The United Nations Development Programme Request for ...

57
1 The United Nations Development Programme Request for Proposals (RFP) For VSAT Services RFP/UNDP/OIST-LTA/002/2011 United Nations Development Programme Bureau of Management/Procurement Support Office 1 UN Plaza New York, NY 10017

Transcript of The United Nations Development Programme Request for ...

1

The United Nations Development Programme

Request for Proposals (RFP)

For VSAT Services

RFP/UNDP/OIST-LTA/002/2011

United Nations Development Programme

Bureau of Management/Procurement Support Office

1 UN Plaza

New York, NY 10017

2

Date: 2 March 2011

Dear Sir/Madam,

1. The United Nations Development Programme (UNDP) hereby solicits your proposal for provision VSAT services as

per the enclosed Terms of Reference in provision 3.

2. The purpose of this Request for Proposal is to conclude Long Term Agreements (LTAs) for the period of three

years for VSAT services with qualified vendors with possibility to extend for another two years. The successful

vendor shall be contracted for an initial period of one year, with the contract renewable up to three years subject

to satisfactory performance. The bidders are encouraged to bid for all locations they have reliable and

appropriate capacity to provide required level of VSAT services. To assure coverage of all locations with required

VSAT services UNDP may contract several vendors. For specific locations UNDP may use secondary informal

bidding among LTA vendors by soliciting quotations.

3. Bidder’s Conference

Bidder’s conference will be held on:

• Day/date: 15 March 2011

• Time: 10.00 Hours

• Place: (Midtermolen 3, Copenhagen 2100, Denmark)

UNDP strongly encourages Bidders to come to the Bid Conference to obtain equal information and clarify

questions. Non-attendance, however, will NOT disqualify a bidder and the bidder is eligible to submit a bid.

Minutes of the bidder’s conference will be posted at UNDP website http://www.undp.org/procurement/

4. If you request additional information, please send it to e-mails below in writing:

E-Mail: [email protected] and cc to [email protected] (please indicate the reference number to RFP

in the subject)

If you request additional information, we would endeavour to provide information expeditiously, but any delay in

providing such information will not be considered a reason for extending the submission date of your proposal

5. Submission of Offers

Your offer comprising a technical proposal and financial proposal, in separate sealed envelopes, should reach the

address below via courier/hand delivery on or before 5p.m. US Eastern Time, on 15 April, 2011. Please mark

each envelope with the RFP number and project name, and send it to:

Address: UNDP, One UN Plaza 17th

Floor

New York 10017, USA

Attention: Procurement Support Office

• marked with –

”RFP/UNDP/OIST-LTA/002/2011 - VSAT Services”

LATE PROPOSALS WILL BE REJECTED.

6. Please note that at any time prior to the deadline for submission of Proposals, UNDP may, for any reason,

whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the

Solicitation Documents by amendment, including through provision of supplementary information.

3

Prospective bidders are therefore advised to regularly check the UNDP website

http://www.undp.org/procurement/for amendments.

7. You are requested to acknowledge receipt of this letter and to indicate whether or not you intend to submit a

proposal by sending an e-mail to [email protected] and cc to [email protected] by no later than

10 March 2011.

Yours sincerely,

Bakhtiyor Khamraev United Nations Development Programme

Procurement Support Office Central Procurement Unit New York

4

TABLE OF CONTENTS 1 Introduction ........................................................................................................................................... 7

1.1 Structure of the RFP ........................................................................................................................... 7 1.2 Context of the RFP ............................................................................................................................. 7 1.3 MEMO TO BIDDERS (EXAMPLES OF BID REJECTION) .............................................................................. 9

2 Overview of UNDP ..................................................................................................................................10 2.1 OCHA ............................................................................................................................................10

3 Terms of Reference ................................................................................................................................11 3.1 Description of Services Sought ............................................................................................................11

3.1.1 End-to-end service....................................................................................................................11 3.1.2 Demarcation points ..................................................................................................................11 3.1.3 Telephony services ...................................................................................................................11 3.1.4 Data services ...........................................................................................................................11 3.1.5 Financial structure OTC & MRC, Lease-to-Own .............................................................................11 3.1.6 SLAs & Penalties .......................................................................................................................11 3.1.7 Monitoring & reporting .............................................................................................................12 3.1.8 Migration of outstations ............................................................................................................12 3.1.9 Terrestrial connectivity..............................................................................................................12 3.1.10 Internet connectivity.................................................................................................................12 3.1.11 Term of agreement & termination ..............................................................................................12 3.1.12 Shared outstations ...................................................................................................................12 3.1.13 Power protection, grounding & UPS ............................................................................................12

3.2 UNDP Responsibilities .......................................................................................................................12 3.3 Bidder Responsibilities ......................................................................................................................13

4 Proposal Content ...................................................................................................................................14 4.1 General information ..........................................................................................................................14

4.1.1 Other Bidder response instructions with regards to the technical component ..................................14 4.1.2 Experience...............................................................................................................................15 4.1.3 References ..............................................................................................................................15 4.1.4 Differentiators .........................................................................................................................15

4.2 Satellite Bandwidth ...........................................................................................................................15 4.2.1 Effect of dish size and satellite technology on bandwidth pricing ....................................................15 4.2.2 Efficient cost-effective use of bandwidth .....................................................................................16 4.2.3 Up down scalability...................................................................................................................16 4.2.4 Availability – geographical coverage & activation time ..................................................................16 4.2.5 Short-term bandwidth offerings .................................................................................................16

4.3 Equipment .......................................................................................................................................16 4.3.1 Standardized, scalable equipment ..............................................................................................16 4.3.2 Point to Point (SCPC) .................................................................................................................17 4.3.3 Broadcast/Multicast Based Outstation DVB-S2/ACM .....................................................................17 4.3.4 Low-end outstations DVB-S2/ACM with Contention ......................................................................17 4.3.5 Satellite Phone Based Broadband Internet access .........................................................................17 4.3.6 Out-of-band remote access........................................................................................................17 4.3.7 Industry-accepted, de facto standards - not proprietary ................................................................17 4.3.8 Propose technology for most efficient use of bandwidth ...............................................................17 4.3.9 Hub equipment, redundancy, power backup and autonomy ..........................................................17 4.3.10 Ownership of equipment ...........................................................................................................18 4.3.11 Warranty .................................................................................................................................18 4.3.12 Quick Deployment Kit .............................................................................................................18

4.4 Services to Be Supported ...................................................................................................................19 4.4.1 Public IP addresses ...................................................................................................................19 4.4.2 Internet access & firewalling ......................................................................................................19 4.4.3 QoS (Quality of Service) scheme .................................................................................................19 4.4.4 Terrestrial backhaul ..................................................................................................................19 4.4.5 Hosting ...................................................................................................................................20 4.4.6 Hub telephony infrastructure .....................................................................................................20

5

4.4.7 On-net telephony .....................................................................................................................20 4.4.8 Off-net telephony .....................................................................................................................20 4.4.9 Dial in services .........................................................................................................................20 4.4.10 Off-net Billing...........................................................................................................................20

4.5 Service Management.........................................................................................................................20 4.5.1 Service Level Agreements & associated penalties .........................................................................20 4.5.2 Availability ...............................................................................................................................21 4.5.3 Monitoring reporting & reviewing ..............................................................................................22 4.5.4 Site Installation & migration .......................................................................................................22 4.5.5 Repair and maintenance ............................................................................................................22 4.5.6 Training/Certification of UNDP personnel ....................................................................................23 4.5.7 Spares .....................................................................................................................................23 4.5.8 Service Desk & fault management ..............................................................................................23 4.5.9 Escalation procedures ...............................................................................................................23

4.6 Change management ........................................................................................................................23 4.6.1 Review periods ........................................................................................................................24 4.6.2 Moves/Additions/Changes & Deletions (MACDs) ..........................................................................24 4.6.3 Migration planning for existing outstations ..................................................................................24 4.6.4 Acceptance procedures .............................................................................................................24 4.6.5 Pre implementation testing .......................................................................................................24 4.6.6 Decommissioning .....................................................................................................................24 4.6.7 Migration planning on termination of LTAs ..................................................................................25

4.7 Capacity management .......................................................................................................................25 4.7.1 Satellite bandwidth ...................................................................................................................25 4.7.2 Internet total capacity & upgrade policy ......................................................................................25 4.7.3 Leased lines upgrade path, redundancy options etc ......................................................................25 4.7.4 Hub infrastructure capacity & upgrade policy ...............................................................................25

4.8 Pricing Component ...........................................................................................................................25 4.8.1 Guiding Principles .....................................................................................................................26 4.8.2 One-time cost of migrating a VSAT outstation into the system ........................................................26 4.8.3 One-time Cost of adding a new VSAT Outstation to the system ......................................................26 4.8.4 Monthly recurring costs ............................................................................................................26 4.8.5 Bandwidth costs .......................................................................................................................27 4.8.6 MACD (Moves/Additions/Changes & Deletions) costs ...................................................................27 4.8.7 Hosting costs ...........................................................................................................................27 4.8.8 Internet access bandwidth .........................................................................................................27 4.8.9 Terrestrial backhaul ..................................................................................................................27 4.8.10 Telephony service pricing ..........................................................................................................27 4.8.11 Lease to own ...........................................................................................................................27 4.8.12 Other Bidder response instructions with regards to Price: ..............................................................27

5 Compliance Tables ..............................................................................................................................29 5.1 Technical compliance table ...................................................................................................... 29-32

6 Annexes ................................................................................................................................................33 6.1 Class of Service based QoS (Quality of Service) management ..................................................................33 6.2 Terrestrial connectivity end points ......................................................................................................33 6.3 Top 30 telephony destinations............................................................................................................33 6.4 Bidding Information ..........................................................................................................................34 6.5 Cost of proposal ...............................................................................................................................34

No obligation to contract .........................................................................................................................34 6.6 Solicitation Documents ......................................................................................................................34

Contents of Sollicitation Documents .........................................................................................................34 Clarification of Solicitation Documents ......................................................................................................34 Amendments of Solicitation Documents ....................................................................................................34

6.7 Preparation of Proposals....................................................................................................................34 Language of the proposal ........................................................................................................................34 Documents comprising the Proposal .........................................................................................................34

6.8 Export License ..................................................................................................................................35

