Request for Quotation Groote Shuur Hospital Spec - OPP22497

advertisement
ANNEXURE 1
TECHNICAL AND PRICING REQUIREMENTS
RFQ NUMBER:
WC 0516-783-2013
Closing date
24 January 2014
RFQ DESCRIPTION:
Wireless LAN Infrastructure for Groote Schuur Hospital
Western Cape Government: Department of Health.
eSCPE-00002 rev 1.0
CONFIDENTIAL
Page 1 of 11
eSCPE-00002 rev 1.0
CONFIDENTIAL
Page 2 of 11
ANNEXURE 1A: BID BACKGROUND
1.
Introduction/Background
The Department of Health at Western Cape Government (WCG) is implementing a Digital Image
Management System, PACS/RIS, at major hospitals in the Western Cape. The system is already
operational at Tygerberg Hospital, with plans to roll-out to Groote Schuur Hospital in the near future.
This Business Case addresses the requirement for Wireless LAN infrastructure in designated areas of
Groote Schuur Hospital as part of the PACS/RIS implementation.
2.
Business Objectives
The PACS/RIS System is required to support wireless access for Healthcare Consultants and staff
using Laptops or Customised Units (“computers on wheels”). These users may be in patient wards or
laboratories and will require secure LAN access to the PACS/RIS servers, and patient information on
other hospital systems on the PGWC Network.
In order to address the above connectivity requirements, the PAC/RIS Project has identified specific
areas in the hospital for deployment of wireless infrastructure.
3.
Scope
The WCG Network is configured as a dedicated VPN and hence deployment of wireless equipment will
not impact network security within the broader Government Network. Wireless Infrastructure
envisaged will eventually cover seven (7) areas/blocks at Groote Schuur Hospital, but due to budget
constraints only Phase I will be addressed in the current financial year.
Area/Floor
Block H (North)
Phase I
Block H (South)
C- Floor
Phase II
D- Floor
F- Floor
Phase III
G- Floor
Maternity Ward
3.1
Equipment Details

Wireless Access Points with Mounting kits, to provide network access for roaming
workstations/devices.

Power Injectors for each Access Point.

Wireless Controllers

Network Identity Server
eSCPE-00002 rev 1.0
CONFIDENTIAL
Page 3 of 11
4.

