Académique Documents
Professionnel Documents
Culture Documents
BIDDING DOCUMENT
for
____________________________
_______________________________
Open International Bidding - CPB/15/2014
ii
Table of Contents
iii
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
Clarification of Bids.....................................................................................................20
Responsiveness of Bids................................................................................................20
Nonconformities, Errors, and Omissions.....................................................................21
Preliminary Examination of Bids.................................................................................22
Examination of Terms and Conditions; Technical Evaluation.....................................22
Conversion to Single Currency....................................................................................22
Margin of Preference...................................................................................................22
Evaluation of Bids........................................................................................................22
Comparison of Bids.....................................................................................................24
Post-qualification of the Bidder...................................................................................24
Purchasers Right to Accept Any Bid, and to Reject Any or All Bids.........................24
F. Award of Contract...........................................................................................................24
41.
Award Criteria..............................................................................................................24
42.
Purchasers Right to Vary Quantities at Time of Award..............................................24
43.
Notification of Award...................................................................................................25
44.
Signing of Contract......................................................................................................25
45.
Performance Security...................................................................................................25
46.
Debriefing....................................................................................................................26
1.1
1.2
(b)
(c)
2. Source of
Funds
2.1
3. Public
Entities
Related to
Bidding
Documents
and to
Challenge
and Appeal
3.1
3.2
3.3
4.1
4. Fraud and
Corruption
(ii)
In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, agents, subconsultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement
process or contract execution for undue advantage is improper.
2
Another party refers to a public official acting in relation to the procurement process or contract execution.
In this context, public official includes Purchasers staff and employees of other organizations taking or
reviewing procurement decisions.
3
Party refers to a public official; the terms benefit and obligation relate to the procurement process or
contract execution; and the act or omission is intended to influence the procurement process or contract
execution.
4
Parties refers to participants in the procurement process (including public officials) attempting to establish
bid prices at artificial, noncompetitive levels.
5
Party refers to a participant in the procurement process or contract execution.
4.2
4.3
4.4
4.5
5.3
(b)
5.4
(ii)
(b)
(c)
(d)
5.3
(e)
(f)
5.4
5.5
6. Eligible
5.6
6.3
Goods and
Related
Services
Contract may have their origin in any country subject to ITB 5.3
and 5.4.
6.4
6.5
The term origin means the country where the goods have been
mined, grown, cultivated, produced, manufactured or processed;
or, through manufacture, processing, or assembly, another
commercially recognized article results that differs substantially
in its basic characteristics from its components.
7.3
Bidding Procedures
PART 3 Contract
7.4
The Invitation for Bids issued by the Purchaser is not part of the
Bidding Documents.
7.5
10
8. Clarification 8.3
of Bidding
Documents
9. Amendment
of Bidding
Documents
9.3
9.4
9.5
C. Preparation of Bids
10. Cost of
Bidding
10.3
The Bidder shall bear all costs associated with the preparation
and submission of its bid, and the Purchaser shall not be
responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
11.4
12. Documents
Comprising
the Bid
13. Bid
Submission
Form and
Price
Schedules
11
(b)
(c)
(d)
(e)
(f)
(g)
(h)
in
13.3
The Bidder shall submit the Bid Submission Form using the
form furnished in Section IV, Bidding Forms. This form must be
completed without any alteration to its format, and no substitutes
shall be accepted. All blank spaces shall be filled in with the
information requested.
13.4
The Bidder shall submit the Price Schedules for Goods and
Related Services, according to their origin as appropriate, using
the forms furnished in Section IV, Bidding Forms
14. Alternative
Bids
14.3
15.3
15.4
All lots and items must be listed and priced separately in the
12
Price Schedules.
15.5
15.6
15.7
The terms EXW, CIP, CIF and other similar terms shall be
governed by the rules prescribed in the current edition of
Incoterms, published by The International Chamber of
Commerce, as specified in the BDS.
15.8
(b)
(i)
(ii)
(iii)
(ii)
(iii)
(c) For Related Services whenever such Related Services are specified
in the Schedule of Requirements:
(i)
13
(ii)
15.10 If so indicated in ITB Sub-Clause 1.1, bids are being invited for
17. Documents
1.26090 To establish their eligibility in accordance with ITB Clause 5,
Establishing
Bidders shall complete the Bid Submission Form, included in
the
Section IV: Bidding Forms.
Eligibility of
the Bidder
14
18. Documents
1.3
Establishing
the
Eligibility of
the Goods
and Related
Services
19. Documents
1.3
Establishing
the
Conformity
of the Goods
and Related
1.4
Services
20. Documents
Establishing
the
Qualificatio
ns of the
Bidder
1.5
1.6
1.3
15
21. Period of
Validity of
Bids
(b)
(c)
1.3
Bids shall remain valid for the period specified in the BDS after
the bid submission deadline date prescribed by the Purchaser. A
bid valid for a shorter period shall be rejected by the Purchaser
as non-responsive.
1.4
1.5
1.3
The Bidder shall either furnish as part of its bid, a Bid Security
or subscribe to a Bid Securing Declaration in the Bid Submission
Form as specified in the BDS.
1.4
1.5
16
(a)
(b)
(c)
(d)
(e)
(f)
1.6
1.7
1.8
1.9
(a)
(b)
(c)
17
(a)
(b)
(c)
1.3
1.4
The original and all copies of the bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to
sign on behalf of the Bidder.
1.5
1.3
(b)
18
1.4
1.5
(b)
(c)
(d)
bear a warning not to open before the time and date for bid
opening, in accordance with ITB Sub-Clause 28.1.
25.4
The Purchaser may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Documents in
accordance with ITB Clause 9, in which case all rights and
obligations of the Purchaser and Bidders previously subject to
the deadline shall thereafter be subject to the deadline as
extended.
26.3
The Purchaser shall not consider any bid that arrives after the
deadline for submission of bids, in accordance with ITB Clause
25. Any bid received by the Purchaser after the deadline for
submission of bids shall be declared late, rejected, and returned
unopened to the Bidder.
27. Withdrawal, 27.3 A Bidder may withdraw, substitute, or modify its Bid after it has
Substitution
been submitted by sending a written notice in accordance with
, and
ITB Clause 24, duly signed by an authorized representative, and
Modificatio
shall include a copy of the authorization (the power of attorney)
n of Bids
in accordance with ITB Sub-Clause 23.2, (except that no copies
of the withdrawal notice are required). The corresponding
substitution or modification of the bid must accompany the
respective written notice. All notices must be:
(a)
(b)
19
Bids requested to be withdrawn in accordance with ITB SubClause 27.1 shall be returned unopened to the Bidders.
27.5
28. Bid Opening 28.3 The Purchaser shall conduct the bid opening in the presence of
the Bidders representatives who choose to attend at the address,
date and time specified in the BDS. Any specific electronic bid
opening procedures required if electronic bidding is permitted in
accordance with ITB Sub-Clause 24.1 shall be as specified in
the BDS.
28.4
28.5
28.6
20
29.3
29.4
29.5
30. Clarification 30.3 To assist in the examination, evaluation, comparison and postof Bids
qualification of the bids, the Purchaser may, at its discretion, ask
any Bidder for a clarification of its Bid. Any clarification
submitted by a Bidder in respect to its Bid and that is not in
response to a request by the Purchaser shall not be considered.
The Purchasers request for clarification and the response shall
be in writing. No change in the prices or substance of the Bid
shall be sought, offered, or permitted, except to confirm the
correction of arithmetic errors discovered by the Purchaser in the
Evaluation of the bids, in accordance with ITB Clause 32.
31. Responsiven
ess of Bids
31.3
31.4
31.5
33. Preliminary
Examinatio
21
(a)
(b)
(c)
I.4
I.5
33.1
(a)
(b)
(c)
22
n of Bids
34. Examinatio
n of Terms
and
Conditions;
Technical
Evaluation
(b)
(c)
34.1
The Purchaser shall examine the Bid to confirm that all terms
and conditions specified in the GCC and the SCC have been
accepted by the Bidder without any material deviation or
reservation.
34.2
34.3
If, after the examination of the terms and conditions and the
technical evaluation, the Purchaser determines that the Bid is not
substantially responsive in accordance with ITB Clause 31, it
shall reject the Bid.
35. Conversion
to Single
Currency
35.1
36. Margin of
Preference
37. Evaluation
of Bids
37.1
The Purchaser shall evaluate each bid that has been determined,
up to this stage of the evaluation, to be substantially responsive.
37.2
37.3
37.4
23
(a)
(b)
(c)
(d)
(e)
(ii)
(iii)
transport and other costs for the goods to reach its final
destination.