6

6.9 Technical Proposal form ....................................................................................................................35 Proposal currency...................................................................................................................................36 Period of validity of proposals ..................................................................................................................36 Format and signing of proposals ...............................................................................................................36

6.10 Submission of Proposals ....................................................................................................................37 Sealing and marking of proposals .............................................................................................................37 Deadline for submission of proposals ........................................................................................................37 Late Proposals .......................................................................................................................................37 Modification and withdrawal of Proposals .................................................................................................37

6.11 Opening and Evaluation of Proposals ...................................................................................................38 Opening of proposals ..............................................................................................................................38 Clarification of proposals .........................................................................................................................38 Preliminary examination .........................................................................................................................38

6.12 Evaluation Criteria ............................................................................................................................38 AWARD OF CONTRACT ...................................................................................................................................40

UNDP right to vary requirements at time of award .....................................................................................41 Signing of the contract ............................................................................................................................41

6.13 The General Conditions of Contract .....................................................................................................42 Proposal Submission Form ..........................................................................................................................46

7 Proposal Submission Format ...............................................................................................................47 7.1 Technical compliance table .......................................................................................................... 47-52 7.2 Price Schedule ..................................................................................................................................52

a. One-Time Costs ............................................................................................................................52 b. Recurring Costs ............................................................................................................................52 c. Usage Charges..............................................................................................................................52 d. Other Services ..............................................................................................................................52 7.2.1 Financial compliance table .....................................................................................................53

7.3 RFP TimeTable……………………………………………………………………………………………..57

7

1 Introduction This document provides the procedural, legal, and technical information required for qualified parties to submit

proposals to provide VSAT services for United Nations Development Programme (UNDP), as described in the cover

letter to this RFP.

1.1 Structure of the RFP This document is structured as follows:

Chapter 1 Introduction provides general information and the overall context of this RFP.

Chapter 2 Overview of UNDP provides background information.

Chapter 3 Terms of Reference provides the guiding principles that direct the detailed requirements laid out in this

RFP. It also presents an overview of the scope of the goods and services required and details the responsibilities of the

parties involved

Chapter 4 Proposal Content provides the detailed requirements and provides the framework for the Bidders to

formulate their proposals. It is essential that this framework is used by all Bidders to facilitate a correct comparison of

offers.

Chapter 5 Compliance Tables provides the structure of the response and summarizes all the compliance requirement

points. Please note that for many points there are two compliance requirements, since, in addition to indicating

compliance, a description of how this compliance will be achieved in terms of technology or infrastructure is required.

Respondent proposals that fail to comply with any of the specified mandatory requirements in provision 5.1 Technical

Compliance Table will not be considered further.

Chapter 6 Annexes provides important information that Bidders must understand when formulating their proposals.

Bidding Information, contains the Bidder’s response instructions that must be adhered to.

Please note that technical and financial information is to be submitted in two separate envelopes. Section 6.13 ,

Conditions of Long Term Agreement (LTA), provides the UNDP legal requirements that Bidders must meet. Please read

these carefully at the outset and ensure that your company is able to provide its services within this legal framework,

especially if your company has not previously done business with the UNDP. UNDP General Conditions of LTA specified

in Section 6.13 are not open to negotiation. Section 6.7, Proposal Submission Form, should be duly executed and

submitted by the Bidder with the proposal.

1.2 Context of the RFP The UNDP currently operates a worldwide VSAT network to provide voice and data services to some or all of their

offices in support of operations to carry out missions assigned to each UNDP Country offices and Projects.

To this end, the requirements for UNDP have been included in the detailed requirements in Chapter 4. The intent of

this RFP is to establish a 3-year Long Term Agreement (LTA) that can be adopted by UNDP for the procurement of

VSAT equipment and related services.

While details in Section 6.2 show the potential size of the network, an LTA does not imply a commitment by any UNDP

to contract for a specific number of outstations or bandwidth volume. There will be an increased requirement for

satellite bandwidth in the future, due to the introduction of new applications and an increase in the number of users

in some locations. In addition, due to a need for increased coverage for client server applications, there may be an

increased demand for sub-offices outside of major cities, which will absorb the spare equipment and create more

bandwidth demand.

Because of the nature of an LTA, where there are no guaranteed purchased volumes, Bidders are encouraged to show

true costs for all the various elements of the service and not roll up capital costs into running costs, etc., unless this is

explicitly stated in a “lease to buy” offering. Please refer to 7.2.1 "Financial Compliance Table" in this RFP document

for further details.

8

This RFP seeks offers for an end-to-end, fully-managed service with prescribed availability levels guaranteed. Further,

this service should be offered in a modular fashion so that each UNDP has the option to select the service level and

degree of outsourcing that best meets its requirements.

UNDP subscribe to 35 Mbps in-route and 65 Mbps out-route bandwidth with current provider.

9

1.3 MEMO TO BIDDERS (EXAMPLES OF BID REJECTION)

Proposals have been rejected at the submission stage or found to be technically noncompliant due to errors in

presentation and failure to follow bidding instructions. The Request for Proposals contains detailed instructions for

preparation and submission that need to be followed carefully.

Below are some of the more common examples of why proposals are rejected by UNDP. Bidders are urged to read this

before submission and to check their proposal conforms to each of these points and the instructions as noted in the

bidding documents.

� The proposal is handed in after the deadline for submission, either by hand or electronically. Note that there is a

time gap for email submission and emailed proposals sent just before the deadline may arrive after the deadline

and be rejected

� Proposals not submitted to correct physical or electronic address. Note that the address for proposal submission

is different to the address for bid questions

� In a request for proposals, technical and financial information is contained in one envelope

� The proposal not signed as per the instructions in the RFP

� Not all sufficient documents have been provided

� Documents provided are not in English. Documents such as the registration of the organisation or financial

information about the organisation may be submitted in Bahasa Indonesia but it is necessary that there be

translations of the documents attached as well

� Documents provided do not directly address each point of the evaluation criteria.

� Proposal is more like a brochure for the firm without specifically addressing the specific evaluation criteria of the

RFP and TOR

� Proposals do not offer goods or services which have been specifically requested by UNDP in the Terms of

Reference

� Failure to enclose the signed acknowledgement letter

� The bidder failed to consult the UNDP website before the deadline for bid submission and did not see the

changes to the RFP/TOR listed there which need to be incorporated in the proposal

� The bidder failed to read the minutes of the bidders conference and to include the relevant points in their

proposal

� The bidder declines or proposes a major deviation to UNDP General Conditions of Contract (see provision 6.13 in

this RFP).

The above examples illustrate some errors which may be made by bidders. This is a partial list. The bidding documents

contain the full list of instructions relevant to each particular bid and should be followed carefully.

10

2 Overview of UNDP UNDP is the global development network, advocating for change and connecting countries to knowledge, experience

and resources to help people build a better life. We are on the ground in over 140 countries, working with them on

their own solutions to global and national development challenges. As they develop local capacity, they draw on the

people of UNDP and our wide range of Partners.

World leaders have pledged to achieve the Millennium Development Goals, including the overarching goal of cutting

poverty in half by 2015. UNDP's network links and coordinates global and national efforts to reach these goals. Our

focus is helping countries build and share solutions to the challenges of Democratic Governance, Poverty Reduction,

Crisis Prevention and Recovery, Energy and Environment, Information and Communications Technology, and

HIV/AIDS.

UNDP helps developing countries attract and use aid effectively. In all our activities, we promote the protection of

human rights and the empowerment of women. Please visit http://www.undp.org for more information on what

UNDP is doing worldwide.

UNDP has a requirement for VSAT-based connectivity to a number of Country Offices around the world, including Tier-

1 access to the Internet backbone and cost-effective telephony services such as VoIP, VoFR, etc. with access to the

PSTN (public switched telephone network). UNDP will run the following services over the connectivity links:

• Internet access, which should be firewall protected

• UNDP Intranet access

• PeopleSoft ERP (Atlas), using https protocol over the public Internet

• Telephony Services, both On-net and Off-net

• IP Videoconferencing (H.323)

• IP Multicasting

• Facility to provide access to Partner Agencies (Projects and other UN Agencies)

UNDP’s corporate applications such as e-mail, Intranet, and ERP are based on TCP/IP protocol, and run over the public

Internet.

Note that references in this document to “UNDP” may refer also to OCHA or any other participating agencies.

2.1 OCHA In addition to UNDP, OCHA (UN Office for the Coordination of Humanitarian Affairs) will also participate in this RFP.

OCHA currently has 7 VSAT sites, either in production or in preparation, totalling approximately 4 MB total bandwidth.

A maximum 15 sites (including the existing sites) would be used by OCHA.

OCHA by definition only deals with emergencies, so most or all OCHA site would be covered by the short-term

bandwidth requirements specified in section 4.2.5.

11

3 Terms of Reference

3.1 Description of Services Sought

3.1.1 End-to-end service To ensure a high availability and good quality, the service offered should be a comprehensive end-to-end, fully-

managed service. This can be either hub to outstation without terrestrial onward connection or outstation to

data centre/PABX, including terrestrial onward connection, depending on UNDP requirements.

3.1.2 Demarcation points The demarcation points will be the outward-facing voice and virtual data interfaces of the routers or switch at

defined end points of the service.

3.1.3 Telephony services Telephony services will comprise “On-net” calling between sites in the network and optional “Off-net” calling

from network sites to the PSTN, dial-in telephone numbers for calls from the PSTN into the network and

associated billing (or call accounting) services. In addition, IP videoconferencing and IP multicasting must be

supported.

3.1.4 Data services Data services will comprise the transport of corporate applications such as ERP client server traffic, e-mail,

network printing & Internet traffic. In addition, the provision of Internet access bandwidth and appropriate

firewalling will be required along with leased line terrestrial services to connect the system to data centres at

Headquarters and elsewhere.

3.1.5 Financial structure OTC & MRC, Lease-to-Own The financial structure of the service will be as simple as possible to manage and maintain. There should be a

single One Time Cost (OTC) for the provision, installation, shipping and commissioning of an outstation or for

the migration of an existing outstation to the new system. While migrating existing sites, all existing equipment

should be utilized as much as possible and cost saving should be passed on to UNDP with reduced OTC.

For monthly costs, there should be a standard Monthly Recurring Cost (MRC) for each category of outstation

(bandwidth & SLA) covering all costs, including spares, maintenance, bandwidth, hub service, monitoring,

backhaul (if included), etc.

