PROVINCE OF KWAZULU-NATAL REQUEST FOR PROPOSALS FOR …

38
PROVINCE OF KWAZULU-NATAL REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF THE STORAGE AREA NETWORK & PROVISION OF AN OFFSITE BACKUP FACILITY PROPOSAL NUMBER: ZNP 0008 T COMPULSORY BRIEFING SESSION: DATE: 24 MAY 2011 VENUE: 1 ST FLOOR BOARDROOM, EXECUTIVE BLOCK, 172 BURGER STREET PIETERMARITZBURG TIME: 10:00 NO LATE COMERS WILL BE ADMITTED THE CLOSING DATE AND TIME FOR SUBMISSION OF OFFERS IS 07 JUNE 2011 AT 11:00 DEPARTMENT OF TRANSPORT 172 BURGER STREET PIETERMARITZBURG

Transcript of PROVINCE OF KWAZULU-NATAL REQUEST FOR PROPOSALS FOR …

PROVINCE OF KWAZULU-NATAL

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF THE STORAGE AREA

NETWORK & PROVISION OF AN OFFSITE BACKUP FACILITY

PROPOSAL NUMBER: ZNP 0008 T

COMPULSORY BRIEFING SESSION: DATE: 24 MAY 2011 VENUE: 1ST FLOOR BOARDROOM, EXECUTIVE

BLOCK, 172 BURGER STREET PIETERMARITZBURG

TIME: 10:00

NO LATE COMERS WILL BE ADMITTED

THE CLOSING DATE AND TIME FOR SUBMISSION OF OFFERS IS 07 JUNE 2011 AT 11:00 DEPARTMENT OF TRANSPORT 172 BURGER STREET PIETERMARITZBURG

TABLE OF CONTENT STORAGE AREA NETWORK PAGE RFP/SPECIFICATION 3-10 ANNEXURE A 11-15 REGISTRATION ON THE PROVINCIAL SUPPLIERS DATABASE 16 DECLARATION THAT INFORMATION ON PROVINCIAL SUPPLIER DATABASE IS CORRECT AND UP TO DATE 17 DECLARATION OF INTEREST 18-20 OFFICIAL BRIEFING SESSION CERTIFICATE 21 TAX CLEARANCE CERTIFICATE REQUIREMENTS 22 CERTIFICATE OF INDEPENDENT BID DETREMINATION 23-25 APPLICATION FOR PREFERENCE POINTS FORM (ZNT 30) 26-39

REQUEST FOR PROPOSALS FROM SUITABLY QUALIFIED INFORMATION

TECHNOLOGY SPECIALISTS TO REPLACE THE STORAGE AREA NETWORK &

PROVIDE AN OFFSITE BACKUP FACILITY

1. Purpose:

The KZN Department of Transport invites Suppliers to respond to the Request for Proposal

for the replacement of the existing HP EVA 4400 Storage Area Network (SAN), provide a

backup solution, data migration, include a buy back option for existing SAN and skills

transfer to the Departments existing technicians.

2. Proposal Requirements:

Suppliers are requested to submit proposals based on the SITA RFB153/2007 Contract in

compliance to the set guidelines and accredited product offerings by the Supplier for this

contract. The proposal must be a “turn-key” project managed solution that includes cabling

(data, network, electrical, standby generator, UPS), a complete hardware and software

build and data migration that result in a fully-functional operational solution.

Responses must be in the form of a proposed solution and the associated costs thereof, to

address the specific requirements of the Department as set out in the RFP.

A detailed response sheet is attached as Annexure A.

3. Background:

The KZN Department of Transport has an existing four year old HP EVA 4400 SAN that will

soon be out of warranty. The Department currently has 6.4TB (terabytes) of raw data

storage capability or 5.8TB (terabytes) useable storage capacity.

3.1 Current SAN Configuration:

The current configuration of the SAN rack is (from top to bottom):

Rack 1 (43U HP Cabinet):

HP Storage Works 4/16 SAN Switch

HP Storage Works 4/16 SAN Switch

HP DL380 G4 Server (currently runs Backup Exec 2010)

HP MSL6000 Tape Library

HP Storage Works HSV200 Controller

HP Storage Works HSV200 Controller

Drive Enclosure with 11 x 146Gb 10k Fibre Channel Drives

Drive Enclosure with 11 x 146Gb 10k Fibre Channel Drives

Drive Enclosure with 11 x 146Gb 10k Fibre Channel Drives

Drive Enclosure with 11 x 146Gb 10k Fibre Channel Drives

Rack 2 (43U HP Cabinet):

HP Storage Works VLS6500

HP Storage Works MSA20 with 12 x 256Gb 7.2k SAS Drives

HP Storage Works MSA20 with 12 x 256GB 7.2k SAS Drives

The environment is a VMware environment.

3.2 Details of the current electrical supply:

The current server room environment has 1 phase power for the blade centre 1

phase power for the SAN, a 6kva UPS for the SAN and a UPS Battery Back, there is

also an 8kva UPS dedicated for the server room. There is no standby generator.

3.3 Details of the air-conditioning units:

Main unit: Type: Floorstaning downblow closed control unit.

Make & Model: Airdale DF19X

Cooling capacity: 16.5kW

Air flow: 1500ltr/s

Back-up unit: Type: Under ceiling heat pump split unit

Make & Model: UnionAire

Cooling capacity: 12Kw

3.4 Details of Fire Alarm system is attached:

3.5 Breakdown of current data allocation:

2 Tb is allocated to the file server as storage.

420 GB allocated to the GIS server

400 GB allocated to the mail servers

2 Tb allocated to virtual servers

4. Storage Requirement for SAN upgrade summary – please refer to Annexure A

for a full response requirement

The Department has been increasing its data storage by 2.5TB (terabytes) per annum. It is

anticipated that 20TB (terabytes) usable storage will be needed within the next 5 years.

The proposed SAN solution must include details of the software services that are included with the

SAN solution. Details such as, but not limited to, storage provisioning; data management; data

protection; data archiving (for unused data, not for legislation requirements).

The proposed SAN solution must be built around a tiered storage approach, and must include the

software services that effectively manage and automate where possible, that tiered storage. For

example:

Tier 1 (online)– Frequently used, accessed and modified data (high disk IO)

Tier 2 (near-line)– Less frequently used data which is stored on slower, high capacity disks

Tier 3 (off-line) – Data has been archived to tape and can only be retrieved by

administrator intervention.

The required SAN must be scalable and have the ability to cater for the current storage growth of the

Department per year. Details on the scalability of the SAN and the required hardware and software

for scalability example: The maximum capacity the SAN can scale up to;

Increments in which the SAN scales and the hardware and Software required for this scaling

The SAN must be fully Redundant (Controllers, FC, and Power etc.) and have a minimum of

Dual Controllers and 8GB Cache/Memory per Controller.