(b) The Purchasers evaluation of a bid will not take into account any
allowance for price adjustment during the period of performance
of the Contract, if provided in the Bid.
37.5
24
38. Comparison
of Bids
39. Postqualification
of the
Bidder
40. Purchasers
Right to
Accept Any
Bid, and to
Reject Any
or All Bids
39.3
39.4
40.1
The Purchaser reserves the right to accept or reject any bid, and
to annul the bidding process and reject all bids at any time prior
to contract award, without thereby incurring any liability to
Bidders.
F. Award of Contract
41. Award
Criteria
41.1
42. Purchasers
Right to
Vary
Quantities
at Time of
Award
42.1
43. Notification
43.1
of Award
25
44. Signing of
Contract
45.Performance
Security
43.2
44.1
44.2
44.3
26
46.1 The Purchaser shall promptly attend to all debriefing for the
contract made in writing and within 30 days from the date of the
publication of the award or date the unsuccessful bidders are
informed about the award, whichever is the case by following
regulation 9 of the Public Procurement Regulations 2008 as
amended.
27
ITB Clause
Reference
A. General
ITB 1.1
ITB 1.1
ITB 3.3
Bidders should hold relevant licences from the ICTA (Information &
Communication Technologies Authority) and have expertise in the
provision of physical or non-physical connectivity (Fibre Optics or
Alternative Technologies) in the Republic of Mauritius.
28
ITB 5.3
ITB 8.1
Request for Clarification should reach the Purchaser not later than 21 days
prior to the closing date for submission of bids.
The Purchaser will reply to such queries at latest 14 days prior to the date
for the submission of bids. Queries received after the specified date will not
be considered.
C. Preparation of Bids
ITB 12.1 (c)
29
ITB 12(h)
The Bidder shall submit the following additional documents in its bid:
1) Certified copies of audited accounts for the last three (3) years as filed with
Registrar of Companies where applicable.
2) Technical brochures and catalogues for all items quoted.
3) CV of key personnel to be involved in the project and related services.
4) Bank testimonial for credit facilities of Rs 10 Million for this project
5) Relevant licences from ICTA
ITB 14.1
ITB 15.3
The price to be quoted in the Bid Submission Form shall be the total price
of the bid after any discount offered and including VAT.
ITB 16.3
ITB 19.3
Period of time the Goods are expected to be functioning (for the purpose of spare
parts) is five (5) years.
ITB 21.1
The bid validity period shall be 120 days from the date of submission deadline
i.e. up to 27 January 2015.
ITB 22.1
Bid shall include a Bid Security (issued by a bank) in the format specified in
Section IV Bidding Forms.
ITB 22.3
The amount of the Bid Security shall be MUR 2,000,000 (Two million Mauritian
Rupees). The Bid Security shall be valid for a period of 30 days beyond the
30
ITB 23.1
In addition to the original of the bid, the number of copies is: Two (2) Hard
copies (Complete set) and One (1) Soft Copy. Bidders shall provide the
original and copy of their bid in separate BINDERS with set appropriately
tabbed and identified with relevant headings. Copies submitted should be
identical to the original.
Bidders shall not have the option of submitting their bids electronically.
The inner and outer envelopes shall bear the following additional
identification marks: Procurement Ref: CPB/15/2014 - Not to be opened
before 14.00 hours (Local Time) on the closing date
ITB 25.1
ITB 28.1
The bid opening shall take place at: 14.00 hrs (Local Time) on the same
day in the Conference Room at the following address in the presence of
bidders/bidders representatives:
Central Procurement Board
1st Floor, Social Security House,
Jules Nyerere Avenue (Ex Moka Road)
Rose-Hill
MAURITIUS
ITB 37.3(a)
ITB 37.3(d)
ITB 37.6
31
The adjustments shall be determined using the following criteria, from amongst
those set out in Section III, Evaluation and Qualification Criteria:
a) deviation in Delivery schedule: No
b) deviation in payment schedule: No.
c) the cost of major replacement components, mandatory spare parts, and
service: No
d) the availability in Mauritius of spare parts and after-sales services for the
equipment offered in the bid: No
e) the projected operating and maintenance costs during the life of the
equipment: Yes .( Please see Section III for methodology of evaluation)
Bidders shall quote for the WHOLE system
F. Award of Contract
ITB 42.1
32
Contents
1. Evaluation Criteria (ITB 37.3 (d))
2. Multiple Contracts (ITB 37.6)
3. Postqualification Requirements (ITB 39.2)
4. Domestic Preference (ITB 36.1)
33
(b)
(c)
(d)
Availability in Mauritius of spare parts and after sales services for equipment offered in
the bid: No Adjustment
(e)
Cost of the equipment for all Phases and the Present Value of its maintenance costs for the
first five years at a discounted rate of 10%.
The overall rental costs for 2 years as from the date of signature of contract for International
Internet Connectivity (Monthly rental costs x 20 Months)
The overall rental costs for 2 years as from the date of signature of contract for Fibre Optics
or Alternatives (I.e., Adding Monthly rental costs for Phase 1 x 20 Months, Monthly rental
costs for Phase 2 x 16 Months, Monthly rental costs for Phase 3 x 12 Months). Net Present
Value is not applicable to the rental costs.
(f)
(g)
34
(a)
Financial Capability
Profit.
The Bidder must have earned profit for at least one (1) year during the last three (3)
years.
Average Annual Turnover
The minimum average annual turnover of the Bidder shall be not less MUR 50 Million
for the last three years.
Liquid Assets/Credit Facilities
Bidder to submit documentary evidence from its Auditor for Liquid Assets and/ or a
certificate in original , from a commercial bank with respect to Credit facilities
mentioning the name of the Project, CPB reference number and the amount of (MUR 10
Million)
Joint Venture
A Bidder may be a natural person, private entity, or any combination of them with a
formal intent to enter into an agreement or under and existing in the form of a Joint
Venture (JV).
In case of a JV:
(i) All parties to the JV shall be jointly and severally liable; and
(ii) The JV shall nominate a Representative who shall have the authority to conduct all
businesses for and on behalf of any all parties of the JV during the Bidding process and,
in the event the JV is awarded the Contract, during contract execution;
(iii) The JV shall be in the form of a partnership limited to two partners- the Lead Partner
holding at least 60% of the JV.
The Bidder(s) shall furnish documentary evidence that it meets the following
requirements, if a single entity or a Joint Venture, Consortium or Association. (re table
below):
Factors
1. Average
annual
Turnover
2. Financial
Resources
Requirements
Minimum average
annual turnover of
MUR 50Million,
within the last
three ( 3 ) years
The bidder must
demonstrate access
to, or availability
of, financial
Single
Entity
Other
Partner/s
All Partners
combined
Must meet
requirement
Not
applicable
Not
applicable
Must meet
requirement
Must meet
requirement
Not
applicable
Not
applicable
Must meet
requirement
Factors
3. Historical
Financial
Performa
nce
(b)
Requirements
means, other than
contractual
advance payment
to meet the
following cash
flow:
MUR 10 million
for this contract.
The Bidder must
have earned
profit for at least
one (1) year during
the last three (3)
years
35
Single
Entity
Must meet
requirement
Other
Partner/s
All Partners
combined
Must meet
requirement
Must meet
requirement
Not
applicable
36
The Bidder shall furnish documentary evidence, CV etc, to demonstrate that it meets the
experience requirements referred to above.
37
38
In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB SubClause 5.1.
In case of government owned entity from Mauritius, documents establishing legal and
financial autonomy and compliance with commercial law, in accordance with ITB SubClause 5.5.
39
In case of government owned entity from Mauritius, documents establishing legal and
financial autonomy and compliance with commercial law, in accordance with ITB SubClause 5.5.
40
the Delivery Schedules specified in the Schedule of Requirements the following Goods
and Related Services _______________________ [insert a brief description of the
Goods and Related Services];
(c) The total price of our Bid , after any discount offered in item (d) below, including
date fixed for the bid submission deadline in accordance with ITB Sub-Clause 25.1, and
it shall remain binding upon us and may be accepted at any time before the expiration
of that period;
(f) If our bid is accepted, we undertake to obtain a Performance Security in accordance with
ITB Clause 45 and GCC Clause 18 for the due performance of the Contract;
(g) We, including any subcontractors or suppliers for any part of the contract, have
41
including that of all parties that comprise the Bidder, if the Bidder is a JV, and the
nationality each subcontractor and supplier]
(h) We have no conflict of interest in accordance with ITB Sub-Clause 5.2;
(i) Our firm, its affiliates or subsidiariesincluding any subcontractor or supplier for any
respect to the bidding process or execution of the Contract: [insert complete name of
each Recipient, its full address, the reason for which each commission or gratuity was
paid is payable and the amount and currency of each such commission or gratuity]
Name of Recipient
Address
Reason
Amount
Rupees). The bid security shall be valid for a period of 30 days beyond the validity
period of the bids.