There will also be a requirement for a lease-to-own option, which spreads the entire OTC over the MRC for a

prescribed term. All the equipment installed in sites becomes the property of UNDP.

3.1.6 SLAs & Penalties The service will be governed by monthly and annual Service Level Agreements (SLAs) with associated penalties

for any breach of an SLA. There will be requirements for different service levels for the hub and specific

categories of outstation based on the number of users who would be impacted by an outage. Service levels will

be measured between Headquarters and the outstation.

In case of an outage of internet services, which prevents delivery of services according to the availability level, UNDP

has the right to restitution/compensation in the amount of:

RESTITUTION = [(A-AV)/C] X B

A = Number of outage hours in a given month;

Av = [(100% - % of Availability Level) x Number of outage hours in a given month];

B = Monthly Fee;

C = Number of hours in given month

12

3.1.7 Monitoring & reporting A comprehensive application-based status and availability monitoring service will be required with versatile,

user-driven reporting facilities.

Bidder must agree to provide for SNMP access to all equipment that relates to UNDP traffic and must provide

full read only access to remote and hub routers.

Bidder must agree to provide IP Netflow reading for UNDP monitoring system.

3.1.8 Migration of outstations If there will be a requirement for migration of existing outstations into the new network, the Bidder must be

prepared to develop realistic and timely migration plans with UNDP. Migration will be governed by the

principle of maximum re-use of viable, existing equipment.

3.1.9 Terrestrial connectivity Terrestrial connectivity to UNDP HQs from satellite outstations could be offered so that UNDP can purchase

this service and include it in the “end-to-end “service. UNDP reserves the right to include or exclude these

services at the stage of Long Term Agreement finalization.

3.1.10 Internet connectivity The Bidder must offer Tier 1 Internet connectivity bandwidth with no overbooking or contention-based

provision scheme.

3.1.11 Term of agreement & termination The term of the agreement will be for five (5) years for outstations, with a termination notice of two (2)

months. Offerings of shorter termination periods will be favourably viewed. However, Bidders should note that

UNDP may seek to negotiate different exit clauses, depending on the nature of the procurement requirements

(for example, as mentioned under 4.2.5. Short-term Bandwidth Offerings, short-terms emergencies only

require bandwidth for 3 to 18 months). Bidders should describe what they can offer in this regard, with

relevant terms and conditions.

3.1.12 Shared outstations There may be a need to provide services to UN Partner Agencies collocating within shared premises.

3.1.13 Power protection, grounding & UPS Since power and grounding problems are a major cause of VSAT outstation unreliability, the Bidder will be

responsible for ensuring that adequate provision is made for power protection, grounding & managed UPS

autonomy.

3.2 UNDP Responsibilities

(i) For the correctness of the information and requirements provided to the proposing company

(ii) Payment of one-time and recurring costs of the system

(iii) Payment of air freight or sea freight from the Bidders staging facility to the destination airport of the

remote site

(iv) Payment of customs and duties, if applicable, in foreign ports, or obtaining relevant exemption

approvals

(v) VSAT operating license in the country of installation

(vi) Preparation of environmental services and power as required and detailed for each site (electrical

power, air conditioning and ventilation, fences, building access control, and other security

arrangements in accordance with UNDP standard practices)

13

3.3 Bidder Responsibilities

(i) Provision of all required hub services

(ii) Provision of technical and administrative assistance to obtain VSAT operating licenses to UNDP

(iii) Sole responsibility for any and all sub-contractual arrangements required to fulfill the LTA

(iv) Ongoing maintenance and repair and provision of spares for any equipment re-used from an existing

outstation

(v) Pre-configuration and testing of equipment

(vi) Installation of equipment upgrades and software patches

(vii) Storage and staging of equipment

(iv) Shipping of equipment to site (pricing should be at cost – no consolidation fees)

(vii) Site surveys

(viii) Site preparation

(ix) Basic civil works to install a non-penetrating mount

(x) Electrical/Signal grounding

(xi) UPS installation, and therefore, the Bidder shall also be responsible for all power-related failures

resulting from UPS or its installation

(xii) Installation and commissioning including the coordination for end-to-end testing

(xiii) Training of UNDP ICT staff in VSAT outstation installation and maintenance

(xiv) Training of local staff in basic outstation maintenance and “remote hands” troubleshooting

assistance

14

4 Proposal Content

4.1 General information This chapter contains guidelines for preparing the technical components for proposals. Please refer to Chapter 6 for

standard bidding information.

Bidders are required to adhere to the numbering system used in Chapter 4 of this RFP throughout their proposals.

Failure to do so may disqualify the Bidder. All references to descriptive material and brochures should be included in

the appropriate response paragraph, though material/documents themselves may be provided as Annexes to the

Proposal/Response.

Bidders are requested to focus on the provision of relevant information and to limit the amount of marketing and

‘boilerplate’ material. The successful Bidders’ proposal may be incorporated in whole or in part in the final LTAs.

Please note that any information that Bidders considers proprietary should be marked as such.

All Bidders should adhere to the format indicated in Section 5 below to provide information on technical and pricing

components.

Wherever relevant, Bidders should provide a description of how a component will be provided as well as indicating

compliance in the relevant table (e.g., when indicating compliance to a 48-hour max time for repair to an outstation,

the Bidder should describe the support infrastructure that is in place to deliver against this requirement, thus showing

that the indicated compliance is realistic).

As indicated in Section 1.2 above, the Bidder should ensure that costs are attributed to the relevant component of the

system and not rolled up into another component based on an assumption about business volume or the term of the

LTA.

4.1.1 Other Bidder response instructions with regards to the technical component Bidder submissions should contain sufficient information in the form of network diagrams and brief technical

descriptions so that the architecture and technology being proposed can be quickly and comprehensively

understood without the need to read lengthy brochures and technical specifications.

All technology offered must have been successfully in use by the Bidder for at least twelve (12) months in

environmental conditions similar to that which will be encountered in the UNDP network, as the UNDP must

not be considered an experimental test bed for new technology.

Any lead times for relevant infrastructure expansion, equipment procurement, and personnel recruitment

should be clearly identified.

Bidders must attach the following documents:

I. A company financial statement covering the past three (3) years

II. A description of the company’s corporate structure

III. A copy of the company’s corporate briefing

IV. A diagram depicting the company’s existing hub infrastructure and associated services, such as hub

capabilities: Internet connections, PSTN access, terrestrial connectivity, etc. which will be used in the

provision of this service to UNDP

For the purposes of this document, the following terminology will be used:

• Inroute - The satellite bandwidth carrying data/voice from the outstation to the hub, equivalent to the

terms ‘inbound’ or ‘uplink’ used in other documents

• Outroute - The satellite bandwidth carrying data/voice from the hub to the outstation, equivalent to the

terms ‘outbound’ or ‘downlink’ used in other documents

15

4.1.2 Experience Bidders will provide an outline of recent experiences with implementation of similar VSAT networks, including

the following CVs of Experts/Personnel who will interact with UNDP in the implementation and subsequent

operation of the VSAT network. Bidders are required maintain the adequate number of qualified technical staff

throughout the contract period.

- One CV of the Project Manager responsible for implementation of the VSAT network minimum of five years

of experience in the related field with similarly complex and similar nature of the project.

- Two CVs of Networking/IP Experts who will be assigned to the project (CCIE ,CCNP, CCVP preferred),

minimum of three years of experience in the related field with similarly complex and similar nature of the

project

- Two CVs of Satellite Systems engineers who will be assigned to the project, minimum of three years of

experience in the related field with similarly complex and similar nature of the project

4.1.3 References Bidders will provide a list of at least three (3) contactable client references, including names of contact persons,

indicating any protocols that may have to be respected in making contact

4.1.4 Differentiators Bidders should identify what they believe are the five (5) primary characteristics that differentiate their

company from others in the VSAT market and explain why their company is best positioned to work

successfully with UNDP.

In this context, please describe any experiences in working with UNDP organizations, international financial

institutions, or other non-profit international entities operating in a multicultural context. Describe what

particular factors are peculiar to such organizations.

Desirable Mandatory

4.2 Satellite Bandwidth

Satellite bandwidth offered should be as flexible as possible to allow reallocation of capacity

around the world with minimum penalties. This implies careful planning of the satellites and

beams used to provide the most flexible bandwidth allocation scheme combined with

worldwide coverage. Both C and Ku bandwidth can be offered, but due consideration must be

given to the fact that many of the outstations are located in areas of heavy rainfall. It is thus

required to limit the possible use of Ku band to:

I. Countries in Europe

II. Middle East (all Arab-speaking countries + Iran)

!

4.2.1 Effect of dish size and satellite technology on bandwidth

pricing

Bidders are expected to show the benefit in bandwidth pricing that comes from the link budget

advantage of a 3.8M dish. In addition, the possibility of using 2.4M, 1.8M and 1.2M dishes

should be addressed with relevant coverage diagrams and pricing.

Bidders are expected to define technology used and the corresponding costs of bandwidth for

the following four different technology options:

1. SCPC/SCPC

2. SCPC/DVB-S2

3. DVB- s2 /ACM (contention-based technologies)

4. Satellite Phones based broadband Internet access

!

16

Desirable Mandatory

4.2.2 Efficient cost-effective use of bandwidth

Cost effectiveness is a prime consideration for this network, so the Bidder should describe the

advantages of the technology proposed from the point of view of minimizing the management

of bandwidth overhead required and maximizing efficiency in bandwidth utilisation. This

description should be backed up with actual overhead and “bits per Hertz” statistics. All

bandwidth efficiency measures should be actual throughput, exclusive of data acceleration and

compression techniques which are dependent on the type of data being transferred.

!

While not encouraging the use of global satellite beams due to cost, it is desirable to use

beams that provide geographical coverage over a number of time zones, so that outstations

can be grouped across time zones to take advantage of different working hours for the sharing

of bandwidth. Bidders are required to take this into consideration when planning satellite

beam coverage.

!

As specified above, each Bidder must warrant that technology being proposed has been in use

by the Bidder for at least 12 months in environmental conditions similar to those encountered

in the UNDP network.

!

4.2.3 Up down scalability

Due to the volatile nature of international development work, the UNDP requirements are

constantly changing. Bandwidth components of this system must therefore be as scalable as

possible with relevant management processes in place to facilitate achieving this objective.

