Consultants
1.7.1. Consultants are encouraged to associate with each other to complement their
empowerment credentials and their respective areas of expertise, or for other
reasons. Such an association may be for the long term (independent of any
particular assignment) or for a specific assignment. The association may take
the form of a joint venture or a sub consultancy.
1.7.2. Consultants who do form a joint venture will agree on their terms and
conditions and inform the GPAA of the details of such a joint venture for
approval. .
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 48
Annexure C
(GPAA)
SCM
Annexure C: General Conditions of Contract
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 49
GPAA PROCUREMENT: GENERAL CONDITIONS OF CONTRACT The purpose of this Annexure is to:
i. Draw special attention to certain general conditions applicable to GPAA bids, contracts
and orders; and
ii. To ensure that clients be familiar with regard to the rights and obligations of all parties
involved in doing business with GPAA.
In this document words in the singular also mean in the plural and vice versa and
words in the masculine also mean in the feminine and neuter.
The General Conditions of Contract will form part of all bid documents and may not be
amended.
Special Conditions of Contract (SCC) relevant to a specific bid should be compiled
separately for every bid if applicable and will supplement the General Conditions of
Contract. Whenever there is a conflict, the provisions in the SCC shall prevail
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 50
TABLE OF CLAUSES
1. Definitions
2. Application
3. General
4. Standards
5. Use of contract documents and information; inspection
6. Patent rights
7. Performance security
8. Inspections, tests and analysis
9. Packing
10. Delivery and documents
11. Insurance
12. Transportation
13. Incidental services
14. Spare parts
15. Warranty
16. Payment
17. Prices
18. Contract amendments
19. Assignment
20. Subcontracts
21. Delays in the supplier’s performance
22. Penalties
23. Termination for default
24. Dumping and countervailing duties
25. Force Majeure
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 51
26. Termination for insolvency
27. Settlement of disputes
28. Limitation of liability
29. Governing language
30. Applicable law
31. Notices
32. Taxes and duties
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 52
1. DEFINITIONS
The following terms shall be interpreted as indicated:
1.1. “Closing time” means the date and hour specified in the bidding documents for the
receipt of bids.
1.2. “Contract” means the written agreement entered into between the purchaser and the
supplier, as recorded in the contract form signed by the parties, including all
attachments and appendices thereto and all documents incorporated by reference
therein.
1.3. “Contract price” means the price payable to the supplier under the contract for the
full and proper performance of his contractual obligations.
1.4. “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of
value to influence the action of a public employee in the procurement process or in
contract execution.
1.5. "Countervailing duties" are imposed in cases where an enterprise abroad is
subsidized by its GEPF and encouraged to market its products internationally.
1.6. “Country of origin” means the place where the goods were mined, grown or
produced or from which the services are supplied. Goods are produced when,
through manufacturing, processing or substantial and major assembly of
components, a commercially recognized new product results that is substantially
different in basic characteristics or in purpose or utility from its components.
1.7. “Day” means calendar day.
1.8. “Delivery” means delivery in compliance of the conditions of the contract or order.
1.9. “Delivery ex stock” means immediate delivery directly from stock actually on hand.
1.10. “Delivery into consignees store or to his site” means delivered and unloaded in
the specified store or depot or on the specified site in compliance with the conditions
of the contract or order, the supplier bearing all risks and charges involved until the
supplies are so delivered and a valid receipt is obtained.
1.11. "Dumping" occurs when a private enterprise abroad market its goods on own
initiative in the RSA at lower prices than that of the country of origin and which have
the potential to harm the local industries in the RSA.
1.12. ”Force majeure” means an event beyond the control of the supplier and not involving
the supplier’s fault or negligence and not foreseeable. Such events may include, but
is not restricted to, acts of the purchaser in its sovereign capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 53
1.13. “Fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of any bidder,
and includes collusive practice among bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive the
bidder of the benefits of free and open competition.
1.14. “GCC” means the General Conditions of Contract.