(l) We have taken steps to ensure that no person acting for us or on our behalf will engage in
any type of fraud and corruption as per the principles described hereunder, during the
bidding process and contract execution:
i.
ii.
42
iii.
We understand that this bid, together with your written acceptance, shall constitute a
binding contract between us, until a formal contract is prepared and executed.
(o)
We understand that you are not bound to accept the lowest evaluated bid or any other
bid that you may receive.
Signed:_______________ [insert signature of person whose name and capacity are shown]
In the capacity of _______[insert legal capacity of person signing the Bid Submission Form]
Name:____________ [insert complete name of person signing the Bid Submission Form]
Duly authorized to sign the bid for and on behalf of:_____ [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
43
44
Description
Year 1
Routers (Type I)
Warranty
Warranty
Data Cabinets
(9U)
Warranty
Warranty
Wireless Access
Point
Warranty
Year 2
Year 3
Year 4
Year 5
45
Switches
Warranty
Data points
Warranty
Warranty
Installation Costs
per Site
46
Description
Routers (Type I)
Routers (Type II)
Data Cabinets (9U)
Web and Proxy
Server
Wireless Access
Point
Switches
Proposed Quantity
for Phase I
Proposed Quantity
for Phase 2
Proposed Quantity
for Phase 3
47
Data points
Any Other Items
48
Description
Bandwidth
SchoolNet II
(Mauritius)
Min 10 Mbps
SchoolNet II
(Rodrigues)
Min 2 Mbps
SchoolNet II
3 x Min 60 Mbps
(GOC Link)
International Internet
Connectivity
Bandwidth
Proposed
49
D.
*Table A (Total Unit Cost Excluding VAT) x Table B (Proposed Quantity for Phase I)
Phase 1 Equipment
Description
Fibre or
Alternative
Technologies
Connectivity
Installation
Costs
Routers
Wireless Access
Points
Switches
Data points,
Data cabling &
accessories
Quantity
*Total Cost
(Excluding VAT)
MUR
Year 1
55 Sites
54 Sites
(All sites in
Phase 1
excluding
Governmen
t Online
Centre)
Warranty
Year 2
Year 3
Year 4
Year 5
50
such as patch
panels,
Web/Proxy
Servers
Next Generation
Firewall
Other Cost For Phase
1
Total Cost for Phase
1 Equipment
Warranty
Warranty
51
Description
Quantity
54 Sites
1 Site
52
Description
Quantit
y
*Total Cost
(Excluding VAT)
MUR
Year 1
-
Fibre or
Alternative
Technologie
s
Connectivit
y
Installation
Costs
Routers
Wireless
Access
Point
Switches
Data
55 Sites
Warranty
Year 2
Year 3
Year 4
Year 5
53
points,
Data
cabling &
accessories
such as
patch
panels,
- Web/Proxy
Servers
Proposed
Equipment for
Rodrigues Server
Room
Other Cost For
Phase 2
Total Cost for
Phase 2
Equipment
Warranty
Warranty
54
Phase 2 Rental
Description
Quantity
55 Sites
Rental Cost for each Phase 1, 2 and 3 shall be calculated on the following terms:
20 months for Phase 1,
16 months for Phase 2 and
12 months for Phase 3.
55
Description
Quantit
y
*Total Cost
(Excluding VAT)
MUR
Year 1
-
Fibre or
Alternative
Technologie
s
Connectivit
y
Installation
Costs
Routers
Wireless
Access
Points
Switches
Data
54 Sites
Warranty
Year 2
Year 3
Year 4
Year 5
56
points,
Data
cabling &
accessories
such as
patch
panels,
Web/Proxy
Servers
57
Phase 3 Rental
Description
Quantity
54 Sites
Note:
The Total
(iv)
(v)
(vi)
Rental Cost for each Phase 1, 2 and 3 shall be calculated on the following terms:
20 months for Phase 1,
16 months for Phase 2 and
12 months for Phase 3.
58
Overall cost of
the Equipment
(Excl. VAT)
Phase 1
MUR...................
Phase 2
MUR...................
Phase 3
MUR...................
MUR...................
Overall cost of
Equipment +
Overall Rental Cost
(Excl. VAT)
Overall
Rental Cost
(Excl. VAT)
MUR.................
..
MUR.................
..
MUR.................
..
MUR.................
..
MUR...................
MUR...................
MUR...................
Sub Total
(C)=(A)+(B)
MUR...................
MUR...................
Overall Cost of Equipment + Overall Rental Cost after discount (E) = (C) (D)
MUR...................
MUR...................
MUR...................
Signature
__________________________
Name:
____________________________
Position:
___________________________
Date:
____________________________
(DD/MM/YY)
59
has modified or withdrawn its Bid after the deadline for submission of its bid during
the period of bid validity specified by the Bidder in the Form of Bid; or
(b)
has refused to accept a correction of an error appearing on the face of the Bid; or
(c)
having been notified of the acceptance of its Bid by the Public Body during the
period of bid validity, (i) has failed or refused to sign the contract Form, if required,
or (ii) has failed or refused to furnish the Performance Security, in accordance with
the Instructions to Bidders.
This guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the
contract signed by the Bidder and the Performance Security issued to you upon the instruction of the
Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of
your notification to the Bidder of the name of the successful bidder; or (ii) thirty days after the
expiration of the Bidders Bid.
Consequently, any demand for payment under this guarantee must be received by us at the office on
or before ........................................[Public Body to insert date].................................................
This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.
(Applicable to overseas bidders only).
.......................................................[Banks seal and authorized signature(s) ].....................................................
60
Manufacturers Authorization
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be on the letterhead of the
Manufacturer and should be signed by a person with the proper authority to sign documents
that are binding on the Manufacturer. The Bidder shall include it in its bid, if so indicated in
the BDS.]
Date: [insert date (as day, month and year) of Bid Submission]
Procurement Ref. No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [insert complete name of Purchaser]
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type
of goods manufactured], having factories at [insert full address of Manufacturers factories],
do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is
to provide the following Goods, manufactured by us [insert name and or brief description of
the Goods], and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 28 of the
General Conditions of Contract, with respect to the Goods offered by the above firm.
Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]
Title: [insert title]
61
62
63
Description of Goods
Quantity
[insert
item
No]
Phase 1
Phase 1
sites
Phase 2
Phase 2
sites
Phase 3
Phase 3
sites
[insert
quantity
of item to
be
supplied]
Physical
unit
Final
Destination
(Project
Site) as
specified in
BDS
[insert
physical
unit for
the
quantity]
[insert place
of Delivery]
[insert the
number of days
following the
date of
effectiveness of
the Contract]
Latest Delivery
Date
[insert the
number of days
following the
date of
effectiveness of
the Contract]
Bidders offered
Delivery date [to be
provided by the
bidder]
[insert the number of
days following the
date of effectiveness
of the Contract]
64
2.
[ This table shall be filled in by the Purchaser. The Required Completion Dates should be realistic, and consistent with the required
Goods Delivery Dates (as per Incoterms)]
Service
[insert
Service
No]
1. If applicable
Description of Service
[insert description of Related Services]
Quantity1
Physical Unit
[insert quantity of
items to be
supplied]
[insert physical
unit for the items]
Final
Completion
Date(s) of
Services
[insert
required
Completion
Date(s)]
65
TECHNICAL SPECIFICATIONS
1. GENERAL
The Ministry of Information and Communication Technology is requesting for quotes
for a turnkey solution for the connectivity project in secondary schools . The
bidders are therefore requested to mandatorily quote for all PARTS (i.e. PART A, B,
C and D) of this bidding document as follows:
(i)
(ii)
(iii)
(iv)
Part
Part
Part
Part
IMPORTANT NOTE:
The bidders are requested to mandatorily quote for all sites in
SchoolNet II identified at Annex 1 (Deployment Plan).
However, should the bidder inform that specific sites/regions may
not yet have network coverage/access then bidder upon being
awarded the contract will be given FOUR (4) MONTHS to ensure that
these sites/regions are covered.
1.1 Workplan/Preliminary Project Plan
Bidders will have to submit a detailed work plan describing, among other things:
66
Furthermore, the role and responsibilities of each partners/organisations in the
association during the implementation should be clearly spelt out.