The Current Online Usable Disk requirement is 12TB with a growth path in the next 5 years to

20TB. Please quote on options of a 20TB initial requirement and an alternative option of an

incremental growth path of an increase of 2TB in each of the first 2 years and an additional

4TB increase in the third year giving a total of 20TB at the end of year 3.

The SAN must cater for the intermix of online and Near -line disk

The Department will require Near-line disk to consolidate Storage sprawl like , Mail (PST),

Home Directories, Offline Database Backups, Backups etc.

The SAN must cater for the intermix of online and Near-line disk. Near line disk will be used for

backup and archive data.

A minimal of Raid 5 and 1 hot spare per disk tray.

The SAN Solution must be designed for High Availability and should therefore include in the

design, technology that limits the effect of SAN component/hardware failure.

The Department would like to scale their Datacentre and Storage Area

Backup to a remote site. The proposal must include a backup solution as set out in the “Backup

Solution” section below.

The SAN will host file server data, Microsoft Exchange Information Stores, Oracle and SQL

Databases and VMware Virtual Servers.

Details in respect of the management of the system – remote deployment, configuration and

troubleshooting features must be indicated.

Storage performance must be indicated.

Environmental requirements in respect of cooling and electricity supply need to be indicated.

The current server room environment has 1 phase power for the blade centre 1 phase power

for the SAN, a 6kva UPS for the SAN and a UPS Battery Back, there is also an 8kva UPS

dedicated for the server room.

The hard drive choice should high reliability throughout. SATA should only be used for backup

and archiving.

Host connectivity can be fibre channel or ISCSI.

Redundancy options should include RAID 5 and above, disk trays should have a minimum of 1

disk hot spare, all controllers must be duel controllers, all storage should have redundant

power supplies and redundant parts. Storage connectivity should have a minimum of 2

switches with no single point of failure. The hosts should also have a minimum 2 host

connectivity.

Licencing should be in scope of the tender, or exceed the requirements. Currently we have

Physical Hosts: 8 (4 Windows, 4 VMware hosts) Virtual Machines: Windows Server and 1 Linux

Server.

In terms of the current Contract RFB153/2007 page 22 refers to a SAN 3 for Departmental in

this respect we are currently on SAN 3 level, newer technology SAN’s have iSCSI technology

built in, so we are not limiting it to only SAN 3 but will accept SAN2 if they fit the

requirements.

SAN

SAN1 SAN2 SAN3

Profile Entry/value Midrange High-end

HDD types SATA SATA/SAS/FC SATA/SAS/FC

Fabric FC or iSCSI FC or iSCSI FC

SSD

support

Pref

Backup Solution

The Department currently has a dedicated fibre running to another server room located within 1km of

the main server room housing the SAN.

The Department would like Suppliers to provide quotation on 2 possible solutions for backups to be

done to the offsite server room:

Option 1 – Backup to disk (eg NAS) using existing Symantec Backup Exec 2010 R2 software.

The department does not currently have the de-duplication licence

Sufficient capacity to carry on with our current system of doing Monthly and Weekly full

backups, Daily Differential backups.

Disks must be in a redundant array (Raid 5) or better

The Solution will require a Minimal of 5 year 24/7 8 hour response. Any improvements on this

will favour the Supplier.

Option 2 – Storage Level based solution (eg. VTL, DR SAN) with the following specifications:

The Solution on DR site should cater for 80% of the online storage used on the Primary site

40% of the Near-line Storage

The Solution needs to cater for the software and licencing for the Primary site to have a

complete working solution.

The Solution will require a Minimal of 5 year 24/7 8 hour response. Any improvements on this

will favour the Supplier.

Optional Buy Back Option

The Department would like options if available on a buyback on the existing SAN

5. Conclusion: The proposal must be a “turn-key” project managed solution that includes cabling (data, network, electrical, UPS, stand by generator), a complete hardware and software build, provide a backup solution, data migration, include a buy back option for the existing SAN and skills transfer to the Departments existing technicians. The Department reserves the right to purchase all or part of the solution depending on budget constraints.

6. Adjudication The following evaluation criteria for Technical Solution will be weighted and considered in

the selection process as follows. Refer to Annexure A for details:

BRAND AND MODEL CERTIFICATE (40)

REFERENCE SITE (15)

IMPLEMENTATION PHASE SUCCESS FACTORS (35)

TECHNICAL REQUIREMENTS (110)

Only those scoring (70%) 140 points or more in the Technical Evaluation will be considered for a price based and final evaluation. The Department reserves a right to invite Supplier/s for interviews, should there be a

need. The Department further reserves the right to utilize information received in the

interviews process for evaluation purposes. Prospective Supplier/s is to set out proposals

wherein the involvement of previously disadvantaged individuals HDI in the project is

clearly set out.

Points will be awarded as follows:

Price (90)

Preference Points (10)

7. CONDITION OF THE CONTRACT

The successful Supplier will be required to sign a formal contractual agreement with

the Department and will be bound by the terms and conditions contained therein. No

appointment will be deemed to be finalized without the agreement being signed by

the contracting parties.

8. OTHER DOCUMENTATION

The proposal submitted must include all information deemed necessary to evaluate your

proposal on the basis stipulated above. The following additional information is required:

An original valid tax clearance certificate issued by the receiver of Revenue:

Declaration of interest:

Confirmation of registration on the Provincial Database:

Completed ZNT 30 forms Obtainable from the Departments Supply Chain

Management Office or electronically at www.kzntreasury.gov.za. These forms will be

used to assess preference points claimed.

9. COMPULSARY BRIEFING SESSION

The briefing session will be held as follows:

DATE: 24 May 2011

VENUE: 1ST Floor Boardroom Executive Block, 172 Burger Street Pietermaritzburg

TIME: 10:00 am

10. PROPOSAL SUBMISSION

Proposals are to be delivered in a single sealed envelope marked: “ZNP 0008 T” -

STORAGE AREA NETWORK” and placed in the tender box of the Department of

Transport, which can be found at:

The Front Entrance

172 Burger Street

Pietermaritzburg

3200

The proposals are to be submitted by no later than 07 June 2011 at 11h00. Please

note that any other request for information may be directed to Ms J. Scotts at

telephone no. (033) 355 8862.

The offers must remain valid for 90 days from the closing for submission of

proposals.

REGISTRATION ON THE PROVINCIAL SUPPLIERS DATABASE 1. In terms of the KwaZulu-Natal Supply Chain Management Policy Framework, all suppliers of

goods and services to the Province of KwaZulu-Natal are required to register on the Provincial Suppliers Database.