1.15. “Goods” means all of the equipment, machinery, and/or other materials that the
supplier is required to supply to the purchaser under the contract
1.16. “Imported content” means that portion of the bidding price represented by the cost
of components, parts or materials which have been or are still to be imported
(whether by the supplier or his subcontractors) and which costs are inclusive of the
costs abroad, plus freight and other direct importation costs such as landing costs,
dock dues, import duty, sales duty or other similar tax or duty at the South African
place of entry as well as transportation and handling charges to the factory in the
Republic where the supplies covered by the bid will be manufactured.
1.17. “Local content” means that portion of the bidding price which is not included in the
imported content provided that local manufacture does take place.
1.18. “Manufacture” means the production of products in a factory using labour, materials,
components and machinery and includes other related value-adding activities.
1.19. “Order” means an employee written order issued for the supply of goods for works or
the rendering of a service.
1.20. “Project site,” where applicable, means the place indicated in bidding documents.
1.21. “Purchaser” means the organization purchasing the goods.
1.22. “Republic” means the Republic of South Africa.
1.23. “SCC” means the Special Conditions of Contract.
1.24. “Services” means those functional services ancillary to the supply of the goods, such
as transportation and any other incidental services, such as installation,
commissioning, provision of technical assistance, training, catering, gardening,
security, maintenance and other such obligations of the supplier covered under the
contract.
1.25. “Written” or “in writing” means handwritten in ink or any form of 96 electronic or
mechanical writing.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 54
2. APPLICATION
2.1. These general conditions are applicable to all bids, contracts and orders including
bids for functional and professional services, sales, hiring, letting and the granting or
acquiring of rights, but excluding immovable property, unless otherwise indicated in
the bidding documents.
2.2. Where applicable, special conditions of contract are also laid down to cover specific
supplies, services or works.
2.3. Where such special conditions of contract are in conflict with these general
conditions, the special conditions shall apply.
3. GENERAL
3.1. Unless otherwise indicated in the bidding documents, the purchaser shall not be
liable for any expense incurred in the preparation and submission of a bid. Where
applicable a non-refundable fee for documents may be charged.
3.2. With certain exceptions, invitations to bid are only published in the State Tender
Bulletin. The State Tender Bulletin may be obtained directly from the Government
Printer, Private Bag X85, Pretoria 0001, or accessed electronically from
www.employee.gov.za.
4. STANDARDS
4.1. The goods supplied shall conform to the standards mentioned in the bidding
documents and specifications.
5. USE OF CONTRACT DOCUMENTS AND INFORMATION; INSPECTION
5.1. The supplier shall not, without the purchaser’s prior written consent, disclose the
contract, or any provision thereof, or any specification, plan, drawing, pattern,
sample, or information furnished by or on behalf of the purchaser in connection
therewith, to any person other than a person employed by the supplier in the
performance of the contract. Disclosure to any such employed person shall be made
in confidence and shall extend only so far as may be necessary for purposes of such
performance.
5.2. The supplier shall not, without the purchaser’s prior written consent, make use of any
document or information mentioned in GCC clause 5.1 except for purposes of
performing the contract.
5.3. Any document, other than the contract itself mentioned in GCC clause 5.1 shall
remain the property of the purchaser and shall be returned (all copies) to the
purchaser on completion of the supplier’s performance under the contract if so
required by the purchaser.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 55
5.4. The supplier shall permit the purchaser to inspect the supplier’s records relating to
the performance of the supplier and to have them audited by auditors appointed by
the purchaser, if so required by the purchaser.
6. PATENT RIGHTS
6.1. The supplier shall indemnify the purchaser against all third-party claims of
infringement of patent, trademark, or industrial design rights arising from use of the
goods or any part thereof by the purchaser.
7. PERFORMANCE
7.1. Within thirty (30) days of receipt of the notification of contract award, the successful
bidder shall furnish to the purchaser the performance security of the amount
specified in SCC.
7.2. The proceeds of the performance security shall be payable to the purchaser as
compensation for any loss resulting from the supplier’s failure to complete his
obligations under the contract.