Profile of team
(ii)
1 site (Supported by
corresponding testimonials
from customers as evidence
of satisfactory performance.
In case of non-submission of
testimonials, reference sites
may not be considered)
(iii)
1 site (Supported by
corresponding testimonials
from customers as evidence
of satisfactory performance.
In case of non-submission of
testimonials, reference sites
may not be considered)
1 site (Supported by
corresponding testimonials
from customers as evidence
of satisfactory performance.
In case of non-submission of
testimonials, reference sites
may not be considered)
67
Experience of supplier & support staf. (Suppliers should mandatorily submit all
information on customer reference sites and staf profiles as per Tables for Reference
sites and Profiles of Technical Support Staf. Incomplete or non-submission will entail
rejection of proposal).
Experience of supplier & support staf
Compliance of Details of nonSpecification
compliance if
Ofered
applicable
(iv)
Supplied, installed and
1 site (Supported by
configured at least 15
corresponding testimonials
Wireless Access Points
from customers as evidence
in the last five years.
of satisfactory performance.
In case of non-submission of
testimonials, reference sites
may not be considered)
Support Staf Qualifications & Experience
No. of IT related technical
10 - Out of which at least 5
staff
should be degree holders and
(Same number of IT related the remaining technical staff
staff should be available
be holders of at least a
during implementation
Diploma in an IT related field.
stage)
IT related technical
Each proposed staff should
experience of the above 10 have at least 2 years
staff
experience
Compliance of
Specification
Ofered
Project
Yes, As per Section 1.1
Compliance of
Specification
Ofered
68
yes
yes
yes
yes
69
Bidders should also provide
maintenance services for
the equipment at least on
an intervention basis for
the 6th and 7th year of
operation
Prices for computer equipment
__________________________
Name:
____________________________
Position:
__________________________
Date:
____________________________
(DD/MM/YY)
Carry out appropriate tests regarding line availability and Service feasibility at the
sites prior to submission of their proposals.
Carry out site visits and indicate in their proposal their recommendation on site
preparation.
70
2nd Floor, MITD House, Phoenix
Email: kpurmessur@mail.gov.mu| Phone: (230) 601-5287 | Fax: (230) 6865940
71
including
Private
Grant
Aided
and
PSSA
approved
secondary
schools
in
Mauritius/Rodrigues; Public Libraries and the Mauritius Institute of Education (MIE) to the
Government Online Centre (GOC). (See Figure A-1 Topology of SchoolNet II)
72
The purchaser is therefore inviting quotations for the supply, installation and commissioning
of
cabinets).
SchoolNet II
The proposed solution will have to comply with the requirements as listed below.
b) Bidders should provide necessary equipment needed to connect the sites to the GOC
network through their service.
c) It is the responsibility of the bidder to ensure that all equipment supplied will interface
with existing communications equipment present at the GOC.
d) Point to Multipoint connections should be possible between the different sites listed so
that
(i)
The bandwidth at the central site (GOC) is not unnecessarily saturated; and
(e) It is the responsibility of the bidder to make the entire interconnectivity between the
sites and GOC fully operational. The Central Information Systems Division (CISD) will
be involved in the commissioning of the links.
(f) Bidder should work in collaboration with other service providers to make the
interconnection exercise successful.
73
(g) Bidder should specify the Names of underlying carriers, i.e. owners of the
infrastructure used to deliver the circuit/service.
2.2 Routers
Bidders are expected to quote for two types of routers.
Type I routers deployed in Mauritius will have to support the following configurations
(also refer to Part A section 3.1):
a) Support WAN Bandwidth Requirements of at least 40 Mbps,
b) One Ethernet Port for the Local Area Network (LAN),
c) One Ethernet Port for the Wide Area Network (Either through Fibre or Gigabit
Ethernet); and
Note: One Type I router will also be deployed at Rodrigues Central site.
Type II routers deployed only in Rodrigues will have to support the following
configurations (also refer to Part A section 3.2):
a) Support WAN Bandwidth Requirements of at least 10 Mbps,
b) One Ethernet Port for the Local Area Network (LAN),
c) One Ethernet Port for the Wide Area Network (Either through Fibre or Gigabit
Ethernet); and
d) One port to connect to other WAN technologies (e.g. SHDSL card/port).
74
How the proposed solution will interface with the deployment of Next Generation
Firewall at the GOC.
How the solution will be scalable to support an increase in the number of internet
users.
(ii)
To allow educational content hosted at the level of the GOC be replicated onto
the web server present in each schools/libraries such as to make optimum use
of the link between schools and the GOC.
The proposed solution should allow the synchronisation of pedagogical content from
the central repository located at the GOC to each of the webservers located at each
school.
The synchronisation frequency will be communicated to the successful bidder at the
time of implementation.
75
(i)
(ii)
Furthermore, the bidders are required to propose a workable solution to carry out the above
functions. The bidder shall quote for the necessary hardware, software.
The bidder should use open source software for the entire web/proxy server
solution including the synchronisation tool. It is proposed that operating system
and proxy server be LINUX and SQUID respectively.
Note:
In the event that Moodle educational platform is being used for hosting the
central repository for pedagogical content at the GOC, the bidder should
configure Moodle to replicate/synchronise the contents to each site .
76
The Bidders should propose the most appropriate licensing policy which is most cost
effective to the client.
Bidders should include any cost associated with the licensing policy in the Price
Schedule Forms.
Secondary Schools operate for 5 days a week, 8 hours daily (7 a.m to 3 p.m),
(ii)
b) For Rodrigues, bidders should specify the % uptime for the proposed connectivity for
schools as per para(a)(i).
c) The Service Level Agreement (SLA) should include how penalties/credits are assessed
for failure to meet specified SLA's.
d) Bidder should provide information on their Incident management and escalation
procedures.
e) Bidder should provide appropriate tool/interface for the monitoring (i.e., Bandwidth
usage, link state up/down, etc.) of all of the SchoolNet II links.
2.8 Training
Bidders will have to dispense training so that there is appropriate and adequate
technology transfer that would make end-users and technical staffs fully conversant
with the proposed solution. Training should encompass system administration as well
as use of equipment, operating system, networking solutions.
All training will be held at the clients site.
77
Electrical Installation should not be quoted for.
2.10 Notes
a) The Bidder should undertake to provide each interconnection for over at least 1 year
following the successful commissioning of that interconnection.
b) The Bidder should make recommendation for any other equipment for these sites to
be procured by the Purchaser as part of this project.
Router
Web/Proxy Server
Data Cabinet
3 Technical Compliance
Complete column Compliance of Specification Offered with the specification of the
supplies offered. Also state comply or not comply and give details of any noncompliance to the specification required. Attach detailed technical literature if required.
Authorise the specification offered in the signature block below.
Special Note:
1. References to brand names are intended to be descriptive only and not
restrictive. Except for specific items mentioned in paragraph 3 below, the Bidder
may offer other brand names, provided that it demonstrates, to the Purchasers
satisfaction, that the substitutions ensure substantial equivalence or are superior
to those specified.
2. Any reference to any brand names by the Purchaser shall not constitute the base
case.
3. In the interest of effective integration, cost-effective technical support, and
reduced re-training and staffing costs, Bidders are required to offer the specified
brand names and models for the following limited number of items:
(i) Standard Software;
(ii) Anti Spyware software;
78
157
Specify
To support
100
concurrent
users or
higher
(provide
documentary
evidence)
At least 40
Mbps or
higher
(provide
documentary
evidence)
Min 2
(1 port to
connect to LAN
and 1 port to
connect to
WAN)
Yes
Specify
Specify
Specify
Specify
Specify
Yes
Yes
Yes, specify
version
Specify
Compliance of
Specification
Ofered
Details of
noncompliance if
applicable
79
6
Specify
To support
20
concurrent
users or
higher
(provide
documentary
evidence)
At least 10
Mbps or
higher
(provide
documentary
evidence)
Min 2
Yes, If required
to make the
proposed
solution
workable
Yes
Specify
Specify
Specify
Specify
Specify
Yes
Yes
Yes, specify
version
Specify
Compliance of
Specification
Ofered
Details of
noncompliance if
applicable
80
Compliance of
Specification
Ofered
1. Authentication mechanism to
restrict access only to authorized
personnel
yes
2. Implementation of a complex
SNMP community string for each
network device
yes
3. Implement a preset
maximum invalid logon attempt
yes
4. Availability of automatic
close-down feature of
communication after lapse of
idle time
5. Shutdown the Telnet service
or restrict telnet to only secured
terminals and allow SSH. Use
SSH to manage the Network
Devices (Switch/Router).