2. If you wish to apply for registration, forms may be downloaded from the website,

http://www.kzntreasury.gov.za, (click on “Document Library” and then choose “Forms”) or obtained by phoning the toll free number 0800 201 049. This number is also available for general enquiries relating to Provincial supply chain management issues.

3. If a business is registered on the Database and it is found subsequently that false or incorrect

information has been supplied, then the Department may, without prejudice to any other legal rights or remedies it may have;

3.1 de-register the supplier from the Database, 3.2 cancel a bid or a contract awarded to such supplier, and the supplier would become

liable for any damages if a less favourable bid is accepted or less favourable arrangements are made.

4. The same principles as set out in paragraph 3 above are applicable should the supplier

fail to request updating of its information on the Suppliers Database, relating to changed particulars or circumstances.

5. Application for registration must be submitted to the Provincial Treasury. IF THE SUPPLIER IS

NOT REGISTERED AT THE CLOSING TIME OF BID, THE SUPPLIER WILL BE DISQUALIFIED AT THE BID EVALUATION PROCESS.

DECLARATION THAT INFORMATION ON PROVINCIAL SUPPLIER DATABASE IS

CORRECT AND UP TO DATE (To be completed by bidder)

THIS IS TO CERTIFY THAT I (name of bidder/authorised representative)………………………… …………..........................., WHO REPRESENTS (state name of bidder)…………………………... ……….............................................................................................................................................. AM AWARE OF THE CONTENTS OF THE KWAZULU-NATAL SUPPLIER DATABASE WITH RESPECT TO THE BIDDER’S DETAILS AND REGISTRATION INFORMATION, AND THAT THE SAID INFORMATION IS CORRECT AND UP TO DATE AS ON THE DATE OF SUBMITTING THIS BID. AND I AM AWARE THAT INCORRECT OR OUTDATED INFORMATION MAY BE A CAUSE FOR DISQUALIFICATION OF THIS BID FROM THE BIDDING PROCESS, AND/OR POSSIBLE CANCELLATION OF THE CONTRACT THAT MAY BE AWARDED ON THE BASIS OF THIS BID. ............................................................................................................ SIGNATURE OF BIDDER OR AUTHORISED REPRESENTATIVE DATE :....................................................

DECLARATION OF INTEREST 1. Any legal person, including persons employed by the state*, or persons having a kinship with

persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority and/or take an oath declaring his/her interest, 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, shareholder etc):…………………… 2.4 Company Registration Number: ………………………………………………..……. 2.5 Tax Reference Number:……………………………………………………….……… 2.6 VAT Registration Number:………………………………………………………….... * “State” means – (a) any national or provincial department, national or provincial public entity or constitutional

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

(b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. 2.7 Are you or any person connected with the bidder YES / NO ……. presently employed by the state? 2.7.1 If so, furnish the following particulars:

Name of person / director / shareholder/ member: ..……………………………… Name of state institution to which the person is connected:………………………… Position occupied in the state institution: …….……………………………………

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

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

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 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? YES / NO ………

2.9.1 If so, furnish particulars. …………………………………………………………………………………………………………… …………………………………………………………………………………………. 2.10 Are you, or any person connected with the bidder, aware of any relationship (family, friend, other) between the bidder and any person

employed by the state who may be involved with the evaluation and or adjudication of this bid? YES / NO ………

2.10.1 If so, furnish particulars.

……………………………………………………………………………………………………………… ……………………………………………………………………………………………………………..

2.11 Do you or any of the directors /shareholders/ members of the company have any interest in

any other related companies whether or not they are bidding for this contract? YES / NO ……..

2.11.1 If so, furnish particulars:

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

DECLARATION

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

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2.1 TO 2.11.1 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY ACT AGAINST ME IN TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………….. ..…………………………………………… Signature Date …………………………………. ………………………………………………

Position Name of bidder

OFFICIAL BRIEFING SESSION CERTIFICATE

N. B.: THIS FORM IS ONLY TO BE INCLUDED AND COMPLETED WHEN APPLICABLE TO THE

BID. Institution involved: .................................................................................................... Bid No: ZNP 0008 T Service: STORAGE AREA NETWORK

******************************************************* THIS IS TO CERTIFY THAT (NAME) .................................................................................. ON BEHALF OF ................................................................................................................... ATTENDED A BRIEFING SESSION ON ..............................................................(DATE) AND IS THEREFORE FAMILIAR WITH THE CIRCUMSTANCES AND THE SCOPE OF THE SERVICE TO BE RENDERED. ....................................................................................................................... SIGNATURE OF BIDDER OR AUTHORISED REPRESENTATIVE (PRINT NAME) DATE: .................................................... ....................................................................................................................... SIGNATURE OF DEPARTMENTAL REPRESENTATIVE (PRINT NAME) ....................................................................................................................... DEPARTMENTAL STAMP: (OPTIONAL) DATE: ....................................................

TAX CLEARANCE CERTIFICATE REQUIREMENTS It is a condition of a 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. In order to meet this requirement, bidders are required to complete in full the attached form

TCC 001 “Application for a Tax Certificate” and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders/individuals who wish to submit bids.

2. SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period

of 1 (one) year from the date of approval. Copies of 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.

3. The original Tax Clearance Certificate must be submitted together with the bid. Failure to

submit the 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.

4. In bids where Consortia/Joint Ventures/Sub-contractors are involved, each party must submit a

separate Tax Clearance Certificate. 5. Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use

this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.

CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Section 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 Section 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 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.

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.

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.

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

………………………………………………… …………………………………

Signature Date

…………………………………………………. …………………………………

Position Name of Bidder

ANNEXURE A ‐ SAN RFP

MANDATORY SPECIFICATIONS

POSSIBLE

COMPLY OR SCORE NOT COMPLY

Suppliers who do not comply with mandatory

specifications will be eliminated

Bidders MUST submit prrof of responses by way of annexures in the same sequence as

the evaluation form

ABRAND AND MODEL CERTIFICATIONS: 40

MANDATORY SPECIFICATION:1A Proof of compatibility and Interoperability via ISV and OEM

certifications.2A Compliance with ISO/IEC technology and environmental

standards.3A Compliance with SABS endorsed electrical safety and radiation

standards4A SITA Certification in terms of contract 153 for the product

proposed or earlier model (if technical evaluation for 2011 first quarter is not yet finalised)SOLUTION PROPOSED

5A Brief Motivation in favour of Brand and model submitted. 106A Assurance that technology proposed is current and will be

supported for the next 8 years.10

7A Gartner review - incoude if available 08A Indicate and provide proof of solution partnership relationship

e.g. platinum, gold, silver partner.10

9A Please indicate the availability of spares within South Africa and particularly KwaZulu Natal

10

B SUPPLIER ACCREDITATIONS AND CERTIFICATION:MANDATORY SPECIFICATION:

B1Suppliers Vendor Accreditation for the Supply of hardware equipment and VMware accreditation.