7.3. The performance security shall be denominated in the currency of the contract, or in
a freely convertible currency acceptable to the purchaser and shall be in one of the
following forms:
7.3.1. a bank guarantee or an irrevocable letter of credit issued by a reputable bank
located in the purchaser’s country or abroad, acceptable to the purchaser, in
the form provided in the bidding documents or another form acceptable to the
purchaser; or
7.3.2. a cashier’s or certified cheque
7.4. The performance security will be discharged by the purchaser and returned to the
supplier not later than thirty (30) days following the date of completion of the
supplier’s performance obligations under the contract, including any warranty
obligations, unless otherwise specified in SCC.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 56
8. INSPECTIONS, TESTS AND ANALYSES
8.1. All pre-bidding testing will be for the account of the bidder.
8.2. If it is a bid condition that supplies to be produced or services to be rendered should
at any stage during production or execution or on completion be subject to
inspection, the premises of the bidder or contractor shall be open, at all reasonable
hours, for inspection by a representative of the Department or an organization acting
on behalf of the Department.
8.3. If there is no inspection requirements indicated in the bidding documents and no
mention is made in the contract, but during the contract period it is decided that
inspections shall be carried out, the purchaser shall itself make the necessary
arrangements, including payment arrangements with the testing Energy Board
concerned.
8.4. If the inspections, tests and analyses referred to in clauses 8.2 and 8.3 show the
supplies to be in accordance with the contract requirements, the cost of the
inspections, tests and analyses shall be defrayed by the purchaser.
8.5. Where the supplies or services referred to in clauses 8.2 and 8.3 do not comply with
the contract requirements, irrespective of whether such supplies or services are
accepted or not, the cost in connection with these inspections, tests or analyses shall
be defrayed by the supplier.
8.6. Supplies and services which are referred to in clauses 8.2 and 8.3 and which do not
comply with the contract requirements may be rejected.
8.7. Any contract supplies may on or after delivery be inspected, tested or analyzed and
may be rejected if found not to comply with the requirements of the contract. Such
rejected supplies shall be held at the cost and risk of the supplier who shall, when
called upon, remove them immediately at his own cost and forthwith substitute them
with supplies which do comply with the requirements of the contract. Failing such
removal the rejected supplies shall be returned at the suppliers cost and risk. Should
the supplier fail to provide the substitute supplies forthwith, the purchaser may,
without giving the supplier further opportunity to substitute the rejected supplies,
purchase such supplies as may be necessary at the expense of the supplier.
8.8. The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the purchaser to
cancel the contract on account of a breach of the conditions thereof, or to act in
terms of Clause 23 of GCC.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 57
9. PACKING
9.1. The supplier shall provide such packing of the goods as is required to prevent their
damage or deterioration during transit to their final destination, as indicated in the
contract. The packing shall be sufficient to withstand, without limitation, rough
handling during transit and exposure to extreme temperatures, salt and precipitation
during transit, and open storage. Packing, case size and weights shall take into
consideration, where appropriate, the remoteness of the goods’ final destination and
the absence of heavy handling facilities at all points in transit.
9.2. The packing, marking, and documentation within and outside the packages shall
comply strictly with such special requirements as shall be expressly provided for in
the contract, including additional requirements, if any, specified in SCC, and in any
subsequent instructions ordered by the purchaser.
10. DELIVERY OF DOCUMENTS
10.1. Delivery of the goods shall be made by the supplier in accordance with the terms
specified in the contract. The details of shipping and/or other documents to be
furnished by the supplier are specified in SCC.
10.2. Documents to be submitted by the supplier are specified in SCC.
11. INSURANCE
11.1. The goods supplied under the contract shall be fully insured in a freely convertible
currency against loss or damage incidental to manufacture or acquisition,
transportation, storage and delivery in the manner specified in the SCC.
12. TRANSPORTATION
12.1. Should a price other than an all-inclusive delivered price be required, this shall be
specified in the SCC.