Bidders should describe the system that will be used to respond to this need and specify the

limits of flexibility that can be offered (e.g. ± 25% within a specified activation delay).

!

4.2.4 Availability – geographical coverage & activation time

With regard to 4.2.3, the bandwidth being offered must have maximum geographical coverage,

as it is not possible to predict where an emergency might next occur. Bidders should specify

areas of the world that are not covered by their proposal and define a minimum and maximum

activation time for new bandwidth.

!

4.2.5 Short-term bandwidth offerings

UNDP is involved in short-term emergencies that only require bandwidth for 3 to 18 months.

Bidders should describe what they can offer in this regard with relevant terms and conditions.

Pricing should be included in the financial submission.

!

4.3 Equipment

The Bidder must warrant that the technology being proposed has been in use by the Bidder for

at least 12 months in environmental conditions similar to that which will be encountered in the

UNDP network. The technology proposed may allow for dynamic allocation of unused

bandwidth, while ensuring the prescribed QoS (Quality of Service) for each application (or class

of service) in congestion conditions. The grouping of outstations to allow sharing of bandwidth

and bursting into used bandwidth in the group is encouraged but the Bidder must warrant that

there will be no overbooking of bandwidth. The system must be capable of prioritizing traffic

depending on the agreed scheme. A detailed description of how this will be achieved must be

provided and a pilot test will also be required.

!

Further QoS (Quality of Service) bandwidth guarantees must be maintained at all points

between demarcation interfaces, including any terrestrial connectivity.

!

4.3.1 Standardized, scalable equipment

To the extent possible, given the re-use of equipment from converted outstations, Bidders

should describe a standardized set of equipment for all outstations in the network. This

equipment must respond to the scalability requirements outlined above, so that all standard

!

17

Desirable Mandatory

categories of outstation can be achieved with the same set of equipment with minimal or no

hardware changes These categories, from a bandwidth perspective, will provide the following

in-route bit rates - 64,128, 256,384,… 512 Kbps.

Pricing should also include a 1Mbps outstation, where a change in the transmitting element of

the system will be accepted for these outstations.

!

As a minimum, a 2Mbps out-route capacity must be offered, but capacities of 5 or 10Mbps

would be preferable.

!

4.3.2 Point to Point (SCPC) !

Bidders are encouraged to provide solutions based on dedicated-bandwidth point to point

connecting.

4.3.3 Broadcast/Multicast Based Outstation DVB-S2/ACM !

Bidders are encouraged to provide solutions Broadcast/Multicast technologies. Details must be

provided, including with CIR, and possible burst option.

4.3.4 Low-end outstations DVB-S2/ACM with Contention !

Bidders are encouraged to provide solutions for such small offices, e.g. based on shared-

bandwidth or contention-based technologies. Details must be provided, including with CIR, and

possible burst option.

4.3.5 Satellite Phone Based Broadband Internet access !

Bidders are encouraged to provide solutions based on portable hand carry satellite phone

technologies. Details must be provided, including with CIR.

4.3.6 Out-of-band remote access

Bidders must offer out-of-band remote diagnosis and repair capabilities for all outstations. The

provision of this service must be included in the OTC & MRC for the outstations.

!

4.3.7 Industry-accepted, de facto standards - not proprietary

It is desirable that the technology used is not excessively proprietary, where UNDP is then tied

to a single hardware supplier. If possible, a technology produced by more than one

manufacturer should be proposed.

!

4.3.8 Propose technology for most efficient use of bandwidth

As described in Section 4.2, the equipment must provide the most efficient use possible of

satellite bandwidth with sufficient link handling capacity to allow the grouping of the largest

number of outstations possible and thus permit maximum bursting and bandwidth sharing,

while maintaining QoS (Quality of Service) requirements for all applications (or classes of

service) and outstations in a congestion situation.

!

4.3.9 Hub equipment, redundancy, power backup and autonomy

Bidders should describe the hub equipment that will be used to provide the hub services for

the network. As a minimum, there should be 1-for-1 redundancy of all equipment in the RF

chains used to support the network with an automatic changeover system. In addition, there

should be on site N + 1 redundancy of all baseband equipment or a replacement equipment

supply contract with a response time compatible with the contracted SLA.

!

Bidders should also describe power autonomy arrangements, as regards generator fuel stocks,

UPS battery bank autonomy, UPS & power generator redundancy, and auto changeover

arrangements.

!

18

Desirable Mandatory

4.3.10 Ownership of equipment

Bidders should proceed on the basis that ownership of equipment passes to the UNDP either at

purchase or at the end of the lease/buy period. All equipment installed at UNDP premises

becomes the property of UNDP.

!

4.3.11 Warranty

All equipment supplied must be new when installed and covered by a full service agreement

for the duration of the contract.

!

4.3.12 Quick Deployment Kit

Some agencies have “fly away” quick deploy outstations for emergency response. Bidders are

invited to provide pricing for the support of these type of outstations.

19

4.4 Services to Be Supported Below is a tabulation of required key services, by UNDP. Support is also assumed for other generic services like FTP,

Windows Terminal Services, Active Directory, radius, etc.

UNDP

INTERNET Internet access (http and https)

INTRANET Hosted in USA

VOICE

Voice(On-net, Off-net, direct inward dialing

H323/SIP; IP Telephony

SKYPE

E-MAIL SMTP/eMail / Centrally hosted Email.

ERP People soft/ Oracle

VIDEOCONFERENCE

IP Video Conferencing H.263 and H.264/ High

Definition

MULTICAST Multicasting

UC Unified Communications

Desirable Mandatory

4.4.1 Public IP addresses

UNDP has a requirement for public IP address ranges. Bidders should describe their capacity to

provide and manage public IP addresses.

!

4.4.2 Internet access & firewalling

Bidders must offer a Tier-1 connection, dual-homed & BGP-compliant with load sharing and

caching for Internet access. Bidders must guarantee that there will be no contention ratio or

overbooking on the bandwidth purchased. Capacity should be offered in 1 Mb increments The

cost of this service should have the possibility of being built into the MRC for all outstations..

!

Bidders should offer a dedicated firewall & intrusion detection and prevention service for each

UNDP that will be configured according to UNDP security policies. Configuration control must

be fully documented and secure with appropriate change control, testing, authorization, and

implementation procedures.

!

4.4.3 QoS (Quality of Service) scheme

The QoS (Quality of Service) scheme required will be based on the priority-based CoS (Class of

Service) model, where asymmetrical links may be prescribed. Real time and ERP traffic should

be prioritized. UNDP may change or improve the QoS scheme during or after implementation..

Bidders should describe the technology they will use to implement this scheme.

!

4.4.4 Terrestrial backhaul

Bidders must confirm that all leased line services to the site are capable of full redundancy,

with separate physical site entry points and independent routing all the way to the

demarcation interface at the remote end.

!

20

Desirable Mandatory

4.4.5 Hosting

Bidders must confirm availability and provide pricing for secure hosting rack space with

“remote hands” service.

!

4.4.6 Hub telephony infrastructure

Bidders must describe the infrastructure that will be provided at the hub to manage VoIP

telephony services on the network, including details of the gatekeeper for On-net calling and

the Gateway for Off-net calling. The codecs to be supported will be G729, G723 & G722.

!

In addition, IP videoconferencing should be supported using both H263 & H264 video codecs

and a multicasting capability must also be offered.

!

4.4.7 On-net telephony

Bidders must confirm that all On-net telephony will be provided at no additional cost and

attract no per-minute rate. On-net telephony is defined as Voice-over IP calls between

outstations on the VSAT system or between a VSAT outstation and a site connected to the

system by private terrestrial connectivity. The number of concurrent calls per site will be

minimum of eight lines.

!

4.4.8 Off-net telephony

Bidders should describe their VSAT hub’s capacity to support Off-net telephony at competitive

rates. Off-net telephony is described as a voice call from any site as defined in 4.4.8 to the

PSTN. The number of concurrent calls per site will be based on the QoS (Quality of Service)

scheme agreed with UNDP, but the Bidder must commit to providing and regularly reviewing

the capacity needed to handle the potential concurrent call load. Bidders must also be

responsible for the overall quality of the PSTN calls and should thus commit to contracting

PSTN service providers that will deliver Toll-quality voice with a MOS rating of 3.7 or better.

Bidders should also provide multiple, off-net providers (least cost routing) with automatic

rerouting of calls in the case of a failure with one provider.

!

4.4.9 Dial in services

Bidders should describe their capacity to provide DID telephone number ranges and call

routing to any outstation on the network via VoIP with full QSIQ signalling.

!

4.4.10 Off-net Billing

Bidders should describe the billing service that will be offered for Off-net telephony. As a

minimum, it should provide detailed billing of call duration and cost by user and by outstation

in downloadable electronic format. Offerings of other value-added features and options such

as PIN codes, prepaid calling cards, etc. should be described as they may be required.

!

4.5 Service Management

4.5.1 Service Level Agreements & associated penalties

Outstation SLA

For each bandwidth category of outstation prescribed in Section 4.3.1, Bidders should offer an

SLA of 98.5%, 99%, 99.5%. Bidders should describe in detail the support structure and

equipment configuration that will be used to deliver these service levels to show that the

stated compliance can be delivered. Bidders should propose penalty schemes, both monthly

and cumulative annual, for failure to meet these service levels that they would be prepared to

accept in the LTAs.

!

Optionally, Bidders may offer a 99.9% SLA in addition to the above. As before, Bidders should

describe in detail the support structure and equipment configuration that will be used to

deliver these service levels to show that the stated compliance can be delivered.

!

Definition: An outstation failure is defined as a failure of equipment in the hub or outstation

which affects the availability of one outstation only.

21

Desirable Mandatory

Hub SLA

Bidders should offer a hub SLA of 99.96% for all classes of service passing through the hub. As

regards Off-net telephony, Bidders will only be responsible to demonstrate that a call was

delivered to the PSTN but not call completion. Bidders should propose penalty schemes for

failure to meet service levels that they would be prepared to accept in the LTAs.

!

Definition: A hub failure is defined as a failure of equipment in the hub or backhaul which

affects availability of more than one outstation.

Equipment supply

Bidders shall give a maximum time commitment to have equipment available for shipment.