The following must be supplied:

Copy of Certification for hardware accreditation

Copy of VAC (VMware Authorised Consultant) accreditation

All certification must be current.

B2 A minimum of two accredited server and storage Engineers must be assigned to the project and must be residents of KZN. Engineers must be employed by the Bidder and not by any Vendor.The following must be supplied:

Proof of residence of the Engineers Proof of employment of the Engineers by the Bidder Certified copies of hardware certification

All certification must be current.

Alternative assurance of the availability of on-going local support will be considered.

B3 A minimum of two accredited VCP (VMware Certified Professional) Engineers must be assigned to the project and must be residents of KZN. Engineers must be employed by the Bidder and not by any Vendor.

The following must be supplied: Proof of residence of the Engineers Proof of employment of the Engineers by the Bidder Certified copies of VMware certificationAll certification must be current.

Alternative assurance of the availability of on-going local support will be considered.

D REFERENCE SITES: 15

D1 SOLUTION PROPOSED

A minimum of 3 references sites for the successful implementation of high end storage systems and a minimum of 2 reference sites for the successful implementation of a DR solution.The following must be supplied:· Name of the customer Organisation or Department 15· Customer contact details i.e. Name, Surname, Designation, Tel number, email address· Brief description of the customer environment, background of the solution and details of the equipment supplied and installed

COMMENTSREQUIREMENT

DEPARTMENT OF TRANSPORT STORAGE AREA NETWORK RESPONSE SHEET

E IMPLEMENTATION PHASE SUCCESS FACTORS.

35

SOLUTION PROPOSEDE1 Estimated time of Delivery of the Equipment FOR PLANNING PURPOSESE2 Estimated implementation period 5E3 Estimated downtime requirement for implementation 5E4 Contingency measures to be taken 5E5 Commisioning plan for the migration of data 10E6 Clearly defined Project Methodology and Approach 10

F TECHNICAL REQUIREMENTS 110

SOLUTION PROPOSEDF1 TIERED STORAGE

The proposed SAN solution must be built around a tiered storage approach, and must include the software services that effectively manage and automate where possible, that tiered storage. For example:

Tier 1 (online) -Frequently used, accessed and modified data (high disc IO)

Tier 2 (near-line)– Less frequently used data which is stored on slower, high capacity disks

Tier 3 (off-line) – Data has been archived to tape and can only be retrieved by administrator intervention 

SCALABILITY

F2The Required SAN must be scalable and have the ability to cater for the current storage growth of the Department per year. Details on the scalability of the SAN and the required hardware and software for scalability example- The maximum capacity the SAN can scale up to ; Increments in which the SAN scales and the hardware and Software required for this scaling

10

REDUNDANCYF3 The SAN must be fully Redundant (Controllers, FC, and Power

etc.) and have a minimum of Dual Controllers and 8GB Cache/Memory per Controller.

STORAGE

The Current Online Usable Disk requirement is 12TB with a growth path in the next 5 years to 20TB. Please quote on options of a 20TB initial requirement and an alternative option of an incremental growth path of an increase of 2TB in each of the first 2 years and an additional 4TB increase in the third year giving a total of 20TB at the end of year 3.

COVERED UNDER COSTING

20TB UPFRONT

INCREMENTAL UPGRADE PATH

ONLINE/NEAR LINE DISCF4

The SAN must cater for the intermix of online and Near -line disk

The Department will require Near-line disk to consolidate Storage sprawl like , Mail (PST), Home Directories, Offline Database Backups, Backups etc.

The SAN must cater for the intermix of online and Near -line disk. Near line disk will be used for backup and archive data.

RAID 5F5 A minimal of Raid 5 and 1 hot spare per disk tray.

HIGH AVAILABILITYF6 The SAN Solution must be designed for High Availability and

should therefore include in the design, technology that limits the effect of SAN component/hardware failure.

Redundancy options should include RAID 5 and above, disk trays should have a minimum of 1 disk hot spare, all controllers must be duel controllers, all storage should have redundant power supplies and redundant parts. Storage connectivity should have a minimum of 2 Fibre channel switches with no single point of failure. The hosts should also have a minimum 2 host connectivity to fibre channel.

DATA REPLICATIONF7

Offsite Backup as per requirements

APPLICATION HOSTINGF8 The SAN will host file server data, Microsoft Exchange

Information Stores, Oracle and SQL Databases and VMware Virtual Servers.MANAGEMENT OF SOLUTION

F9 Details in respect of the management of the system – remote deployment, configuration and troubleshooting features must be indicated

15

STORAGE PERFORMANCEF10 Storage performance must be indicated. 10

HARD DRIVE CHOICEF11 The hard drive choice should high reliability throughout. SATA

should only be used for backup and archiving.HOST CONNECTIVITY

F12 Host connectivity can be either fiber channel or ISCSI.LICENCING

F13

MATCH TO CONTRACT 153 REQUIREMENTSF14

In terms of the current Contract 153 page 22 refers to a SAN 3 for Departmental in this respect we are currently on SAN 3 level, newer technology SAN’s have iSCSI technology built in, so we are not limiting it to only SAN 3 but will accept SAN2 if they fit the requirements.

DESIGNF15 Please provide a detailed solution architecture and design.,

highlighting where minimum specs are exceeded. Provide a brief motivation as to the suitability of the design choosen to the needs of the Department.

25

F16 Supply of accurate detailed Visio diagrams clearly illustrating the intended solution

5

F17 The proposed SAN solution must include details of the software services that are included with the SAN solution. Details such as, but not limited to, storage provisioning; data management; data protection; data archiving (for unused data, not for legislation requirements).

15

F18Optional services available that are not included in the proposal

BACKUP STRATEGYF19 The Department runs Backup Exec 2010 R2 with a backup

strategy of backing up to a HP Virtual Tape Library and a HP MSL 6000 Tape Library.

15

The solution that is provided must scale to the growth of the SAN solution provided.

This Disk 2 Disk 2 Tape (D2D2T) strategy has worked well for the department and helped reduce as the backup window.

The Department would like Suppliers to provide quotation on 2 possible solutions for backups to be done to the offsite server room:

Option 1 - Backup to disk using existing Symantec Backup Exec 2010 R2 software.

Option 2 – Storage Level based solution

COMPATIBILITY WITH EXISTING ENVIRONMENTF20 The SAN will host file server data, Microsoft Exchange

Information Stores, Oracle and SQL Databases and VMware Virtual Servers.