13. INCIDENTAL SERVICES
13.1. The supplier may be required to provide any or all of the following services, including
additional services, if any, specified in SCC:
a. performance or supervision of on-site assembly and/or commissioning of the
supplied goods;
b. furnishing of tools required for assembly and/or maintenance of the supplied
goods;
c. furnishing of a detailed operations and maintenance manual for each
appropriate unit of the supplied goods;
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 58
d. performance or supervision or maintenance and/or repair of the supplied goods,
for a period of time agreed by the parties, provided that this service shall not
relieve the supplier of any warranty obligations under this contract; and
e. training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in
assembly, start-up, operation, maintenance, and/or repair of the supplied goods.
13.2. Prices charged by the supplier for incidental services, if not included in the contract
price for the goods, shall be agreed upon in advance by the parties and shall not
exceed the prevailing rates charged to other parties by the supplier for similar
services.
14. SPARE PARTS
14.1. As specified in SCC, the supplier may be required to provide any or all of the
following materials, notifications, and information pertaining to spare parts
manufactured or distributed by the supplier:
a. such spare parts as the purchaser may elect to purchase from the supplier,
provided that this election shall not relieve the supplier of any warranty
obligations under the contract; and
b. in the event of termination of production of the spare parts:
i. Advance notification to the purchaser of the pending termination, in sufficient
time to permit the purchaser to procure needed requirements; and
ii. Following such termination, furnishing at no cost to the purchaser, the
blueprints, drawings, and specifications of the spare parts, if requested.
15. WARRANTY
15.1. The supplier warrants that the goods supplied under the contract are new, unused, of
the most recent or current models, and that they incorporate all recent improvements
in design and materials unless provided otherwise in the contract. The supplier
further warrants that all goods supplied under this contract shall have no defect,
arising from design, materials, or workmanship (except when the design and/or
material is required by the purchaser’s specifications) or from any act or omission of
the supplier, that may develop under normal use of the supplied goods in the
conditions prevailing in the country of final destination.
15.2. This warranty shall remain valid for twelve (12) months after the goods, or any portion
thereof as the case may be, have been delivered to and accepted at the final
destination indicated in the contract, or for eighteen (18) months after the date of
shipment from the port or place of loading in the source country, whichever period
concludes earlier, unless specified otherwise in SCC.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 59
15.3. The purchaser shall promptly notify the supplier in writing of any claims arising under
this warranty.
15.4. Upon receipt of such notice, the supplier shall, within the period specified in SCC and
with all reasonable speed, repair or replace the defective goods or parts thereof,
without costs to the purchaser.
15.5. Upon receipt of such notice, the supplier shall, within the period specified in SCC and
with all reasonable speed, repair or replace the defective goods or parts thereof,
without costs to the purchaser.
15.6. If the supplier, having been notified, fails to remedy the defect(s) within the period
specified in SCC, the purchaser may proceed to take such remedial action as may be
necessary, at the supplier’s risk and expense and without prejudice to any other
rights which the purchaser may have against the supplier under the contract.
16. PAYMENT
16.1. The method and conditions of payment to be made to the supplier under this contract
shall be specified in SCC.
16.2. The supplier shall furnish the purchaser with an invoice accompanied by a copy of
the delivery note and upon fulfilment of other obligations stipulated in the contract.
16.3. Payments shall be made promptly by the purchaser, but in no case later than thirty
(30) days after submission of an invoice or claim by the supplier.
17. Payment will be made in Rand unless otherwise stipulated in SCC.
18. PRICES
18.1. Prices charged by the supplier for goods delivered and services performed under the
contract shall not vary from the prices quoted by the supplier in his bid, with the
exception of any price adjustments authorized in SCC or in the purchaser’s request
for bid validity extension, as the case may be.
19. CONTRACT AMENDMENTS
19.1. No variation in or modification of the terms of the contract shall be made except by
written amendment signed by the parties concerned.