Two different periods could be proposed for emergency response and standard infrastructure

expansion. Bidders should propose penalty schemes for failure to meet service levels that they

would be prepared to accept in the LTAs. A suggested scheme is as follows:

Up to 7 days late – no charge

Over 7 days late ½% per day of the net equipment value (excluding freight costs) up to a

maximum of 15% (i.e. 30 days).

Site survey completion

Bidders shall give a maximum time commitment to complete the site survey when it is required

and propose a penalty scheme for failure to meet service levels that they would be prepared to

accept in the LTAs.

Site installation, commissioning and acceptance

Bidders shall give a maximum time commitment to complete this task and propose a penalty

scheme for failure to meet service levels that they would be prepared to accept in the LTAs.

Site is considered as accepted once all the services are fully delivered. In the case of an inability

to deliver one or more services, Bidders should inform UNDP in writing and get UNDP consent

before starting the installation or migration. MRC invoicing will start after a 15 days test period

or when an acceptance test document is duly signed by a UNDP Country Office.

4.5.2 Availability

Bidders are required to describe the measurement system that they propose to use to measure

outstation and hub availability under the SLA described in 4.5.1. This system should be capable

of interactive auto-ticketing of each non-availability event and open to customer auditing upon

request.

!

Basic link availability

This will be measured between the demarcation points of each link every 10 minutes or less via

a ping or other generic round trip measurement in the highest priority class of service and will

not be subject to any exclusion due to traffic overload etc. This measure will be used to verify

the SLA and apply appropriate monthly and cumulative annual penalties.

!

Class of Service availability and performance

In addition to the basic link availability described above, there will be a requirement for an

additional sub-component of this SLA that has separate penalties when the link is available but

one or more classes of service are not performing correctly. The components of these

measures will be as follows and will be measured every ten (10) minutes or less: Raw BER of

satellite circuit should be better than 10E-5 and correct BER should be better than 10e-10.

BER reading and EbNo reading should be available to UNDP monitoring.

!

For real time traffic Jitter must be less than 60mS

Round Trip Time (RTT) must be less than 600 mS between hub and remote edge routers

IP Packet loss must be less than 1%

!

Bidders should provide proposals as to how site power availability at an outstation site could

be determined automatically, with a view to adjusting the site availability figures accordingly.

!

22

Desirable Mandatory

Hub and outstation availability

The measures in 4.5.2.2 will be used for both cases, but the definition of a hub or outstation

failure and thus the penalty scheme in force will be as per 4.5.1.1 and 4.5.1.2.

!

4.5.3 Monitoring reporting & reviewing

In addition to the basic availability measurement in 4.5.2, Bidders are required to provide

access to a monitoring system access to Hub and Remote equipment that provides the

following, as a minimum:

!

I. Bandwidth usage in bits or bytes per sec by application, by site in & out related to

the QoS (Quality of Service) allocation

!

II. Overall bandwidth usage by site in & out and packets errors and drops in hub

edge and remote edge routers

!

III. Percentage utilisation of QoS (Quality of Service) categories and all other pre &

post policy statistics.

!

IV. Availability based on the parameters defined above with proactive fault reporting

and ticketing

!

V. Data retention on line for the duration of the contract !

VI Monitoring Remote and hub satellite modems

VII Telephony billing system should provide online CDR and key quality parameters

such as ACD, ASR etc.

4.5.4 Site Installation & migration

Bidders should provide details of service delivery processes used to provide the fully managed

delivery of a new site installation, as itemized below:

!

I. Procuring equipment for the hub and remote sites !

II. Hub services !

III. Service desk services. 24x7x365 !

IV. Provision of technical and administrative assistance to the UNDP for the

obtaining of VSAT operating licenses

!

V. Bearing the sole responsibility for any and all sub-contractual arrangements

required to fulfill the LTAs

!

VI. The ongoing maintenance and repair and provision of spares for any

equipment re-used from an existing outstation

!

VII. Pre-configuration and testing of equipment !

VIII. Storage and staging of equipment. !

IX. Shipping at cost – no consolidation fees. !

X. Site surveys, (although in many instances a separate visit for this purpose will

not be needed due to information and photos available from the site)

!

XI. Site preparation !

XII. Basic civil works to install a non-penetrating !

XIII. Electrical /Signal grounding !

XIV. UPS installation, and therefore, the Bidder shall also be responsible for all

power related failures resulting from UPS or its installation

!

XV. Installation and commissioning both at the hub and outstation, including the

coordination for end-to-end testing

!

Migration of existing outstation

Bidders should also be aware of the need for migration of existing outstations into the new

network, and must be prepared to develop realistic and timely migration plans with UNDP.

Migration will be governed by the following principles:

!

Migration plan & strategy must be negotiated by UNDP on a case-by-case basis !

Bidders must commit to reuse equipment wherever possible !

Maintenance of reused equipment becomes Bidder responsibility !

4.5.5 Repair and maintenance

Bidders should provide details on repair and maintenance services offered as part of the fully-

managed service. Since not all outstations are easily accessible, the following variants of the

SLA associated with outstations are suggested:

!

23

Desirable Mandatory

I. Accessible outstation (international airport in town or city) - Fix time 72 hrs or

better

II. Inaccessible outstation (no international airport or other access issues) - 24

hours to do remote diagnosis and have a technician available to travel with

relevant spares in hand. UNDP to facilitate travel to site

III. Alternative inaccessible outstation - (no international airport or other access

issues) 24 hours to do remote diagnosis and provide relevant spares to UNDP

technician who has been certified by the vendor

In all cases, maintenance and on-site presence must be provided as needed to meet terms of

the SLA, and costs should be included in the MRC for each site. A maximum MTTR shall be 96

hours, as indicated by the 98.5% availability SLA. Bidders are required to specify the location(s)

and capacities of their support centers in terms of numbers of personnel, spares stock levels,

and whether the facility belongs to a sub-contractor or is wholly owned by Bidder.

!

In addition, details should be provided of the routine maintenance tasks that will be performed

at each site visit and what checks will be done remotely. Copies of relevant procedures and

checklists should be provided.

!

4.5.6 Training/Certification of UNDP personnel

Bidders should provide a detailed offer for training and certification for at least ten (10) UNDP

staff members to enable UNDP to install and maintain outstations where necessary to a

standard where the Bidder will take on the required SLA for diagnostics and spares provision as

if the site had been installed by the Bidder.

!

4.5.7 Spares

Bidders should provide unlimited spares “as needed”. Bidders should provide details of the

minimum spares holding that will be maintained (e.g. 5% of the installed base) and where

these spares will be held in order to demonstrate that Bidder has the capacity to honour the

relevant SLAs.

!

4.5.8 Service Desk & fault management

Bidders must provide details of the Service Desk facility provided. As a minimum, the Bidder

will provide the following:

!

I. Operating hours (must be 24/7/365) !

II. Staffing numbers !

III. Connectivity arrangements with the hub, if not co-located !

IV. Languages supported (English is mandatory) !

V. A description of the automated and proactive fault ticketing and tracking system

in use

!

VI. Any toll free or local dial in numbers !

VII. Proposed reporting line !

VIII. Recording or resolving Service Desk model. (if resolving, level of expertise

employed)

!

IX. Network monitoring facilities used. !

X. Availability of IP and Satellite system engineers 24x7/365 !

4.5.9 Escalation procedures

Describe the escalation procedures proposed internally as well as back to the customer, along

with relevant management reporting intervals

!

4.6 Change management

Bidders must both follow the ITIL framework methodology and processes and be a program

that has ITIL certification or will obtain ITIL certification in the future. For the stability of the

network, it is essential that the network configuration is standardized and that any

configuration changes are controlled and documented according to said, agreed procedures.

Bidders must describe how this control will be achieved.

!

24

Desirable Mandatory

4.6.1 Review periods

Bandwidth pricing

Maximum bandwidth pricing is to be fixed at LTAs signature with an annual review for cost

reduction due to volume increase or other market factors to assure value for money.

!

Technology review

Technical review is to be held after three (3) years to allow for migration of existing networks

to the new standard and for new technologies to mature and be bug free before adoption into

the network.

!

4.6.2 Moves/Additions/Changes & Deletions (MACDs)

Please outline the proposed processes to manage all types of lifecycle changes indicating

documentation, authorizations needed, notice & implementation time commitments. A

minimum list of activities is itemized below:

!

I. Outstation category change up or down

II. QoS (Quality of Service) scheme change

III. Decommissioning an outstation and moving it to a new location

IV. Decommissioning an outstation, refurbishing and packing for storage

V. Re-commissioning an outstation.

VI. Converting a single Agency outstation to a shared outstation.

VII. Adding another Agency to a shared outstation.

VIII. Increasing or decreasing Internet capacity.

IX. Increasing or decreasing backhaul capacity.

X. Bandwidth upgrades & downgrades.

As far as possible these activities should be covered by standard costs which should be

itemised in the pricing schedule.

!

4.6.3 Migration planning for existing outstations

As itemized above, migration of existing outstations will be governed by the following: !

Migration plan & strategy have to be negotiated by UNDP on a case-by-case basis. !

Bidders must commit to re-use equipment wherever possible. !

Maintenance of any equipment reused becomes the responsibility of the Bidder. !

Bidders must provide proposed documentation requirements for this process. !

Bidders must provide a rate of outstations per month at which it is expected that

outstations can be installed and/or migrated.

4.6.4 Acceptance procedures

Bidders should outline proposed acceptance test procedures and documents for verifying and

recording the commissioning of an outstation along with a description of any test equipment

that will be used and key parameters to be recorded. Acceptance procedures must cover:

I. Physical layer test – BER (bit error rate or bit error ratio) duration

II. IP layer test – jitter, RTT (real-time technology), % packet loss, other tests

III. IP data throughput Test ( 20KBps for single tcp session )

IV. Voice quality test – ITU MOS (mean opinion score) rating of 3.7 for both on-net and

off-net calls

V. Settling period proposed (min 15 days) before billing commences, after Acceptance

Test Document is signed, for customer verification of application performance and

detection of any early life equipment failures.

The recording of system unit configurations such as routers and satellite modems must be

done off site, kept up to date and be available on request to UNDP engineers.

!

4.6.5 Pre implementation testing

Prior to migrating their existing outstations to the system UNDP may require a pilot test. Please

describe what facilities will be provided in this regard i.e. equipment, personnel, satellite

bandwidth, hub services, etc.