6. Customise a banner on every
network device
yes
7. Enable Password
Encryption Service in all the
routers and other relevant
network devices.
8. Install all the latest patches
and update for the network
equipment OS
yes
yes
yes
yes
yes
yes
Details of
noncompliance if
applicable
81
163
Yes and Specify
Yes and Specify
Min 8 cores
Intel Xeon
E5 or
equivalent
Min 4
Minimum 2
Minimum 10 MB
Architecture
Number of Processor
Threads per core
Cache per Processor
Main Memory
Capacities
DIMM Size
Number if DIMMS
Type of Memory
Maximum capacity
Standard Integrated
Interfaces
Network
Network Management
Serial Management
USB ports
PCI Expansion slots
Internal Mass Storage
64 GB
Max
Denominator
Specify
DDR3
Specify
10/100/1000
Base-T Ethernet
ports
One
One
Minimum 4
Minimum 3
HBA
Minimum of 2
Disks each with
300 GB storage
capacity
Specify
Configured with
Mirroring
SAS-2 Disks
Specify
10000
Yes
Specify
Specify
SCSI or SATA
Compliance of
Specification
Ofered
Details of
noncompliance if
applicable
82
Standard Software
Supported
Operating System
Web Server
Synchronisation
Application
Proxy Server
Linux Based,
Specify name
and version
Yes, Specify
Open Source
Software Name
and Version
Yes, Specify
Open Source
Software Name
and Version
Yes, SQUID or
Specify any
Other Open
Source
Software Name
and Version.
The proposed
proxy server
software
should support
Video and
Dynamic
Caching
Power Supplies
Dual redundant, hot swappable
power supplies
Yes
Specify
British BS 1363
Specify
Country of Manufacture
Specify
Screen type
Technology
LED or better
Screen size
ISO 9001:2008 certification
(Non-submission of certificate
may entail elimination of the
proposal)
at least 19"
yes
Keyboard
US Qwerty keyboard
Yes
Mouse
Mouse pad supplied
Yes
83
Compliance of
Specification
Ofered
Details of noncompliance if
applicable
163
specify
Yes
Dimensions
Usable Height
At least 9 U
Usable Width
Specify
Usable Depth
Specify
Front Door
Key Lock Security
Yes
Yes
Yes
Weight Capacity
Specify
Color
Specify
Air Flow
Fan
Top/Side/Bottom Fan
Ventilating Holes
Yes
Specify
Yes
Cage Accessories
Appropriate Nuts and
Screws
Yes
Yes, 1 Set
Compliance of
Details of
84
Specification
Ofered
noncompliance if
applicable
Connection to GOC
Rodrigues Server Room
Internal Wiring
Web/Proxy Server &
Pedagogical Content
Replication
for
At Least 99%
the
Mauritius
%
uptime
for
proposed connectivity
for Rodrigues
, As per Part A
Section 2.7
Yes, As per Part
Training Requirements
A Section 2.8
Yes, As per Part
Electrical Requirements
A Section 2.9
__________________________
Position:
Authorised for and on behalf of: ______________
Name:
____________________________
Date:
____________________________
(DD/MM/YY)
85
86
2.
Wi-FI Access Points at Secondary School
2.1 Overview
the interconnection of the peripherals, networking devices and any other equipment.
b) Any data point (RJ45 information outlets) will be connected to patch panels via cat 6 or
better, 8 core UTP cable
c) Cross patching should ensure that each data point connected to patch panel is linked
through cat 6 or better, 8 core UTP cable to a switch port
d) The information outlets will be floor or wall mounted
e) All cables will be housed in appropriate trunking
f)
g) In the event that the distance between any 2 switches is more than 50 metres and the
switches are located in separate blocks, fibre backbone will be used to link those
switches.
The proposal should include the necessary cables, trunking and accessories together with
their costs (inclusive of labour). Technical details for each of the equipment proposed should
be submitted.
2.3 Switches
The following conditions have to be fulfilled:
a) As the wireless access points will be powered through Ethernet cabling, those
switches will have to support Power-Over-Ethernet (PoE).
b) The switch will have to be configured to connect to the school router.
c) The bidder should ensure that network traffic is properly routed from the access point
clients to the school router. (Refer to Figure B-1)
d) In the event that the access points are located in separate blocks, the bidders will be
required to provide additional switches as per the technical specification.
88
(v)
(vi)
(vii)
(viii)
Bidders should make recommendation for any other additional equipment required for the
deployment of the wireless access points to be procured by the Purchaser as part of this
project.
Furthermore, it is the responsibility of the bidder to make the entire interconnectivity
between the Access Points and routers fully operational.
2.7 Training
Bidders will have to dispense training so that there is appropriate and adequate technology
transfer that would make trainees fully conversant with the WAPs. Training should
encompass system administration as well as use of equipment.
The following information is to be provided:
Wiring Diagrams
Interconnection of Equipment
Labelling of sockets
User Manuals
3) The Service Level Agreement (SLA) should include information on how penalties are
assessed and credits or acceptable alternatives provided for failure to meet the
specified SLA's.
5)
Bidder should work in collaboration with other stakeholders to make the exercise
successful.
90
S
n
Zones
50
357
37
282
33
237
29
206
42
155
1124
Zone 1
1
Rodrigues
Total
Table B-1 Total Number of Schools (State and Grant Aided Secondary) and
Access Points per Zone
S
n
Zones
50
50
37
37
33
33
29
29
155
155
Zone 1
1
Rodrigues
Total
Table B-2 Total Number Schools (State and Grant Aided Schools) and Switches
per Zone
Note: In the event that the access points are located in separated blocks, the
bidders will be required to provide additional switches as per the technical
specification.
92
4 Technical Compliance
Complete column Compliance of Specification Ofered with the specification of
the supplies offered. Also state comply or not comply and give details of any noncompliance to the specification required. Attach detailed technical literature if
required. Authorise the specification offered in the signature block below.
Special Note:
4. References to brand names are intended to be descriptive only and not restrictive.
Except for specific items mentioned in paragraph 3 below, the Bidder may offer other
brand names, provided that it demonstrates, to the Purchasers satisfaction, that the
substitutions ensure substantial equivalence or are superior to those specified.
5. Any reference to any brand names by the Purchaser shall not constitute the base case.
6. In the interest of effective integration, cost-effective technical support, and reduced retraining and staffing costs, Bidders are required to offer the specified brand names and
models for the following limited number of items:
(i)
Standard Software;
(ii)
Anti Spyware software;
Compliance of
Specification
Offered
Details of
noncompliance if
applicable
94
Compliance of
Specification
Offered
Details of noncompliance if
applicable
* In the event that the access points are located in separated blocks, the bidders
will be required to provide additional switches as per the technical specification.
Required
Compliance of
Specifications
Offered
357
282
237
206
42
Specify
Specify
Indoor
Min 1
Min 1
Yes
Min Two
Yes
Min 45
Yes
Yes
Yes
Yes
Yes
Yes
Specify
Yes
Specify
Specify
Yes
Specify
Yes
Yes
British BS 1363
Specify
Green IT
Energy Efficiency Standards
Specify
Environmental Conditions
Operating Temperature
(0 C to 40 C)
Operating Humidity (up to 90%)
Yes
Yes
Details of noncompliance if
applicable
96
Compliance of
Specification
Ofered
B
B
B
B
B
Section 2.11
Details of
noncompliance if
applicable
Technical Specifications
G
G.1
G.2
G.3
G.4
G.5
G.7
Details of
noncomplianc
e if
applicable
Yes
Yes
Yes
Yes
Yes
G.9
Yes
G.1
0
G.1
1
G.1
2
G.1
3
Complianc
e of
Specificati
on ofered
Yes
Details of
noncomplianc
e if
applicable
Yes
G.8
Compliance
of
Specificati
on ofered
Specify
Specify
Specify
Yes
Technical Specifications
98
H.
1
Yes
H.
2
Yes
H.
3
Yes
Yes
Yes
Yes
H.
4
H.
5
H.
6
H.
7
__________________________
Position:
Authorised for and on behalf of:_____________
Name:
____________________________
Date:
____________________________
(DD/MM/YY)
DESCRIPTION
NEXT GENERATION FIREWALL
QTY(UNITS)
2
The two firewalls will be deployed at the Government Online Centre and will be used in
active/active mode.
The equipment will have to be supplied at 5th Floor, Cyber Tower Building, Ebene, Republic of
Mauritius.