The proposed SAN solution must be fully compatible with HP ML350 G5 and up Servers; HP BLc7000 Blade Chassis/Servers and VMware 3/4. The proposed SAN will present storage to these technologies and must therefore be compatible and reliable.

Licencing should be in scope of the tender, or exceed the requirements. Currently we have Physical Hosts: 8 (4 Windows, 4 VM WARE hosts) Virtual Machines : Windows Server and 1 Linux Server.

ELECTRICAL/UPS/Air-conditioning/GeneratorF21

Indicate any additional requirements in respect of electrical, UPS, air-conditioning requirements to the environment.

Environmental requirements in respect of cooling and electricity supply need to be indicated. The current server room environment has only 1 phase power, a 6kva UPS for the SAN and a UPS Battery Back, there is also an 8kva UPS dedicated for the server roomPERFORMANCE

F22 The proposed SAN must better than the current SAN performance

10

NETWORKF23 The SAN must run on its own storage network that is physically

independent of the general usage LAN (the LAN that interconnects server and end user devices). The SAN solution must include the hardware necessary to effect this requirement.

BUY BACK OPTION FOR OLD SANF24

The Department has an investment in its current EVA (which is almost out of Warranty) and would like a buyback option. 

5The Department reserves the right to offset the Total Cost Of Ownership with the buy back price

TOTAL SCORE COMPLIANT/NOT COMPLIANT 200

Only suppliers that meet all mandatory requirements and score over 70% will be considered.

COSTING:

G UPFRONT COSTS

COST OF SAN HARDWARE AND SOFTWARE ONCE OFF

G1 All associated costs to offer a working solution as per the requirements of the Department. A complete Bill of Materials including part numbers, description and quantities of equipment must be provided on the quotation. Costs must include VAT.

IMPLEMENTATION COSTG2 Delivery, installation, configuration and commissioning of

equipment, with pre-Operating System install and firmware updates

G3 Commissioning of systems management softwareG4 Data migration to include Migration of data from the existing

SAN to the new SAN.G5 Skills transfer training of 2 technicians for 2 days initial training

at implementation stage

G6 Skills transfer training of 4 technicians for 5 days training post implementation 

stage for a team of 4 skilled senior engineers to be able to manage the SAN on a 

daily basis without supplier intervention

STORAGE COSTG7

The Current Online Usable Disk requirement is 12TB with a growth path in the next 5 years to 20TB. Please quote on options of a 20TB initial requirement and an alternative option of an incremental growth path of an increase of 2TB in each of the first 2 years and an additional 4TB increase in the third year giving a total of 20TB at the end of year 3.

G8 Option 1 -20TB UPFRONTH1 Option 2 - INCREMENTAL UPGRADE PATH

INFRASTRUCTURE CHANGE COSTSElectrical

UPS

Cabling

Air Conditioning

BACKUP SOLUTIONG9 Option 1 - Backup to disk using existing Symantec Backup Exec

2010 R2 software. Option 2 – Storage Level based solution

H 5 YEAR COSTH2 Current tariffs of technical support per hour for support not

covered in the maintenance agreement.

H3 5 (five) year maintenance on all new hardware and software, with a 24x7x365, 4 hour Mean Time to Repair (MTTR) – i.e. a support technician is actively involved in the resolve of the problem within 4 hours. Spares are delivered to site within 4 hours of diagnosis of problem i.e. 8 hour SLA.

H4 Maintenance Cost in year 6 should the Department not renew the San within 5 years

I OTHER COSTSI1 Any other costs associated with the Total cost of ownership over

5 yearsI2 Costing of Options

TOTAL COST OF SOLUTION - UPFRONT COST

TOTAL COST OF SOLUTION - OVER 5 YEARS (exclude upfront cost)

OTHER COSTS

POSSIBLE OFFSET OF COSTS ON THE BUY BACK OF OLD SAN

FINAL

ZNT 30

APPLICATION FOR PREFERENCE POINTS (ZNT 30)

THESE FORMS MUST BE COMPLETED AND SUBMITTED TOGETHER WITH YOUR BID OR QUOTATION.

Page 2 ZNT 30

FOR INFORMATION ONLY

1. Primary Definitions:

1.1 “Affirmable Business Enterprise” - a business which adheres to statutory labour practices, is a legal entity, registered with the South African Revenue Service and a continuing and Independent Enterprise for profit, providing a Commercially Useful Function and whose management and daily business operations are in the control of one or more of the Historically Disadvantaged Individuals who own it.

2. Supplementary Definitions:

2.1 “Affiliated Entity” - is a business entity which has control of or the power to control another business entity, albeit indirectly, eg where a third person has control of or has the power to control both entities. Indicators of control shall, without limitation, include interlocking management or ownership, identity of interests among family members, shared facilities and equipment or common use of employees.

NOTE: In order to prevent ABE’s from breaking themselves down into

smaller entities so as to keep within the prescribed turnover limits and in so doing maintain their ABE status, the annual average turnover of Affiliated Businesses must be considered. A business will be deemed to be an affiliated entity should the ABE under consideration have a 50% or more ownership in such an enterprise, or a HDI who has ownership of 33% or more within the ABE under consideration, also have an ownership of 33% or more in the other entity.

2.2 “Commercially Useful Function” - refers to the performance of real and

actual work, or the provision of services, in the discharge of any contractual obligation which shall include but not be limited to the performance of a distinct element of work, which the business has the skill and expertise to undertake and the responsibility for management and supervision.

2.3 “Control” - means the possession and exercise of legal authority and

power to manage the assets, goodwill and daily operations of a business and the active and continuous exercise of appropriate managerial authority and power in determining the policies and directing the operations of the business.

2.4 “Disability” - means, in respect of a person, a permanent impairment of a

physical, intellectual, or a sensory function, which results in restricted, or lack of, ability to perform an activity in the manner, or within the range, considered normal for a human being.

2.5 “Executive Director” - is a partner in a partnership, a sole proprietor, a

director of a company established in terms of the Companies Act, 1973 (Act 61 of 1973) or a member of a close corporation registered in terms of the Close Corporation Act, who jointly and severally with his other partners, co-directors or co-members, as the case may be, bears the risk of business and takes responsibility for the management and liabilities of the partnership

Page 3 ZNT 30

company or close corporation.

2.6 “Historically Disadvantaged Individuals (HDI)” - means a South African citizen:

i) who, due to the apartheid policy that had been in place, had no franchise in national elections prior to the introduction of the Constitution of the Republic of South Africa, 1983 ( Act No.110 of 1983) or the Constitution of the Republic of South Africa, 1993 ( Act No. 200 of 1993) (the interim Constitution);

ii) a female; and iii) has a disability.