!

4.6.6 Decommissioning

As described in 3.1.11, the term of the agreement will be five (3) years for 80% of the

contracted outstations, with a termination notice of two (2) months or one (1) year for the

other 20%. Offerings of shorter termination periods will be favourably viewed.

!

25

Desirable Mandatory

As a result, outstations will need to be decommissioned in the course of the LTAs. Bidders must

provide a proposed division of responsibilities in the technical section as well as standard costs

and penalties in the pricing schedule for early decommissioning of an outstation.

Note that all of OCHA’s outstations will use the short-term contracts.

Please include in the price schedule details of how a lease-to-own arrangement will be

concluded in the case of early termination.

!

4.6.7 Migration planning on termination of LTAs

At the end of an LTAs period, UNDP may decide to migrate to another provider. Bidders must

provide a commitment to best endeavors assistance to UNDP through this process to ensure a

smooth and successful migration. Bidder must also provide indicative costs in the price

schedule for the short-term bandwidth leases that may be needed during this process (e.g.

monthly bandwidth extension, etc.).

!

4.7 Capacity management

The successful Bidder will be expected to have proactive capacity management measures in

place such that capacity to accommodate increased demand is available for all aspects of the

service (i.e. satellite bandwidth & coverage, Internet access bandwidth, rack space for hosting

and system expansion, antennae & RF systems for new satellites and terrestrial point to point

connectivity). Bidders should describe how this requirement will be met.

!

4.7.1 Satellite bandwidth

Please indicate

I. The current satellites and satellite capacity in use at the proposed hub(s). !

II. The lead times for providing access to additional capacity on a satellite already

in use.

!

III. The lead times for providing access to additional capacity on a new satellite. !

IV. Any policy regarding having available a pool of satellite bandwidth for

immediate use i.e. on demand.

!

4.7.2 Internet total capacity & upgrade policy

Please indicate :

I. The total Internet access bandwidth in use at the site. !

II. The total potential capacity available with the existing infrastructure. !

III. The policy governing the monitoring and upgrade of available bandwidth. !

4.7.3 Leased lines upgrade path, redundancy options etc

Please indicate:

I. How many terrestrial connectivity providers are connected by their own

wholly-owned infrastructure at a site?

!

II. How many of these providers have fully-redundant infrastructure arriving at

the site with separate physical site entry points and independent routing

available to the Headquarter destinations.

!

III. The capacity of these various providers. !

IV. The options for implementing a fully redundant connection. !

4.7.4 Hub infrastructure capacity & upgrade policy

Please indicate:

I. The number of functional satellite dishes & associated RF systems available at

the site.

!

II. The rack space available for satellite systems expansion. !

III. The rack space available for hosting services. !

IV. Any relevant policies governing site capacity upgrading. !

4.8 Pricing Component

26

4.8.1 Guiding Principles Desirable Mandatory

There should be one, all-inclusive Monthly Recurring Cost (MRC) per site which covers the

items below. However, Bidders are required to itemize the costs under each heading. Bidders

are further strongly advised not to cross subsidies between cost headings. Due to the nature

of an LTA, UNDP will not know the final mix of outstations that will make up the network in

terms of when offices migrate, the bandwidth per outstation and antenna size, for example.

I. There should be one all-inclusive One Time Cost (OTC) covering migration of

an existing site and another covering installation of a new site.

II. To simplify management MACD (Moves/Additions/Changes & Deletions)

costs should be presented as much as possible as one, all-inclusive cost for

the service to be provided (e.g. Outstation category upgrade, QoS (Quality

of Service) scheme amendment, etc.).

!

4.8.2 One-time cost of migrating a VSAT outstation into the

system

There should be a single comprehensive OTC figure which covers: !

I. Travel, DSA (daily subsistence allowance) and all other costs of installer ! II. Equipment supply (all RF and IP equipments) !

III. Conversion, antenna re-pointing, and re-commissioning ! IV. Timely assistance with tech info for licensing ! V. Site survey at the discretion of the vendor. !

VI. Verifying earthing and lightning protection to a defined standard ! VII. Estimated Equipment Shipping Cost

The pricing breakdown from which this figure was derived must also be shown. !

Shipping to site should be quoted on a per-site basis and comprise the air or sea freight at

cost without any handling or consolidation charge.

!

4.8.3 One-time Cost of adding a new VSAT Outstation to the

system

There should be a single, comprehensive OTC figure which covers : !

I. Travel, DSA, and all other costs of installer ! III. Equipment supply (all RF and IP equipments) ! V. Installation and commissioning (hub & outstation) !

VII. Timely assistance with tech info for licensing ! IX. Site survey at the discretion of the vendor ! XI. Verifying electric grounding and lightning protection to a defined standard !

XIII. Estimated Equipment Shipping Cost

The pricing breakdown from which this figure was derived must also be shown. !

Shipping to site should be quoted on a per site basis and comprise the air or sea freight at

cost without any handling or consolidation charge.

!

4.8.4 Monthly recurring costs

Based on shared or single Agency, antenna size, bandwidth & SLA category of the outstation,

there should be a single comprehensive MRC figure which covers :

!

I. Bandwidth ! II. Hub service !

III. Monitoring and reporting ! IV. Annual Preventive Maintenance. ! V. On site repair service with a resolving time and associated penalty !

VI. QoS (Quality of Service) management according to an agreed scheme ! VII. Complete spares service as needed () !

27

VIII. Terrestrial backhaul cost shared across UNDP outstations ! IX. Internet access ! X. Firewall management !

XI. Telephony service ! XII Unlimited change requests from Country Offices !

The pricing breakdown from which this MRC figure was derived must also be shown. !

4.8.5 Bandwidth costs

A matrix giving the bandwidth costs related to outstation antenna size, link capacity, and

contracted term should be provided. Any volume discounts for the total size of the UNDP’s

network in terms of satellite capacity should also be shown with an explanation of how this

discount will be factored in.

!

4.8.6 MACD (Moves/Additions/Changes & Deletions) costs

Bidder must provide under this section the standard costs for as many of the routine lifecycle

activities of the system as possible. A minimum list of activities is itemized below:

!

I. Outstation category change up or down ! II. QoS (Quality of Service) scheme change !

III. Decommissioning an outstation and moving it to a new location ! IV. Decommissioning an outstation, refurbishing and packing for storage ! V. Re-commissioning an outstation !

VI. Converting a single Agency outstation to a shared outstation ! VII. Adding another Agency to a shared outstation ! VIII. Increasing or decreasing Internet capacity !

IX. Increasing or decreasing backhaul capacity ! X. Change/upgrade of routing equipment !

XI. Adding new VLAN and segment IP network.

4.8.7 Hosting costs

Bidders must provide pricing for secure hosting rack space with “remote hands” service. !

4.8.8 Internet access bandwidth

Bidders must provide a cost-per Mbps for Internet access bandwidth. !

4.8.9 Terrestrial backhaul

Bidders must provide pricing for redundant and non-redundant terrestrial connection to

UNDP Headquarter locations (Annex 6.2) the capacity prescribed.

!

4.8.10 Telephony service pricing

Bidders must provide pricing for Off-net telephony to all countries in the world giving special

consideration to the Top 30 countries identified in Section 6.3. The minutes given there do

not constitute an undertaking to buy the same traffic volume in coming years, but serve

rather to show traffic patterns. The cost effectiveness of Bidders’ offers in this regard will be

measured by these 30 countries and the weighting that their traffic minutes give.

!

Any costs associated with provision of DID numbers and dial-in service in general should be

included here.

!

As an option, pricing for a low-cost best effort VoIP telephony service can be included here.

This should be based on the same statistics as for the PSTN service.

!

4.8.11 Lease to own

Bidders must provide pricing details for a “lease-to-own” scheme for the installation of a new

outstation described in Section 3.1.5. Obviously, due to differences in equipment “lease-to-

own” for an existing outstation being migrated to the system will have to be on a case-by-

case basis.

!

4.8.12 Other Bidder response instructions with regards to Price:

UNDP may wish to operate a centralized payment system from their Headquarters or they

may wish to have a distributed payment system where each Country Office pays its own bills.

If these options have any impact on the pricing above, please indicate details here.

!