Bidders should quote for the delivery, installation, configuration and commissioning of the
equipment.
100
2 Technical Compliance
Complete column Compliance of Specification Ofered with the specification of the
supplies offered. Also state comply or not comply and give details of any noncompliance to the specification required. Attach detailed technical literature if required.
Authorise the specification offered in the signature block below.
Special Note:
3
Complianc
e of
Specificati
on Ofered
Details of
noncompliance
if
applicable
Management
Web-based management
interface
Out-of-Band Management
Interface
High Availability
Active/Active Failover
Active/Standby Failover
Power
Redundant Power Supply
Others
Rack Mountable
Rack Space
Installation and configuration
Yes, Specify
(Provide Details of
Licensing Scheme, if
any)
Yes
Yes
Yes
Yes
Yes
Yes
Specify (e.g 1 U, 2 U,
etc.)
Yes
___________________________
Name:
____________________________
Position:
___________________________
Date:
____________________________
(DD/MM/YY)
_________________________________________________________________
102
Section V
2 Connection to GOC
a) GOC is equipped with routers that can normally cater for incoming connections from
service providers. However, bidders should state the type of port/interface required
at the level of the GOC routers.
b) Bidders should provide necessary equipment needed to connect the sites to the GOC
network through their service.
c) It is the responsibility of the bidder to ensure that all equipment supplied interface
with existing communications equipment present at the GOC.
3 Technical Compliance
Complete column Compliance of Specification Ofered with the specification of the
supplies offered. Also state comply or not comply and give details of any noncompliance to the specification required. Attach detailed technical literature if required.
Authorise the specification offered in the signature block below.
Technical Specifications Required
Signature:
Complianc
e of
Specificati
on Ofered
Details of
noncompliance
if
applicable
___________________________
Position:
Name:
____________________________
Date:
____________________________
(DD/MM/YY)
_________________________________________________________________
PART 3 - Contract
104
105
1.1
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
106
the Supplier.
(l)
2.1
3. Fraud/
Corruption and
Integrity Clause
3.1
(ii)
(iii)
Another party refers to a public official acting in relation to the procurement process or contract execution.
In this context, public official includes Public Bodys staff and employees of other organizations taking or
reviewing procurement decisions.
7
Party refers to a public official; the terms benefit and obligation relate to the procurement process or
contract execution; and the act or omission is intended to influence the procurement process or contract
execution.
107
(v)
obstructive practice is
(aa)
3.3 The Supplier shall take steps to ensure that no person acting for
it or on its behalf will engage in any type of fraud and
corruption during the contract execution.
Transgression of the above is a serious offence and
appropriate actions will be taken against such supplier.
4. Interpretation
4.1
If the context so requires it, singular means plural and vice versa.
4.2
Incoterms
()a
Parties refers to participants in the procurement process (including public officials) attempting to establish
bid prices at artificial, non competitive levels.
9
Party refers to a participant in the procurement process or contract execution.
108
4.3
Entire Agreement
The Contract constitutes the entire agreement between the
Purchaser and the Supplier and supersedes all
communications, negotiations and agreements (whether
written or oral) of the parties with respect thereto made prior
to the date of Contract.
4.4
Amendment
No amendment or other variation of the Contract shall be
valid unless it is in writing, is dated, expressly refers to the
Contract, and is signed by a duly authorized representative of
each party thereto.
4.5
4.6
Non-waiver
()a
()b
Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition, invalidity
or unenforceability shall not affect the validity or
enforceability of any other provisions and conditions of the
Contract.
5. Language
109
5.1
5.2
5.3
6. Joint Venture,
Consortium or
Association
6.1
7. Eligibility
7.1
7.2
8.1
8.2
9.1
8. Notices
9. Governing Law
110
10.1 The Purchaser and the Supplier shall make every effort to
resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.
10.2 If, after twenty-eight (28) 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 its intention to commence arbitration, as
hereinafter provided, as to the matter in dispute, and no
arbitration in respect of this matter may be commenced unless
such notice is given. Any dispute or difference in respect of
which a notice of intention to commence arbitration has been
given in accordance with this Clause shall be finally settled by
arbitration. Arbitration may be commenced prior to or after
delivery of the Goods under the Contract. Arbitration
proceedings shall be conducted in accordance with the rules of
procedure specified in the SCC.
10.3 Notwithstanding any reference to arbitration herein,
(a)
(b)
the Purchaser shall pay the Supplier any money due the
Supplier.
11.1 The Supplier shall permit, and shall cause its Subcontractors and
consultants to permit, the Public Body and/or persons appointed
by the Public Body to inspect the Suppliers offices and all
accounts and records relating to the performance of the Contract
and the submission of the bid, and to have such accounts and
records audited by auditors appointed by the Public Body if
requested by the Public Body. The Suppliers and its
Subcontractors and consultants attention is drawn to Clause 3
[Fraud and Corruption], which provides, inter alia, that acts
intended to materially impede the exercise of the Public Bodys
inspection and audit rights provided for under this Sub-Clause
11.1 constitute a prohibited practice subject to contract
termination.
111
13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and
Completion of the Related Services shall be in accordance with
the Delivery and Completion Schedule specified in the Schedule
of Requirements. The details of shipping and other documents to
be furnished by the Supplier are specified in the SCC.
14. Suppliers
Responsibilities
14.1 The Supplier shall supply all the Goods and Related Services
included in the Scope of Supply in accordance with GCC
Clause 12, and the Delivery and Completion Schedule, as per
GCC Clause 13.
15.1 Prices charged by the Supplier for the Goods supplied and the
Related Services performed under the Contract shall not vary
from the prices quoted by the Supplier in its bid, with the
exception of any price adjustments authorized in the SCC.
16. Terms of
Payment
112
18. Performance
Security
19. Copyright
20. Confidential
Information
20.1 The Purchaser and the Supplier shall keep confidential and
shall not, without the written consent of the other party hereto,
divulge to any third party any documents, data, or other
113
()b
()c
()d
20.4 The above provisions of GCC Clause 20 shall not in any way
modify any undertaking of confidentiality given by either of
the parties hereto prior to the date of the Contract in respect of
the Supply or any part thereof.
20.5 The provisions of GCC Clause 20 shall survive completion or
termination, for whatever reason, of the Contract.
21. Subcontracting
114
()b
()c
24. Insurance
115
26.1 The Supplier shall at its own expense and at no cost to the
Purchaser carry out all such tests and/or inspections of the
Goods and Related Services as are specified in the SCC.
26.2 The inspections and tests may be conducted on the premises of
the Supplier or its Subcontractor, at point of delivery, and/or at
the Goods final destination, or in another place in Mauritius
as specified in the SCC. Subject to GCC Sub-Clause 26.3, if
conducted on the premises of the Supplier or its Subcontractor,
all reasonable facilities and assistance, including access to
drawings and production data, shall be furnished to the
inspectors at no charge to the Purchaser.
26.3 The Purchaser or its designated representative shall be entitled
to attend the tests and/or inspections referred to in GCC SubClause 26.2, provided that the Purchaser bear all of its own
costs and expenses incurred in connection with such
attendance including, but not limited to, all travelling and
board and lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including
the place and time, to the Purchaser. The Supplier shall obtain
from any relevant third party or manufacturer any necessary
permission or consent to enable the Purchaser or its designated
representative to attend the test and/or inspection.
26.5 The Purchaser may require the Supplier to carry out any test
and/or inspection not required by the Contract but deemed
necessary to verify that the characteristics and performance of
the Goods comply with the technical specifications codes and
standards under the Contract, provided that the Suppliers
reasonable costs and expenses incurred in the carrying out of
such test and/or inspection shall be added to the Contract
Price. Further, if such test and/or inspection impedes the
progress of manufacturing and/or the Suppliers performance
of its other obligations under the Contract, due allowance will
be made in respect of the Delivery Dates and Completion
116
27.1 Except as provided under GCC Clause 32, if the Supplier fails
to deliver any or all of the Goods by the date(s) of delivery or
perform the Related Services within the period specified in the
Contract, the Purchaser may without prejudice to all its other
remedies under the Contract, deduct from the Contract Price,
as liquidated damages, a sum equivalent to the percentage
specified in the SCC of the delivered price of the delayed
Goods or unperformed Services for each week or part thereof
of delay until actual delivery or performance, up to a
maximum deduction of the percentage specified in those SCC.
Once the maximum is reached, the Purchaser may terminate
the Contract pursuant to GCC Clause 35.