NOTE: A person, who obtained South African citizenship on or after (27 April 1994) the coming into effect of the Interim Constitution, is deemed not to be an HDI.

2.7 “Independent Enterprise” - means an enterprise which is free of any

degree of direct or indirect ownership, or control by any firm which engages in activities similar to those in respect of which credit toward the Contract Participation Goal is sought, or by any Executive Director of such a firm, who is not a Historically Disadvantaged Individual.

NOTE: Any enterprise whose owners include firms which engage in the

majority of activities that are performed by that enterprise cannot claim Affirmable Business Enterprise status. Likewise, any enterprise which has any non HDI Executive Directors who have interests in such firms cannot claim Affirmable Business Enterprise status.

2.8 “Priority Population Groups (PPG)” - means Historically Disadvantaged

Individuals who fall into population groups that were not offered a franchise in national elections before or after the introduction of the 1984 tricameral parliamentary system and only received their franchise during 1994.

2.9 “Small Business” - means a separate and distinct business entity, including

co-operative enterprises and non-governmental organisations, managed by one owner or more which, including its branches or subsidiaries, if any, is predominantly carried on in any sector or sub-sector of the economy mentioned in column 1 of the schedule and which can be classified as a micro, a very small, a small or a medium enterprise by satisfying the criteria mentioned in columns 3, 4 and 5 of the schedule opposite the smallest relevant size or class as mentioned in column 2 of the schedule.

2.10 “Trust” - means the arrangement through which the property of one person

is made over or bequeathed to a trustee to administer that property for the benefit of another person (beneficiary).

2.11 “Trustee” - means any person, including the founder of a trust, to whom

property is bequeathed in order for the property to be administered for the benefit of another person (beneficiary).

Page 4 ZNT 30

INTRODUCTION AND GUIDELINES

The ZNT 30 was specifically designed to provide for the application for preference points. In order to ensure that bidders/suppliers are considered as legitimate bidders/suppliers, it is imperative that the following guidelines are adhered to.

1. Applicants are to complete pages 5 to 8, where applicable. Failure by an applicant

bidder/supplier to provide all relevant information required, will result in such a bidder/ supplier not being considered for preference point’s allocation. If the information required is not applicable to your business, clearly insert the symbols “N/A” in the appropriate space. If the space provided is left blank, it will be regarded as information that is still outstanding and the ZNT 30 will not be processed further.

2. Applicants are advised that only original ZNT 30, or PHOTOSTAT copies thereof, will

be processed. Any document that has been retyped or redrafted will be disregarded. 3. It is imperative that only documents with an original signature be submitted. No

photocopies or fax transmissions will be accepted, if they do not bear the original signature/s.

4. All signatures to the document must be commissioned by an authorised Commissioner

of Oaths. Failure to do so will result in the applicant not qualifying for preference points. 5. All terms contained herein shall be interpreted in terms of the KwaZulu-Natal Supply

Chain Management Framework. 6. This document remains valid for a period of one hundred and eighty (180) days only. 7. Bidders/Suppliers providing information incorrectly or fraudulently in their ZNT 30

submitted for the purpose of preference points, will be disqualified from bidding and removed from the Suppliers Database, in addition to any other action the Province may institute against such a supplier. Further, in the event of the Province being prejudiced financially, it reserves the right to take legal action against the bidder/supplier.

8. For definitions of terminology used in this document, please refer to the definitions set

out in regulation 1 of the Procurement Regulations, 2001, obtainable from the Procurement Administration Office

or website.

9. Any alterations made by the bidder must be initialed. The use of correcting fluid is prohibited, and may lead to non-awarding of preference points.

10. Submission of a duly signed ZNT 30 indicates that a bidder/supplier has adequately

familiarised himself/herself/itself with the contents and the legal implications thereof. Because bidders/suppliers are accordingly liable for all information submitted on the ZNT 30, they are urged to seek legal advice where there is uncertainty relating to the terms and conditions contained herein.

Page 5 ZNT 30

APPLICATION FOR PREFERENCE POINTS (The following information must be filled in by the applicant. Failure to submit all the required information may lead to non-awarding of preference points)

1. BUSINESS PARTICULARS

1.1. Name of Business: ..........................................................................................

1.2. Suppliers Database Registration Number: ......................................................

1.3. Postal address: ............................................................................................

..........................................................................

Physical address: .........................................................................................

.........................................................................................

Telephone no.: .......................................... Fax no.: ....................................

Cell. no.: .......................................................................................................

E-mail address, if available: .........................................................................

1.4. Contact person (Print name): ..........................................................................

1.5. Physical location of Head Office (if applicable): ..............................................

1.6 TYPE OF BUSINESS

Tick whichever block is applicable to your business or firm.

PUBLIC COMPANY LTD

PRIVATE COMPANY (PTY) LTD

CLOSE CORPORATION CC

SOLE PROPRIETOR

PARTNERSHIP

TRUST

CO-OPERATIVE

VOLUNTARY ASSOCIATIONS

JOINT VENTURE

Page 6 ZNT 30

2. BUSINESS INFORMATION

THE FOLLOWING TABLE MUST BE COMPLETED IN ORDER TO ESTABLISH WHETHER A BUSINESS CAN BE CLASSIFIED AS AN SMME IN TERMS OF THE NATIONAL SMALL BUSINESS ACT 102 OF 1996. INDICATE THE SECTOR BY TICKING THE APPROPRIATE BLOCK IN COLUMN 2 AND THEN TICK THE CORRESPONDING INFORMATION BLOCKS IN COLUMNS 3, 4 AND 5.