28

5 Compliance Tables

5.1 Technical compliance table Item Description Compliance

Yes/No/ Description attached

5.1.1 Satellite Bandwidth 5.1.1.1.1 Effect of Dish size on bandwidth pricing

Non compliant items Compliance Description

5.1.1.1.2 Efficient cost effective use of bandwidth Non compliant items

Compliance Description

5.1.1.1.3 Up down scalability Non compliant items

Compliance Description

5.1.1.1.4 Availability – geographical coverage & activation time Non compliant items

Compliance Description

5.1.1.1.5 Short-term bandwidth offerings Non compliant items

Compliance Description

5.1.2 Equipment 5.1.2.1.1 Standardized, scalable equipment

Non compliant items Compliance Description

5.1.3 Satellite Communication Technology

5.1.3.1.1 Point to Point (SCPC) Non compliant items Compliance Description

5.1.3.1.2 Broadcast/Multicast Based Outstation DVB-S2/ACM Non compliant items Compliance Description

5.1.3.1.3 Low-end outstations DVB-S2/ACM with Contention Non compliant items Compliance Description

5.1.3.1.4 Satellite Phone Based Broadband Internet access Non compliant items Compliance Description

5.1.4 Out of Band remote access Non compliant items Compliance Description

Follow industry accepted de facto standards – not excessively proprietary

Non compliant items Compliance

29

Description 5.1.5 Propose technology to make most efficient use of B/W

Non compliant items Compliance Description

5.1.6 Hub equipment, redundancy, power backup and autonomy Non compliant items Compliance Description

5.1.7 Ownership of equipment Non compliant items Compliance Description

5.1.8 Warranty Non compliant items Compliance Description

5.1.9 Data compression device options Non compliant items Compliance Description

5.1.10 Quick Deployment Kit Non compliant items Compliance Description

5.1.11 Services to be supported 5.1.11.1.1 Public IP addresses

Non compliant items Compliance Description

5.1.11.1.2 Internet access & firewalling Non compliant items Compliance Description

5.1.11.1.3 QoS (Quality of Service) scheme Non compliant items Compliance Description

5.1.11.1.4 Traffic separation by Agency if more than one UN Agency Non compliant items Compliance Description

5.1.11.1.5 Terrestrial Backhaul Non compliant items Compliance Description

5.1.11.1.6 Hosting Non compliant items Compliance Description

5.1.11.1.7 Hub telephony infrastructure Non compliant items Compliance Description

5.1.11.1.8 On-net telephony Non compliant items Compliance Description

5.1.11.1.9 Off-net telephony Non compliant items Compliance

30

Description 5.1.11.1.10 Dial in services

Non compliant items Compliance Description

5.1.11.1.11 Off-net Billing Non compliant items Compliance Description

5.1.12 Service Management 5.1.12.1.1 Service Level Agreements & associated penalties

Non compliant items Compliance Description

5.1.12.1.2 Availability Non compliant items Compliance Description

5.1.12.1.3 Monitoring reporting & reviewing Non compliant items Compliance Description

5.1.13 Site installation & migration Non compliant items Compliance Description

5.1.14 Repair and maintenance Non compliant items Compliance Description

5.1.15 Training/Certification of UNDP personnel Non compliant items Compliance Description

5.1.16 Spares Non compliant items Compliance Description

5.1.17 Service desk & fault management Non compliant items Compliance Description

5.1.18 Escalation procedures Non compliant items Compliance Description

5.1.19 Change management 5.1.19.1.1 Review periods

Non compliant items Compliance Description

5.1.19.1.2 Moves/Additions/Changes & Deletions (MACDs) Non compliant items Compliance Description

5.1.19.1.3 Migration planning for existing outstations Non compliant items Compliance Description

5.1.19.1.4 Acceptance procedures Non compliant items

31

Compliance Description

5.1.19.1.5 Pre implementation testing Non compliant items Compliance Description

5.1.19.1.6 Decommissioning Non compliant items Compliance Description

5.1.19.1.7 Migration planning on termination of LTA Non compliant items Compliance Description

5.1.20 Capacity management 5.1.20.1.1 Satellite bandwidth

Non compliant items Compliance Description

5.1.20.1.2 Internet total capacity & upgrade policy Non compliant items Compliance Description

5.1.20.1.3 Leased lines upgrade path, redundancy options etc Non compliant items Compliance Description

5.1.20.1.4 Hub infrastructure capacity & upgrade policy Non compliant items Compliance Description

Item Description Compliance

Yes/No/ Pricing provided

5.1.21 Hosting

Non compliant items Pricing Description

5.1.22 Internet access bandwidth per Mbps

Non compliant items Pricing Description

5.1.23 Terrestrial Backhaul

Non compliant items Pricing Description

5.1.24 Telephony Service pricing

Non compliant items Pricing Description

Pricing Description

5.1.25 Lease to own

Non compliant items Pricing Description

5.1.26 Decommissioning and early termination costs

Non compliant items Pricing Description

32

5.1.27 Low power consumption and extended autonomy outstation options

Non compliant items Pricing Description

5.1.28 Data compression devices and service management

Non compliant items Pricing Description

5.1.29 Other Bidder response instructions with regards to Price:

Non compliant items Pricing Description

33

6 Annexes

6.1 Class of Service based QoS (Quality of Service) management UNDP would like to apply the Class of Service model for delivering End-to-End IP connectivity. The aim is to provide a

clear interface for mapping current and future application traffic to the system and provide end-to-end service

delivery with guaranteed quality of service.

Proposal should include the design of the QoS that can prioritize voice video and ERP traffic to ensure better voice and

video calls and at the same time ensure high quality access to UNDP Corporate servers. Detail Class of service scheme

will be determined during LTA/SLA negotiation. UNDP reserves the right to change QoS scheme at any time.

.

6.2 Terrestrial connectivity end points

Organisation Link Addresses Termination Points

UNDP 1 E1

Mid-termolen 3, 3rd Floor Computer Room,

DK-2100 Copenhagen, Denmark (telephone

number +45 3546 7000)

UNDP 2 E1/T1

304 East 45th

Street, Computer room 5th floor

New York, NY 10017, USA (telephone number

+1-212-906-5533)

OCHA Up to 1E1

Palais de Nations, 8-14 Ave de la Paix, 1201

Geneve, Switzerland (telephone number +41

22 917 1234)

OCHA Up to 1E1

UNITED NATIONS LOGISTICS BASE, c/o

Aeroporto Militare Pierozzi, Piazza Del Vento,

1, 72011 Brindisi, Italy (telephone number +39

0831 05 6111)

6.3 Top 30 telephony destinations

Call Destination TOTAL, in minutes

Usa 1120508.30

Uk 495438.31

France 441742.10

Switzerland 424440.00

Senegal 228993.81

South Africa 214227.01

Kenya 212039.23

Denmark 199410.00

Germany 185550.66

Italy 150200.00

Thailand 143984.00

Netherlands 103609.00

Congo Dem. Rep. 101578.65

Congo 101214.27

Ethiopia 92515.87

Belgium 84061.00

Norway 79430.00

Austria 77045.00

India 75950.00

Ivory Coast 71334.95

Nigeria 69000.00

Russia 69000.00

Slovakia 69000.00

Sweden 67143.00

Spain 63804.00

Pakistan 63753.00

Benin 54560.57

Japan 51823.00

Cameroon 49567.05

34

Uganda 43348.33

6.4 Bidding Information

6.5 Cost of proposal The successful Bidder shall bear all costs associated with the preparation and submission of the Proposal; UNDP

will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation.

No obligation to contract

This Request for Proposal in no way commits UNDP to any obligation to contract with Bidders or any other

service provider or third party for services described in this Request for Proposal.

6.6 Solicitation Documents

Contents of Sollicitation Documents Proposals must offer services for the total requirement. Proposals offering only part of the requirement will be

rejected. Bidders must examine all corresponding instructions, forms, terms, and specifications contained in

the Solicitation Documents. Failure to comply with these documents will be at the Bidder’s risk and may affect

the evaluation of the Proposal.

Clarification of Solicitation Documents A prospective Bidder requiring any clarification of the Solicitation Documents may notify UNDP in writing via

email as indicated below. UNDP will respond in writing or email to any request for clarification of the

Solicitation Documents that it receives earlier than 23 March 2011 prior to the deadline for the submission of

Proposals. Written copies of the organization’s response (including an explanation of the query but without

identifying the source of inquiry) will be sent to all prospective Bidders that have received Solicitation

Documents. The deadline for submission of clarification questions is 12:00 noon EDT on 23rd

March 2011.

Queries should be sent via email only to [email protected] and cc to [email protected]

Amendments of Solicitation Documents At any time prior to the deadline for submission of Proposals, UNDP may, for any reason, whether at its own

initiative or in response to a clarification requested by a prospective Bidder, modify the Solicitation Documents

by amendment.

Prospective bidders are therefore advised to regularly check the UNDP procurement website

<http://www.undp.org/procurement/> for amendments.

All prospective Bidders that have received Solicitation Documents will be notified in writing of all amendments

to Solicitation Documents.

In order to afford prospective Bidders reasonable time in which to take the amendments into account in

preparing their offers, UNDP may, at their sole discretion, extend the deadline for the submission of Proposals.

6.7 Preparation of Proposals

Language of the proposal

Proposals prepared by Bidders and all correspondence and documents relating to the Proposal exchanged by

Bidders and UNDP shall be written in the English language. Any printed literature furnished by Bidders may be

written in other languages, so long as it is accompanied by an English translation of its pertinent passages in

which case, for purposes of interpretation of the Proposal, the English translation shall govern.

Documents comprising the Proposal

The Proposal shall comprise the following components:

a) RFP Acknowledgement Form

b) Compliance Table in provision 5 of RFP (pass/fail checklist)

35

c) Technical and Management part of the Proposal, including documentation to demonstrate that the

Bidder meets all requirements, clearly separating the proposals for each Category in according with

Terms of Reference and Attachments

d) Price schedule, completed in accordance with proposal submission format.( Annex 7)

6.8 Export License

All bidders/vendors must aware that the goods and services are for the benefit of the Government under UNDP’s

development assistance framework and goods purchased will normally be transferred to the national partners, or

to an entity nominated by it, in accordance with UNDP’s policies and procedures.

The bidder/vendor shall include in their proposal:

• A statement whether any import or export licenses are required in respect of the goods to be purchased or

service to be rendered including any restrictions on the country of origin, use/dual use nature of goods or

services, including and disposition to end users;

• Confirmation that he has obtained licenses of this nature in the past and have an expectation of obtaining all

the necessary licenses should their bid be successful.

• The bidder should indicate whether he has any restrictions to provide services to any countries including to

the ones listed below . If there are such, the bidder shall provide the reasons for the restrictions to those

countries:

1. Cuba 2. North Korea 3. Iran 4. Libya 5. Uzbekistan 6. Afghanistan 7. Sudan

8. Myanmar

9. Somalia

6.9 Technical Proposal form

The Bidder shall structure the technical part of its Proposal according to evaluation points outlined in Clause 6.11

below. The Technical Proposal will be evaluated against the criteria detailed in Clause 6.11 of this Instruction.

The Offeror shall structure the operational and technical part of its Proposal as follows:

(a) Management plan

This section should provide corporate orientation to include the year and state/country of incorporation and a

brief description of the Offeror’s present activities. It should focus on services related to the Proposal.

This section should also describe the organisational unit(s) that will become responsible for the contract, and the

general management approach towards a project of this kind. The Offeror should comment on its experience in

similar projects and identify the person(s) representing the Offeror in any future dealing with the procuring UNDP

entity.

(b) Resource plan

This should fully explain the Offeror’s resources in terms of personnel and facilities necessary for the performance

of this requirement. It should describe the Offeror’s current capabilities/facilities and any plans for their

expansion.

36

(c) Proposed methodology

This section should demonstrate the Offeror’s responsiveness to the specification by identifying the specific

components proposed, addressing the requirements, as specified, point by point; providing a detailed description

of the essential performance characteristics proposed warranty; and demonstrating how the proposed

methodology meets or exceeds the specifications.

The operational and technical part of the Proposal should not contain any pricing information whatsoever on the

services offered. Pricing information shall be separated and only contained in the appropriate Price Schedules.