28. Warranty
28.1 The Supplier warrants that all the Goods are new, unused, and
of the most recent or current models, and that they incorporate
all recent improvements in design and materials, unless
provided otherwise in the Contract.
28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further
warrants that the Goods shall be free from defects arising from
any act or omission of the Supplier or arising from design,
materials, and workmanship, under normal use in the
conditions prevailing in Mauritius.
28.3 Unless otherwise specified in the SCC, the 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
117
()b
Such indemnity shall not cover any use of the Goods or any
part thereof other than for the purpose indicated by or to be
reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part
thereof, or any products produced thereby in association or
combination with any other equipment, plant, or materials not
supplied by the Supplier, pursuant to the Contract.
118
(b)
119
infringement
31. Change in Laws
and Regulations
33.1 The Purchaser may at any time order the Supplier through
notice in accordance GCC Clause 8, to make changes within
the general scope of the Contract in any one or more of the
following:
()a
120
()c
()d
34. Extensions of
Time
35. Termination
121
122
36. Assignment
36.1 Neither the Purchaser nor the Supplier shall assign, in whole
or in part, their obligations under this Contract, except with
prior written consent of the other party.
37. Export
Restriction
123
Delivery and
Documents
SchoolNet II,
Wireless Access Points Connectivity, Next
Generation Firewall and International Internet Connectivity
The Purchaser expects to have the project implemented and
commissioned through a Phased approach (see Annex 1) as from the
date of signature of contract:
The bidder will be required to supply , implement and commission
within the following phases and time frames:
Phase 1 within FOUR(4) MONTHS after award of contract
(i) SchoolNet II and Wireless Access Points Connectivity for 54 sites
(ii) Next Generation Firewalls
(iii) International Internet Connectivity
Phase 2 within EIGHT (8) MONTHS after award of contract
(i) SchoolNet II and Wireless Access Points Connectivity for additional
54 sites
Phase 3 within TWELVE (12) MONTHS after award of contract
(i) SchoolNet II and Wireless Access Points Connectivity for the
remaining 54 sites
124
GCC 8.1
Mauritius
Telephone: + 230 210 3205, +230 210 0783, + 230 210 3554
Facsimile number: + 230 208 1409 +230 212 1673
Electronic mail address: vgondeea@mail.gov.mu
GCC 10.2
If, after twenty-eight (28) 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 its intention to commence arbitration, as
hereinafter provided, as to the matter in dispute, and no arbitration in respect of
this matter may be commenced unless such notice is given. Any dispute or
difference in respect of which a notice of intention to commence arbitration has
been given in accordance with this Clause shall be finally settled by arbitration.
Arbitration may be commenced prior to or after delivery of the Goods under the
Contract. Arbitration proceedings shall be conducted in accordance with the rules
of procedure of the competent Court of Mauritius.
GCC 15.1
The prices charged for the Goods supplied and the related Services
performed shall not be adjustable.
GCC 16.1
(a) Payment for Goods and Services supplied from local suppliers
(goods already imported) on the basis of DDP:
Terms of
Payment For
Equipment
Payment for Goods and Services supplied from local suppliers shall
be made in Mauritian Rupees, as follows:
The structure of payments (on submission of an invoice after the
implementation of each phase) shall be as follows:
-
of contract
value
items
and
125
of contract
value
items
and
of contract
value
items
and
Terms of
Payment For
Rentals
The structure of payments for recurrent costs for SchoolNet II and The
structure of payments for rental costs for SchoolNet II and International
Internet Connectivity will be as follows:
-
Local Suppliers shall be paid in Mauritian Rupees only. The prices shall
not be adjustable to fluctuation in the rate of exchange.
126
GCC 16.5
Interest shall be payable immediately after the due date for payment.
The interest rate shall be the legal rate.
GCC 18.1
GCC 26.1
Bidders will have to deliver, install and commission the complete system.
It is the responsibility of the Bidder to make the entire system fully
operational. The Central Information Systems Division (CISD) will be
involved in the verification of the complete solution.
GCC 26.2
GCC 27.1
Liquidated
Damages
GCC 27.1
GCC 28.3
127
Duration of
contract for
Fibre Optics
Connectivity
including
International
Internet
Connectivity
128
129
1. Contract Agreement
[The successful Bidder shall fill in this form in accordance with the instructions indicated]
THIS CONTRACT AGREEMENT is made
the [ insert: number ] day of [ insert: month ], [ insert: year ].
BETWEEN
(1)
(2)
WHEREAS the Purchaser invited bids for certain Goods and related services, viz., [insert
brief description of Goods and Services] and has accepted a Bid by the Supplier for the
supply of those Goods and Services in the sum of [insert Contract Price in words and
figures, expressed in the Contract currency(ies) ] (hereinafter called the Contract Price).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1.
In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
2.
The following documents shall constitute the Contract between the Purchaser and the
Supplier, and each shall be read and construed as an integral part of the Contract:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
130
3.
This Contract shall prevail over all other Contract documents. In the event of any
discrepancy or inconsistency within the Contract documents, then the documents shall
prevail in the order listed above.
4.
5.
The Purchaser hereby covenants to pay the Supplier in consideration of the provision of
the Goods and Services and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and
in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of Mauritius on the day, month and year indicated above.
For and on behalf of the Purchaser
Signed: [insert signature]
in the capacity of [ insert title or other appropriate designation ]
in the presence of [insert identification of official witness]
For and on behalf of the Supplier
Signed: [insert signature of authorized representative(s) of the Supplier]
in the capacity of [ insert title or other appropriate designation ]
in the presence of [ insert identification of official witness]
131
2. Performance Security
[The bank, as requested by the successful Bidder, shall fill in this form in accordance
with the instructions indicated]
Date: [insert date (as day, month, and year) of Bid Submission]
Procurement Reference No. and title: [insert no. and title of bidding process]
Banks Branch or Office: [insert complete name of Guarantor]
Beneficiary: [insert complete name of Purchaser]
PERFORMANCE GUARANTEE No.:
We have been informed that [insert complete name of Supplier] (hereinafter called "the
Supplier") has entered into Contract No. [insert number] dated [insert day and month],
[insert year] with you, for the supply of [description of Goods and related Services]
(hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a
Performance Guarantee is required.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s)
not exceeding [insert amount(s10) in figures and words] upon receipt by us of your first
demand in writing declaring the Supplier to be in default under the Contract, without
cavil or argument, or your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
This Guarantee shall expire no later than the [insert number] day of [insert month]
[insert year],11 and any demand for payment under it must be received by us at this office
on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication
No. 758.
[signatures of authorized representatives of the bank and the Supplier]
10
11
The Bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC,
either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.
Dates established in accordance with Clause 18.4 of the General Conditions of Contract (GCC),
taking into account any warranty obligations of the Supplier under Clause 16.2 of the GCC intended to be
secured by a partial Performance Guarantee. The Purchaser should note that in the event of an extension
of the time to perform the Contract, the Purchaser would need to request an extension of this Guarantee
from the Bank. Such request must be in writing and must be made prior to the expiration date established
in the Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following text to
the Form, at the end of the penultimate paragraph: We agree to a one-time extension of this Guarantee
for a period not to exceed [six months] [one year], in response to the Purchasers written request for such
extension, such request to be presented to us before the expiry of the Guarantee.
132
13
The bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC,
either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.
Insert the Delivery date stipulated in the Contract Delivery Schedule. The Purchaser should note that
in the event of an extension of the time to perform the Contract, the Purchaser would need to request an
extension of this Guarantee from the bank. Such request must be in writing and must be made prior to the
expiration date established in the Guarantee. In preparing this Guarantee, the Purchaser might consider
adding the following text to the Form, at the end of the penultimate paragraph: We agree to a one-time
extension of this Guarantee for a period not to exceed [six months][one year], in response to the
Purchasers written request for such extension, such request to be presented to us before the expiry of the
Guarantee.