COLUMN 1

COLUMN 2

COLUMN 3

COLUMN 4

COLUMN 5

Sector or sub-sectors in accordance with the Standard Industrial Council

TICK WHERE APPLICABLE

Total full time equivalent of paid employees

Total annual turnover Less than

Total gross asset value (fixed property excluded) Less than

MORE THAN 100

MORE THAN R 4.00m

MORE THAN R 4.00m

Agriculture

LESS THAN 100

LESS THAN R 4.00m

LESS THAN R 4.00m

MORE THAN 200

MORE THAN R 30.00m

MORE THAN R 18.00m

Mining and Quarrying

LESS THAN 200

LESS THAN R 30.00m

LESS THAN R 18.00m

MORE THAN 200

MORE THAN R 40.00m

MORE THAN R 15.00m

Manufacturing

LESS THAN 200

LESS THAN R 40.00m

LESS THAN R 15.00m

MORE THAN 200

MORE THAN R 40.00m

MORE THAN R 15.00m

Electricity, Gas and Water

LESS THAN 200

LESS THAN R 40.00m

LESS THAN R 15.00m

MORE THAN 200

MORE THAN R 20.00m

MORE THAN R 4.00m

Construction

LESS THAN 200

LESS THAN R 20.00m

LESS THAN R 4.00m

MORE THAN 100

MORE THAN R 30.00m

MORE THAN R 5.00m

Retail and Motor Trade and Repair Services

LESS THAN 100

LESS THAN R 30.00m

LESS THAN R 5.00m

MORE THAN 100

MORE THAN R 50.00m

MORE THAN R 8.00m

Wholesale Trade, Commercial Agents and Allied Services

LESS THAN 100

LESS THAN R 50.00m

LESS THAN R 8.00m

MORE THAN 100

MORE THAN R 10.00m

MORE THAN R 2.00m

Catering, Accommodation and other Trade

LESS THAN 100

LESS THAN R 10.00m

LESS THAN R 2.00m

MORE THAN 100

MORE THAN R 20.00m

MORE THAN R 5.00m

Transport, Storage and Communications

LESS THAN 100

LESS THAN R 20.00m

LESS THAN R 5.00m

MORE THAN 100

MORE THAN R 20.00m

MORE THAN R 4.00m

Finance and Business Services

LESS THAN 100

LESS THAN R 20.00m

LESS THAN R 4.00m

MORE THAN 100

MORE THAN R 10.00m

MORE THAN R 5.00m

Community, Social and Personal Services

LESS THAN 100

LESS THAN R 10.00m

LESS THAN R 5.00m

Page 7 ZNT 30

3. OWNERS/SHAREHOLDERS/PARTNERS/SOLE PROPRIETORS/TRUSTEES/BENEFICIARIES 3.1. List all persons who are OWNERS, PARTNERS, SOLE PROPRIETORS, TRUSTEES AND BENEFICIARIES (whichever is/are applicable) in the business/trust, who are actively

involved in the management thereof and who exercise control over the business/trust commensurate with their degree of ownership/interest. 3.2. PROOF OF DISABILITY PROVIDED BY A RECOGNISED RELATED INSTITUTION, IN THE CASE OF HANDICAPPED PERSONS, MUST BE SUPPLIED. 3.3. If insufficient space, kindly attach a copy/copies of this page to this ZNT 31, signed by the same person who signs on behalf of the business/trust on Page 10 hereof.

FULL NAME ID NUMBER SOUTH

AFRICAN CITIZEN BEFORE 27 APRIL

1994 YES/NO

CAPACITY : MEMBER/PARTNER/ PROPRIETOR/SHARE-HOLDER/TRUSTEE/

BENEFICIARY

% OWNERSHIP/ PARTNERSHI

P/TRUST/ INTEREST

MALE/ FEMALE

HANDI- CAPPED YES/NO

AFRICAN (A) / COLOURED

(C) /

INDIAN (I)

YOUTH

YES/NO

% OF TIME

DEVOTED TO THE

FIRM

Page 8 ZNT 30

4. CERTIFICATION OF CORRECTNESS OF INFORMATION SUPPLIED IN THIS DOCUMENT

RELATING TO PREFERENCES THAT THE APPLICANT (BUSINESS) MAY APPLY FOR

I/WE, THE UNDERSIGNED, WHO WARRANTS THAT HE/SHE IS DULY AUTHORISED TO DO SO ON BEHALF OF THE BIDDER/SUPPLIER, CERTIFIES THAT THE INFORMATION SUPPLIED IN TERMS OF THIS DOCUMENT (ZNT 30) INCLUDING THE ANNEXURE/S WITH ADDITIONAL INFORMATION, IS CORRECT AND ACCURATE AND ACKNOWLEDGES THAT:

4.1 The bidder/supplier will be required to furnish documentary proof of the information relating to preferences points,

if requested to do so.

4.2 If the information supplied is found to be incorrect then the Province may, in addition to any remedies it may have:

i. Disqualify the bidder/supplier/contractor for a particular bid/contract/project it may be considered for, or which had been awarded to the supplier/contractor;

ii. Recover from the bidder/supplier/contractor all costs, losses or damages incurred or sustained by the Province as a result of the award of a contract;

iii. Cancel the contract and claim any damages which the Province may suffer by having to make less favourable arrangements after such cancellation; and/or

iv. De-register the supplier registered on the Suppliers Database.

SIGNED ON THIS ............. DAY OF ................................... 20......... AT……………………………………

............................................................................................... BEFORE THE COMMISSIONER OF OATHS

...............................................................................SIGNATURE OF BIDDER/SUPPLIER OR DULY AUTHORISED NAME IN BLOCK LETTERS OR REPRESENTATIVE ON BEHALF OF (BIDDER/SUPPLIER’S NAME).....................................................

*Signed and affirmed, before me at .............................................. on this ......... day of .......................... year............., by the deponent who has acknowledged that he/she knows and understands, the contents of this document, and he/she has acknowledged that he/she has no objection to affirming, that he/she regards the affirmation to be binding on his/her conscience. NB: Kindly initial each page in confirmation that the deponent understands the contents of the document and affirms that the information supplied is true and correct. …………………………………… COMMISSIONER OF OATHS FULL NAME: .............................................................................................................................................. BUSINESS ADDRESS: ..............................................................................................................................

.............................................................................................................................. CAPACITY:..................................................................... AREA: ................................................................

Page 1 ZNT 30

CRITERIA UTILISED FOR THE AWARDING OF PREFERENCE POINTS

(Attached to the ZNT 30 for Information purposes only) PREFERENCE POINT SYSTEM, EVALUATION OF BIDS, AWARDING OF CONTRACTS PERTAINING TO BIDS NOT SCORING HIGHEST POINTS, CANCELLATION OF BID PROCESS AND RE-INVITATION OF BIDS

1. Direct Preference Point System (80/20): Consideration of bids for the procurement

of goods and services with an estimated value of R 30 000 up to R 500 000

(1) the following formula must be used to calculate the points for price in respect of bids/procurement with a Rand value equal to or above R 30 000 and up to a Rand value of R 500 000. Ps = 80 1- Pt- Pmin Pmin Where Ps = Points scored for price of bid under consideration Pt = Rand value of bid under consideration. Pmin = Rand value of lowest acceptable bid.

(2) A maximum of 20 preference points may be awarded to a bidder for achieving the following specified goals.

Goal 1 (a) Preference points may be allocated to an HDI woman, HDI

disabled person or a youth, with reference to the formula

below.

(i) 0.0333 x (Xt -25) Where: Xt = the equity ownership of an entity under

consideration, with respect to HDI women, HDI disabled persons or youth, which must be determined in relation to total equity ownership of the bidder under consideration.