LAN Switches

License fees

Warranties

Technical Handover (ie. on-the-job training for WCG Technicians)
Evaluation criteria and methodology
The evaluation of the bid shall be based on the 90/10 reference points system as per PPPFA.
The breakdown of points is as follows:
Price points
90
B-BBEE status level contribution
10
Total
100 points
Stage 1:
Screening of mandatory documents
Stage 2:
Technical Mandatory requirements
Stage 3:
Technical Non-Mandatory requirements (Not Applicable)
Stage 4:
Price and B-BBEE Evaluation
NB: THE BIDDER MUST COMPLY WITH ALL THE REQUIREMENT OF A SPECIFIC STAGE TO
PROCEED TO THE NEXT STAGE OF EVALUATION.
eSCPE-00002 rev 1.0
CONFIDENTIAL
Page 4 of 11
ANNEXURE 1B: TECHNICAL SPECIFICATION
1
INSTRUCTIONS TO BIDDERS
1.1
Bidders are required to EXPLICITLY MARK EITHER “COMPLY”, “OR “DO NOT
COMPLY” on each and every mandatory requirement. Failure to do so will be taken as a “DO
NOT COMPLY”.
1.2
Bidders must SUBSTANTIATE/MOTIVATE where required. Failure to do so will be
taken as a “DO NOT COMPLY”.
1.3
Bidders may where necessary, REFER TO ADDITIONAL REFERENCE MATERIAL
SUBMITTED BY DOCUMENT NAME/NUMBER, PAGE NUMBER AND PARAGRAPH. Where
a reference in substantiation is made to another page (“off-page”) in the bidder’s submission,
such referenced page shall be clearly identified by a unique reference number and such
reference number shall be provided in the question’s substantiation. During evaluation, SITA
reserves the right to treat a question for which an “off-page” referenced substantiation page
cannot be located based on such a unique reference number as a “DO NOT COMPLY”.
2
MANDATORY REQUIREMENTS
2.1
The existing LAN & WAN Network Infrastructure installed at Groote Schuur
Comply
Not Comply
Comply
Not Comply
Comply
Not
Comply
Comply
Not Comply
Hospital is based on CISCO technology, and WCG have adopted this
technology as the standard for all network infrastructure equipment.
2.2
Vendors must be CISCO certified Partners and System Engineers assigned to
this project must have the relevant certifications.
Substantiate by providing copies and details of certification
2.3
All WIFI equipment supplied must be “Type Approved” by ICASA
Substantiate by providing details of ICASA approval
2.4
The equipment supplied must conform to the WiFi
(802.11a/b/g/n)
standard.
Substantiate by providing Technical specification
eSCPE-00002 rev 1.0
CONFIDENTIAL
Page 5 of 11
2.5
The Solution Design and Configuration must implement security & protection
Comply
Don’t
Comply
Comply
Don’t
Comply
Comply
Don’t
Comply
standards which prevent unauthorised access and monitoring of the
proposed WIFI LAN
2.6
The security standards implemented with the proposed solution must be
Wi-Fi Protected Access II (WPA2) certified and utilise Advanced Encryption
Standards (AES).
Substantiate by providing details of Security Standards supported
2.7
The solution must include WPA2 Enterprise (EAP) to streamline Key
Management.
2.8
Description
Wireless Access Points
Qty
Comply
Don’t
Comply
6
802.11n CAP w/CleanAir; 3x4:3SS; Mod; Int Ant; E Reg Domain
Warranty: SMARTNET 8X5XNBD 802.11n CAP w/CleanA (12
months)
6
Wireless Access Points
6
802.11n CAP w/CleanAir; 4x4:3SS; Mod; Int Ant; E Reg Domain
Warranty : SMARTNET 8X5XNBD 802.11n CAP w/CleanA (12
months)
6
Cisco 5508 Series Wireless Controller for up to 250 APs
1
Warranty: SMARTNET 8X5XNBD Cisco 5508 Series (12 Months)
Wireless Services Module:WiSM-2: w/ 300 AP Support License
1
1
Warranty: SMARTNET 8X5XNBD Wireless Services
Module:WiSM-2: w/ 300 (12 months)
1
Small Secure Network Server for ISE NAC & ACS Applications
2
Warranty: SMARTNET 24X7X4 Small Secure Network (12
months)
2
Cisco ISE Software version 1.2 for the SNS-3415-K9
2
Cisco 48-port PoE Switches with Gbic modules
6
Cisco License fees
eSCPE-00002 rev 1.0
CONFIDENTIAL
Page 6 of 11
Design, Configuration & Installation
Project Management and Documentation
Technical Handover
eSCPE-00002 rev 1.0
CONFIDENTIAL
Page 7 of 11
ANNEXURE 1C: PRICING SCHEDULE
1.
General Criteria
1.1
SITA reserves the right to award the required services to multiple service providers.
1.2
NOTE All prices must be VAT inclusive and must be quoted in South African Rand (ZAR).
1.3
All the consortium or joint venture partners must submit a complete set of the latest audited
financial statements.
1.4
Scope of Pricing: All prices quoted are the total price for the entire Scope of Required Services
and Deliverables to be provided by Bidder.
1.5
The bidders are required to use the exchange rate provided below to enable SITA to compare
the prices provided by the bidders using the same exchange rate:
R 10.3329 = 1 US dollar
R 14.2264
= 1 Euro
R 16.8293 = 1 Pound
2.
The cost of delivery, labour etc. must be included in this proposal.
Accept
Not Accept
Accept
Not Accept
3.
All additional costs must be clearly specified.
eSCPE-00002 rev 1.0
CONFIDENTIAL
Page 8 of 11
SBD 3.1
PRICING SCHEDULE – FIRM PRICES
(PURCHASES)
NOTE:
ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING
PRICES SUBJECT TO RATE OF EXCHANGE VARIATIONS) WILL NOT BE
CONSIDERED
IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A
SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY
POINT
Name of bidder ............................................
Bid number RFQ WC 0516-783-2013
Closing Time 11:00 am
Closing date: 24 January 2013
OFFER TO BE VALID FOR 120 DAYS FROM THE CLOSING DATE OF BID.
_________________________________________________________________________
Required
-
by:
…………………………………………..
-
At:
…………………………………………..
………………………………………
-
Brand and model
....................................................
-
Country of origin
..................……………….................
-
Does the offer comply with the specification(s)?
-
*YES/NO
If not to specification, indicate
deviation(s)
...................................................
-
Period required for delivery
....……………………….....................
-
Delivery:
Firm / Not firm
-
Delivery basis
....................................................
Note: All delivery costs must be included in the bid price, for delivery at the prescribed
destination.
** “all applicable taxes” includes
eSCPE-00002 rev 1.0
value- added tax, pay as you earn, income tax,
CONFIDENTIAL
Page 9 of 11
unemployment insurance fund contributions and skills development levies.
*Delete if not applicable
eSCPE-00002 Rev 1.0
CONFIDENTIAL
Page 10 of 11
TABLE: COSTING MODEL
PROVIDE YOUR PRICE BREAKDOWN IN SOUTH AFRICAN RAND VALUE AS PER THE TABLE
BELOW:
NOTE: The pricing must be submitted in a separate envelope.
Description
Qty
Unit
Price
Price
(Vat
Excl.)
6
AIR-CAP2602I-E-K9
Wireless Access Points: 802.11n CAP w/CleanAir; 3x4:3SS; Mod; Int Ant;
E Reg Domain
6
CON-SNT-C262IE
Warranty: SMARTNET 8X5XNBD 802.11n CAP w/CleanA (12 months)
6
AIR-CAP3602I-E-K9
Wireless Access Points: 802.11n CAP w/CleanAir; 4x4:3SS; Mod; Int Ant;
E Reg Domain
6
CON-SNT-C362IE
Warranty : SMARTNET 8X5XNBD 802.11n CAP w/CleanA (12 months)
1
AIR-CT5508-250-K9
Cisco 5508 Series Wireless Controller for up to 250 APs
1
CON-SNT-CT08250
Warranty: SMARTNET 8X5XNBD Cisco 5508 Series (12 Months)
1
WS-SVC-WISM2-3-K9=
Wireless Services Module:WiSM-2: w/ 300 AP Support License
1
CON-SNT-WSM2300
Warranty: SMARTNET 8X5XNBD Wireless Services Module:WiSM-2: w/
300 (12 months)
2
SNS-3415-K9
Small Secure Network Server for ISE NAC & ACS Applications
2
CON-SNTP-SNS3415
Warranty: SMARTNET 24X7X4 Small Secure Network (12 months)
2
SW-3415-ISE-K9
Cisco ISE Software version 1.2 for the SNS-3415-K9
Cisco 48-port PoE Switches with Gbic modules
6
Cisco License fees
Design, Configuration & Installation
Project Management and Documentation
Technical Handover
Subtotal
VAT 14%
Total VAT Incl.
eSCPE-00002 rev 1.0
CONFIDENTIAL
Page 11 of 11
Download