134
Zone
1
Address
No. F IV
Streams
-2014
No. F V
Streams
-2014
No. of
Prevocs
Stream
No. Of
Switches
No. Of
Wireless
Access
Points
Data
points
Minimum
**Guaranteed**
Bandwidth /
Mbps
1) Adolphe de Plevitz
SSS(Boys)
10
16 Poudrire Street,
Port-Louis
10
3) Bhujoharry College
(B)
1, La Tour Koenig
Pointe aux Sables
10
Avenue des
Pommiers,
Domaine du Moulin,
Goodlands
10
5) Cosmopolitan
College (B)
Cur Road,
Plaine des Papayes
10
6) Friendship College
(B)
10
10
10
School
7) Friendship College
(G)
8) Goodlands SSS
(Boys)
D. Venkatasawmy
Street,
Goodlands
Royal Road,
Goodlands
135
9) Islamic Cultural
College - F VI (B &
G)
10) Labourdonnais
College (B)
11) Madad Ul Islam
College (G)
Sophia Road,
Valle des Prtres
42, Labourdonnais
Street,
Port-Louis
70 Sir Edgar Laurent
Street,
Port-Louis
10
10
10
Royal Road,
Pamplemousses
10
5 Dauphine Street,
Port-Louis
10
Beau Plan,
Pamplemousses
10
Chateau D'Eau,
Tranquebar, Port
Louis
10
10
10
10
136
8 Cossigny Street,
Beau-Bassin
10
10
11
11
10
Dr Roux Street,
Rose-Hill
10
22 Meldrum Street,
Beau-Bassin
10
10
14-16 Inkerman
Street,
Rose-Hill
10
10
Pellegrin Sebastopol
10
Opp.District Council,
Quartier Militaire
10
137
F. Mitterrand Street,
Central Flacq
10
Ambrose Street,
Rose-Hill
10
29 Blondeau Street,
Rose-Hill
10
4 Thodore Sauzier
Street, Curepipe Road
10
10
10
L'Escalier Road,
Plaine Magnien
10
16 Boulevard Victoria,
Forest Side
10
10
10
Jerningham Street,
Curepipe Road
138
Abb de la Caille
Street,
Curepipe Road
10
Higginson Street,
Curepipe
10
10
10
10
Ebne, Rduit
10
10
10
10
10
50 Royal Road,
Belle-Rose
139
32 Avenue de la
Visitation,
Vacoas
Boundary Road,
Quatre Bornes
Reduit
10
10
10
10
10
10
3 x 60
Phase 2
140
Zone
School
Address
No. F IV
Streams
-2014
No. F V
Streams
-2014
No. of
Prevocs
Stream
No. Of
Switches
No. Of
Wireless
Access
Points
Data points
Le Cornu Street,
Sainte Croix
10
2) Dayanand Anglo
Vedic College
(B & G)
1 Maharishi Dayanand
Street,
Port-Louis
10
3) Droopnath Ramphul
State College (Girls)
Souvenir, Calebasses
10
10
Boulevard Pitot,
Monneron Hill, P
Louis
10
10
10
7) London College (B
& G)
30 R. Seeneevassen
Street,
Port-Louis
141
11 Eugene Laurent
Street,
Port-Louis
10
9) MEDCO Trinity
Secondary School
(B)
Indian Street,
Port-Louis
10
Avenue Perruche, 3
Morcellement Raffray,
Les Guibies, Pailles
10
10
45 Al Madina Mosque
Street,
Port-Louis
10
10
14) Simadree
Virahsawmy SSS
(ex. Riviere du
Rempart SSS)
(Girls)
10
10
S S R Road,
Rivire du Rempart
10
10
142
Hospital Road
Central Flacq
10
10
10
Royal Road,
Saint Pierre
10
Moka
10
Moka
10
Royal Road,
Central Flacq
10
LAgrment,
Saint Pierre
10
Royal Road,
Bel Air Rivire Sche
10
Eastern College
Street,
Central Flacq
10
143
Royal Road,
Montagne Blanche
Sivananda Street,
Mahebourg
10
10
10
10
50 Farquhar Street,
Curepipe Road
10
Royal Road,
Bambous Virieux
10
Commerford Street,
Curepipe
10
10
Royal Road,
Curepipe Road
10
37) Mootoocoomaren
Sangeelee SSS
(Boys)
10
144
38) Sookdeo
Bissoondoyal State
College (Boys)
10
Commerford Street,
Curepipe
10
10
Avenue Nairac,
Bambous
10
10
Royal Road,
Phoenix
10
Bernardin de St Pierre
Avenue, Quatre
Bornes
10
10
Royal Road,
Petite Rivire
10
Geoffroy Road,
Bambous
10
145
Hollyrood, Vacoas
10
Grande Montagne,
Rodrigues
10
Le Chou R 4118
Rodrigues
10
10
10
10
10
Mont Lubin ,
Rodrigues
Franois Leguat
Street,
Port Mathurin R 5126,
Rodrigues
Terre Rouge
Rodrigues
Citronelle, Rodrigues
10
Phase 3
146
Zone
1
School
Address
No. F IV
Streams
-2014
N1o. F V
Streams
-2014
No. of
Prevocs
Stream
No. Of
Switches
No. Of
Wireless
Access
Points
10
Data points
1) Bell Village
SSS(Boys)
Sir S. Ramgoolam
Street,
Rivire du Rempart
10
3) Cosmopolitan
College (G)
Royal Road,
Plaine des Papayes
10
4) Dayanand Anglo
Vedic College
(B & G)
Royal Road,
Morcellement St
Andr
60, Sir Edgar Laurent
Street,
Port Louis
10
10
11
11
10
14 J. Nehru Street,
Port-Louis
10
10
10
5) Islamic Cultural
College (B)
6) Lady Sushil
Ramgoolam SSS
(Girls)
7) MEDCO Alex
Bhujoharry
Secondary School
(G)
8) MEDCO-Cassis
Secondary School
(G)
9) Piton State College
(Boys)
La Paix, Piton
147
10) R. Seeneevassen
SSS (Girls)
10
Ilot, D'Epinay
10
12) S. Munrakhun
College (B & G)
Ruisseau Rose,
Long Mountain
10
Royal Road,
Goodlands
10
10
La Poudriere Street,
Port Louis
10
16) St Bartholomew's
College (B & G)
23, Dr A. Rouget
Street,
Port-Louis
10
11
11
10
18) Collge de la
Confiance (B)
Dr Reid Street,
Beau-Bassin
10
Vuillemin, Beau
Bassin
10
10
10
148
Overseas Road,
Lallmatie
10
Belvdre Road,
Brise Verdire
10
10
10
10
10
10
10
10
10
10
10
39 Loville LHomme
Street,
Rose-Hill
Eastern College
Street,
Central Flacq
Railway Road,
Quartier Militaire
Vandermeersch, Rose
Hill
35 Ambrose Street,
Rose-Hill
149
Hollandais Street,
Mahebourg
10
10
Royal Road,
Curepipe Road
10
22 Rivalland Lane,
Curepipe
10
10
10
Dr Sauzier Street,
Souillac
10
10
Royal Road,
Rose-Belle
10
Shivala Lane,
Rose-Belle
10
150
Libraries
Palmerston Street,
Phoenix
10
10
La Mivoie,
Rivire Noire
10
St Paul, Vacoas
10
10
10
10
10
Ave. Victoria, Q.
Bornes
10
Sodnac, Phoenix
10
Hollyrood No. 1,
Vacoas
10
Maurice Road,
Mahebourg
10
151
School Lane,
Goodlands (behind S.
Jugdambi SSS)
10
10
10
10
10
Barracks Road,
Rivire des Anguilles
Royal Road, Rose
Belle (Education
Centre Zone 3
compound)
Temporarily at H.
Buswell Government
School, Farquhar
Street, Rose Hill
152
The Tables for Reference sites & Profiles of Technical Support Staf should be completed. Nonsubmission or incomplete table may entail elimination.
Reference sites
(i)
Customer Reference sites for supply, installation and configuration a broadband link of at least
10 Mbps in the last five years.
CustomerConta
ct person,
telephone
Project Description
Broadband
Link Details
Date of
implementati
on
Month
(ii)
Testimoni
al
Submitte
d
(Yes/No)
Year
Customer Reference sites for supply, installation and configuration of a server with 15
workstations within a LAN in the last five years.
CustomerConta
ct person,
telephone
Project Description
No. of
workstation/
No. of
Server
Date of
implementati
on
Month
Year
Testimoni
al
Submitte
d
(Yes/No)
153
(iii)
Customer Reference sites for supply, installation and configuration of a router within a WAN
environment in the last five years
CustomerConta
ct person,
telephone
Project Description
No.of Router
Date of
implementati
on
Month
(iv)
Testimoni
al
Submitte
d
(Yes/No)
Year
Customer Reference sites for supply, installation and configuration of at least 15 Wireless Access
Points in the last five years.
CustomerConta
ct person,
telephone
Project Description
No.of
Wireless
Access
Points
Date of
implementati
on
Month
Year
Testimoni
al
Submitte
d
(Yes/No)
154
155
155
(v)
Person
Name
Designati
on
Qualifications
Date Instituti
on
Qualifications
Experience
Compan
y
Duratio
n
Nature of
work
Date of
appointment
Month
Year