Points are therefore only allocated if the equity ownership

of HDI women, HDI disabled persons or youth

Page 2 ZNT 30

respectively, is greater than 25%.

(b) A maximum of 2.5 points in respect of each group may be

allocated. Points may therefore be allocated as follows:

(i). If HDI women equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership.

(ii). If HDI disabled persons equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership.

(iii). If youth equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership.

Points may be allocated cumulatively in respect of the

above three groups under the relevant circumstances, as set out above.

Goal 2 : If the bidder is a black company with a minimum of 40% black

equity ownership, 7,5 points must be allocated. (If black equity ownership is less than 40%, no points may be allocated.)

Goal 3 : If the bidder is a black co-operative with 100% black ownership,

2.5 points must be allocated. (If black ownership is less than 100%, no points may be

allocated.) Goal 4 :Entities which have a 100% PPG equity ownership will qualify for

2.5 points. (If PPG equity ownership is less than 100 %, no points may be allocated.)

(3) The preference points scored by a bidder in respect of the goals contemplated in

sub-paragraph (2) must be added to the points scored for price. (4) Only the bid with the highest number of points scored may be selected. A discussion and explanations regarding the application of the preference point system, is contained in Provincial Practice Note SCM 06 of 2006.

2. Contract Participation Goal System (90/10): Consideration of bids for the

procurement of goods and services with an estimated value above R 500 000. (1) The following formula must be used to calculate the points for price

in respect of bids/procurement with a Rand value above R 500 000:

Page 3 ZNT 30

Where

Ps = Points scored for price of bid under consideration Pt = Rand value of bid under consideration

P min = Rand value of lowest acceptable bid

(2) A maximum of 10 preference points may be awarded to a bidder for being an HDI and/or achieving specified goals and/or subcontracting with an HDI. The formula for the calculation of points for the contract participation goals are as follows:

(i) N = 10 (D – Ds) / (X – Ds) Where N = Points scored for achieving contract participation goal/s D = Tendered Participation Goal Ds = Minimum Participation Goal set by employer (10%) X = Participation Goal above which no further points are awarded (40%) (ii) A contractor may achieve his Contract Participation Goal obligations as follows:

(a) By virtue of HDI status as a Prime Contractor. (b) By virtue of PPG status as a Prime Contractor.

(b) By virtue of joint venture status as a Prime Contractor. (c) By awarding/subcontracting to HDI’s/PPG’s (d) By awarding/subcontracting to joint ventures which have

HDI/PPG partners.

(3) The preference points scored by a bidder in respect of the goals contemplated in sub-paragraph (2) must be added to the points scored for price.

(4) Only the bid with the highest number of points scored may be selected.

A discussion and explanations regarding the application of the preference point system, is contained in Provincial Practice Note SCM 06 of 2006.

3. Direct Preference Point System (80/20): Consideration of bids for the sale or letting

of assets with an estimated value of R 30 000 up to R 500 000. (1) The following formula must be used to calculate the points for price in respect of

PsPt P

P= −

90 1

min

min

Page 4 ZNT 30

bids with a Rand value equal to, or above R 30 000 and up to a Rand value of R 500 000 and which relate to the sale or letting of assets:

PsPt Ph

Ph= +

80 1

Where – Ps = Points scored for price of bid under consideration

Pt = Rand value of bid under consideration Ph = Rand value of highest acceptable bid

(2) A maximum of 20 preference points may be awarded to a bidder for achieving specified goals.

Goal 1 (a) Preference points may be allocated to an HDI woman, HDI

disabled person or a youth, with reference to the formula

below.

(i) 0.0333 x (Xt -25) Where: Xt = the equity ownership of an entity under consideration,

With respect to HDI women, HDI disabled persons

or youth, which must be determined in relation to total equity ownership of the bidder under consideration,

Points are therefore only allocated if the equity ownership

of HDI women, HDI disabled persons or youth respectively, is greater than 25%.

(b) A maximum of 2.5 points in respect of each group may be

allocated. Points may therefore be allocated as follows:

(iv). If HDI women equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership.

(v). If HDI disabled persons equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership.

Page 5 ZNT 30

(vi). If youth equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership.

Points may be allocated cumulatively in respect of the

above three groups under the relevant circumstances, as set out above.

Goal 2 :If the bidder is a black company with a minimum of 40% black

equity ownership, 7.5 points must be allocated. (If black equity ownership is less than 40%, no points may be allocated.)

Goal 3 :If the bidder is a black co-operative with 100% black ownership,

2.5 points must be allocated. (If black ownership is less than 100%, no points may be allocated.)

Goal 4 : Entities which have a 100% PPG equity ownership will qualify for

2.5 points. (If PPG equity ownership is less than 100 %, no points may be allocated.)

(3) The preference points scored by a bidder in respect of the goals contemplated in

sub-paragraph (2) must be added to the points scored for price.

(4) Only the bid with the highest number of points scored may be selected.

A discussion and explanations regarding the application of the preference point system, is contained in Provincial Practice Note SCM 06 of 2006.

Page 6 ZNT 30

4. Contract Participation Goal System (90/10): Consideration of bids for the sale or letting of assets with an estimated value above R 500 000

(1) The following formula must be used to calculate the points for price in respect of

bids with a Rand value above R 500 000 and which relate to the sale or letting of assets:

PsPt Ph

Ph= +

90 1

Where -

Ps = Points scored for price of bids under consideration Pt = Rand value of bid under consideration

Ph = Rand value of highest acceptable bid

(2) A maximum of 10 preference points may be awarded to a bidder for being an HDI and/or achieving specified goals and/or subcontracting with an HDI. The formula for the calculation of points for the contract participation goals are as follows:

(i) N = 10 (D – Ds) / (X – Ds) Where N = Points scored for achieving contract participation goal/s D = Tendered Participation Goal Ds = Minimum Participation Goal set by employer (10%) X = Participation Goal above which no further points are awarded (40%) (ii) A contractor may achieve his Contract Participation Goal obligations as follows:

(a) By virtue of HDI status as a Prime Contractor. (b) By virtue of PPG status as a Prime Contractor.

(e) By virtue of joint venture status as a Prime Contractor. (f) By awarding/subcontracting to HDI’s/PPG’s (g) By awarding/subcontracting to joint ventures which have

HDI/PPG partners.

(3) The preference points scored by a bidder in respect of the goals contemplated in sub-paragraph (2) must be added to the points scored for price.

(4) Only the bid with the highest number of points scored may be selected.

A discussion and explanations regarding the application of the preference point system, is contained in Provincial Practice Note SCM 06 of 2006.