20. ASSIGNMENT
20.1. The supplier shall not assign, in whole or in part, its obligations to perform under the
contract, except with the purchaser’s prior written consent.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 60
21. SUBCONTRACTS
21.1. The supplier shall notify the purchaser in writing of all subcontracts awarded under
this contract if not already specified in the bid. Such notification, in the original bid or
later, shall not relieve the supplier from any liability or obligation under the contract.
22. DELAYS IN THE SUPPLIERS PERFORMANCE
22.1. Delivery of the goods and performance of services shall be made by the supplier in
accordance with the time schedule prescribed by the purchaser in the contract.
22.2. If at any time during performance of the contract, the supplier or its subcontractor(s)
should encounter conditions impeding timely delivery of the goods and performance
of services, the supplier shall promptly notify the purchaser in writing of the fact of the
delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the
supplier’s notice, the purchaser shall evaluate the situation and may at his discretion
extend the supplier’s time for performance, with or without the imposition of penalties,
in which case the extension shall be ratified by the parties by amendment of contract.
22.3. No provision in a contract shall be deemed to prohibit the obtaining of supplies or
services from a national department, provincial department, or local authorities.
22.4. The right is reserved to procure outside of the contract small quantities or to have
minor essential services executed if an emergency arises, the supplier’s point of
supply is not situated at or near the place where the supplies are required, or the
supplier’s services are not readily available.
22.5. Except as provided under GCC Clause 25, a delay by the supplier in the performance
of its delivery obligations shall render the supplier liable to the imposition of penalties,
pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to
GCC Clause 21.2 without the application of penalties.
22.6. Upon any delay beyond the delivery period in the case of supplies contract, the
purchaser shall, without cancelling the contract, be entitled to purchase supplies of a
similar quality and up to the same quantity in substitution of the goods not supplied in
conformity with the contract and to return any goods delivered later at the supplier’s
expense and risk, or to cancel the contract and buy such goods as may be required
to complete the contract and without prejudice to his other rights, be entitled to claim
damages from the supplier.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 61
23. PENALTIES
23.1. Subject to GCC Clause 25, if the supplier fails to deliver any or all of the goods or to
perform the services within the period(s) specified in the contract, the purchaser
shall, without prejudice to its other remedies under the contract, deduct from the
contract price, as a penalty, a sum calculated on the delivered price of the delayed
goods or unperformed services using the current prime interest rate calculated for
each day of the delay until actual delivery or performance. The purchaser may also
consider termination of the contract pursuant to GCC Clause 23.
24. TERMINATION FOR DEFAULT
24.1. The purchaser, without prejudice to any other remedy for breach of contract, by
written notice of default sent to the supplier, may terminate this contract in whole or in
part:
a. if the supplier fails to deliver any or all of the goods within the period(s) specified
in the contract, or within any extension thereof granted by the purchaser pursuant
to GCC Clause 21.2;
b. if the Supplier fails to perform any other obligation(s) under the contract; or
c. if the supplier, in the judgment of the purchaser, has engaged in corrupt or
fraudulent practices in competing for or in executing the contract.
24.2. In the event the purchaser terminates the contract in whole or in part, the purchaser
may procure, upon such terms and in such manner as it deems appropriate, goods,
works or services similar to those undelivered, and the supplier shall be liable to the
purchaser for any excess costs for such similar goods, works or services. However,
the supplier shall continue performance of the contract to the extent not terminated.
25. ANTI-DUMPING AND COUNTERVAILING DUTIES AND RIGHTS
25.1. When, after the date of bid, provisional payments are required, or antidumping or
countervailing duties are imposed, or the amount of a provisional payment or anti-
dumping or countervailing right is increased in respect of any dumped or subsidized
import, the State is not liable for any amount so required or imposed, or for the
amount of any such increase.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 62
25.2. When, after the said date, such a provisional payment is no longer required or any
such anti-dumping or countervailing right is abolished, or where the amount of such
provisional payment or any such right is reduced, any such favourable difference
shall on demand be paid forthwith by the contractor to the State or the State may
deduct such amounts from moneys (if any) which may otherwise be due to the
contractor in regard to supplies or services which he delivered or rendered, or is to
deliver or render in terms of the contract or any other contract or any other amount
which may be due to him.
26. FORCE MAJEURE
26.1. Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall not be
liable for forfeiture of its performance security, damages, or termination for default if
and to the extent that his delay in performance or other failure to perform his
obligations under the contract is the result of an event of force majeure.
26.2. If a force majeure situation arises, the supplier shall promptly notify the purchaser in
writing of such condition and the cause thereof. Unless otherwise directed by the
purchaser in writing, the supplier shall continue to perform its obligations under the
contract as far as is reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the force majeure event.
27. TERMINATION FOR INSOLVENCY
27.1. The purchaser may at any time terminate the contract by giving written notice to the
supplier if the supplier becomes bankrupt or otherwise insolvent. In this event,
termination will be without compensation to the supplier, provided that such
termination will not prejudice or affect any right of action or remedy which has
accrued or will accrue thereafter to the purchaser.
28. SETTLEMENT OF DISPUTES
28.1. If any dispute or difference of any kind whatsoever arises between the purchaser and
the supplier in connection with or arising out of the contract, the parties shall make
every effort to resolve amicably such dispute or difference by mutual consultation.
28.2. If, after thirty (30) days, the parties have failed to resolve their dispute or difference
by such mutual consultation, then either the purchaser or the supplier may give
notice to the other party of his intention to commence with mediation. No mediation in
respect of this matter may be commenced unless such notice is given to the other
party.
28.3. Should it not be possible to settle a dispute by means of mediation, it may be settled
in a South African court of law.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 63
28.4. Mediation proceedings shall be conducted in accordance with the rules of procedure
specified in the SCC.
28.5. Notwithstanding any reference to mediation and/or court proceedings herein,
a.the parties shall continue to perform their respective obligations under the contract
unless they otherwise agree; and
b.the purchaser shall pay the supplier any monies due the supplier.
28.6. Except in cases of criminal negligence or wilful misconduct, and in the case of
infringement pursuant to Clause 6.
29. LIMITATION OF LIABILITY
29.1. The supplier shall not be liable to the purchaser, whether in contract, tort, or
otherwise, for any indirect or consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided that this exclusion shall not
apply to any obligation of the supplier to pay penalties and/or damages to the
purchaser.
29.2. The aggregate liability of the supplier to the purchaser, whether under the contract, in
tort or otherwise, shall not exceed the total contract price, provided that this limitation
shall not apply to the cost of repairing or replacing defective equipment.
30. GOVERNING LANGUAGE
30.1. The contract shall be written in English. All correspondence and other documents
pertaining to the contract that is exchanged by the parties shall also be written in
English.
31. APPLICABLE LAW
31.1. The contract shall be interpreted in accordance with South African laws, unless
otherwise specified in SCC.
32. NOTICES
32.1. Every written acceptance of a bid shall be posted to the supplier concerned by
registered or certified mail and any other notice to him shall be posted by ordinary
mail to the address furnished in his bid or to the address notified later by him in
writing and such posting shall be deemed to be proper service of such notice.
32.2. The time mentioned in the contract documents for performing any act after such
aforesaid notice has been given, shall be reckoned from the date of posting of such
notice.
RFP for the upgrade of Unified Communication and Support bid (GPAA 13/014) Page 64
33. TAXES AND DUTIES
33.1. A foreign supplier shall be entirely responsible for all taxes, stamp duties, license
fees, and other such levies imposed outside the purchaser’s country.
33.2. A local supplier shall be entirely responsible for all taxes, duties, license fees, etc.,
incurred until delivery of the contracted goods to the purchaser.
33.3. No contract shall be concluded with any bidder whose tax matters are not in order.
Prior to the award of a bid, GEPF must be in possession of a tax clearance
certificate, submitted by the bidder. This certificate must be an original issued by the
South African Revenue Services.