(d) Capacity and Experience of Organization / Firm

This section should describe the organizational unit(s) that will be responsible for the contract, and the general

management approach towards this project. This should fully explain the Bidder’s resources in terms of technical,

personnel and other resources necessary for achieving project results. This section should also provide

orientation to the organization / firm including the year and state/country of incorporation and a brief description

of the Bidder’s present activities (focusing on services related to the Proposal). The Bidder should describe its

experience in similar projects.

The technical proposal should not contain any pricing information whatsoever on the services offered. Pricing

information shall be separated and only contained in the appropriate Price Schedule.

It is mandatory that the Bidder’s Proposal numbering system corresponds with the numbering system used in the

body of this RFP. All references to descriptive material and brochures should be included in the appropriate

response paragraph, though material/documents themselves may be provided as annexes to the

Proposal/response.

Information which the Offeror considers proprietary, if any, should be dearly marked “proprietary” next to the

relevant part of the text and it will then be treated as such accordingly.

Proposal currency

All prices shall be quoted in US dollars.

Period of validity of proposals Proposals shall remain valid for one hundred twenty (120) days after the date of Proposal submission

prescribed by UNDP, pursuant to the deadline clause. A Proposal valid for a shorter period may be rejected by

UNDP on the grounds that it is non-responsive.

In exceptional circumstances, UNDP may solicit the Bidder’s consent to an extension of the period of validity.

The request and the responses thereto shall be made in writing. A Bidder granting the request will not be

required nor permitted to modify its Proposal.

Format and signing of proposals

(a) The Offeror shall prepare the Proposal in two parts: the Operational and Technical component and the

Financial component. Below are number of copies to be submitted:

(i) One hard copy marked “Original Operational and Technical Proposal”

(ii) Five copies of a CD read-only media of the “Operational and Technical Proposal”

(iii) One hard copy marked “Original Pricing Proposal”

(iv) One copy of a CD read-only media of the “Pricing Proposal” to be placed in inner envelope of

“Original Pricing Proposal”

(b) In the event of any discrepancy between these copies, the hard copy marked “Original” shall govern.

The original Proposal (both Technical and Financial) shall be typed or written in indelible ink and shall be

signed by the Offeror or a person or persons duly authorised to bind the Offeror to the contract. The latter

authorization shall be indicated by written power-of-attorney accompanying the Proposal.

37

A Proposal shall contain no interlineations, erasures, or overwriting except, as necessary to correct errors made

by the Offeror, in which case such corrections shall be initialed by the person or persons signing the Proposal.

6.10 Submission of Proposals

Sealing and marking of proposals

The Offeror shall seal the Proposal in one outer and two (for Technical and Financial offers) inner envelopes, as

detailed in clause 6.10 above.

a) The outer envelope shall be addressed to:

United Nations Development Programme

Bureau of Management/ Procurement Support Office

United Nations Development Programme (UNDP)

1 UN Plaza

New York 10017, USA

Attention:

Procurement Support Office/Central Procurement Unit

United Nations Development Programme (UNDP)

Bureau of Management (BoM)

1 UN Plaza New York, NY 10017

USA

And marked with “RFP/UNDP/OIST-LTA/002/2011 - for VSAT Services”

b) Both inner envelopes shall indicate the name and address of the Bidder. The first inner envelope shall

contain the managerial and technical response with the appropriate, signed Annex (from Chapter 5), and with

the copies duly marked “Original” and “Copy.” The second inner envelope shall include the price schedule duly

identified as such. Technical and Price proposals shall be marked “Technical Proposal” and “Price Proposal” on

the outer envelopes respectively.

Note: If the inner envelopes are not sealed and marked as per the instructions in this clause, UNDP will not

assume responsibility for the Proposal’s misplacement or premature opening.

Deadline for submission of proposals Proposals must be received by UNDP at the address specified under clause Sealing and marking of Proposals no

later than 15 April 2011, by 5:00 p.m. US Eastern Standard Time.

UNDP may, at its own discretion, extend this deadline for the submission of Proposals by amending the

solicitation documents in accordance with clause Amendments of Solicitation Documents, in which case all

rights and obligations of UNDP and Bidders previously subject to the deadline will thereafter be subject to the

deadline as extended.

Late Proposals Any Proposal received by UNDP after the deadline for submission of proposals, pursuant to clause Deadline for

the submission of proposals, will be rejected.

WE STRONGLY RECOMMEND THAT PROPOSALS BE SENT BY COURIER OR BE HAND-DELIVERED.

Modification and withdrawal of Proposals Bidders may withdraw a Proposal after the Proposal’s submission, provided that written notice of the

withdrawal is received by UNDP prior to the deadline prescribed for submission of Proposals.

The Bidder’s withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the

provisions of clause Deadline for Submission of Proposals. The withdrawal notice may also be sent by Telex or

FAX but followed by a signed confirmation copy.

38

No Proposal may be modified subsequent to the deadline for submission of proposals.

No Proposal may be withdrawn in the interval between the deadline for submission of proposals and the

expiration of the period of proposal validity specified by the Bidder on the Proposal Submission Form.

6.11 Opening and Evaluation of Proposals

Opening of proposals A committee comprising representation from UNDP and its Partners will open the proposals from Bidders.

Clarification of proposals To assist in the examination, evaluation, and comparison of Proposals, UNDP may at its discretion ask Bidders

for clarification of a Proposal. The request for clarification and the response shall be in writing and no change in

price or substance of the Proposal shall be sought, offered, or permitted.

Preliminary examination UNDP will examine the Proposals to determine whether they are complete, whether any computational errors

have been made, whether the documents have been properly signed, and whether Proposals are generally in

order.

Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and

the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the

total price shall be corrected. If the Bidder does not accept the correction of errors, its Proposal will be

rejected. If there is a discrepancy between words and figures the amount in words will prevail.

Prior to the detailed evaluation, UNDP will determine the substantial responsiveness of each Proposal to the

Request for Proposals (RFP). For purposes of these Clauses, a substantially responsive Proposal is one that

conforms to all the terms and conditions of the RFP without material deviations. UNDP’s determination of a

Proposal’s responsiveness is based on the contents of the Proposal itself without recourse to extrinsic

evidence.

A Proposal determined as not substantially responsive will be rejected by UNDP and may not subsequently be

made responsive by the Bidder by correction of the non-conformity.

6.12 Evaluation Criteria An Evaluation Panel will be formed, consisting of designated representatives of the participating UNDP

Offices, to evaluate the proposals received by the specified Closing Date and Time, and which are in

conformity with the requirements as defined in the RFP document.

A three-stage procedure will be utilized in evaluating the Proposals.

In the First Stage, the Summary of PASS/FAIL Requirements (Compliance Table, Provision 5.1 Technical

Compliance Table) is examined to verify that Respondent will comply with all mandatory requirements.

Respondent proposals that fail to comply with any of the specified mandatory requirement will not be

considered further.

In the Second Stage, the Operational and Technical component is evaluated on the basis of its responsiveness

to the Terms of Reference (TOR) – without any Financial component being opened and evaluated. Technical

Proposals that fail to meet the minimum score of 70% of the obtainable score of 1000 points will be

eliminated from further consideration.

The technical proposal is evaluated on the basis of its responsiveness to the Term of Reference (TOR).

In the Second Stage, the Financial Proposal of the Technical Proposals which have attained a minimum 70% (

700 out of 1000 technical points) score in the technical evaluation will be evaluated. For the overall

evaluation the Technical Proposal will be weighted at 50% and the Financial Proposal at 50%.

39

There is no commitment or obligation on the part of the UNDP to accept any proposal or part thereof that is

received in response to this request, nor shall there be any obligation to acquire all or part of the services or

equipment proposed. No reimbursement of expenses related to the preparation of any response will be

made by the UNDP.

However, it is intended that negotiations will be finalized and the LTA will be signed with the Contractors

with the highest combined score in both the technical and the financial proposals.

There is no obligation by the UNDP to reveal, or discuss with any Bidder, how a Proposal was assessed, or to

provide any other information relative to the evaluation process.

Technical Evaluation Criteria

Evaluation forms for technical proposals follow on the next two pages. The obtainable number of points

specified for each evaluation criterion indicates the relative significance or weight of the item in the overall

evaluation process. The Technical Proposal Evaluation Forms are:

Form 1: Expertise of Firm / Organization Submitting Proposal

Form 2: Conformance to Technical Requirements

Note: The score weights and points obtainable in the evaluation sheet are tentative and could be changed

depending on the need or major attributes of technical proposal.

Technical Proposal Evaluation

Form 1

Points

obtainable

Company / Other Entity

A B C D E

Expertise of firm / organization submitting proposal

1.1 Reputation of Organization and Staff (Competence /

Reliability)

40

1.2 Litigation and Arbitration history 5

1.3 General Organizational Capability which is likely to

affect implementation (i.e. loose consortium,

holding company or one firm, size of the firm /

organization, strength of project management

support e.g. project financing capacity and project

management controls)

40

1.4 Extent to which any work would be subcontracted

(subcontracting carries additional risks which may

affect project implementation, but properly done it

offers a chance to access specialized skills.

25

1.5 Quality assurance procedures, warranty

80

1.6 Relevance of:

- Specialized Knowledge

- Experience on Similar Programme / Projects

- Experience on Projects in the Africa and Asia

Regions

- Work for UNDP/ major multilateral/ or bilateral

programs

- Key Personnel and their experience

210

400

Technical Proposal Evaluation

Form 2

Points

Obtainable

Company / Other Entity

A B C D E

Conform to Technical Requirements

2.1 To what degree does the Offeror understand the 100

40

requirements?

2.2 Have the important aspects of the Project been

addressed in sufficient detail?

125

2.3 Is the conceptual framework adopted appropriate

for the Project?

50

2.4 Is the scope of Project well defined and does it

conform to the Technical Requirements?

250

2.5 Is the presentation clear and is the sequence of

activities and the planning logical, realistic and

promise efficient implementation of the project?

75

600

Price Evaluation

Price proposals of technically responsive proposals will be reviewed. Arithmetical errors will be rectified on the

following basis: If there is a discrepancy between the unit price and the total price, the lower price shall prevail

and the higher price shall be corrected. If the Bidder does not accept the correction of errors, its Proposal will be

rejected. If there is a discrepancy between words and figures the amount in words will prevail.

The price schedule will be scored on the basis of overall costs for the delivery of the services. The financial

evaluation will assign a score of 1000 to the institution offering the lowest price of those proposals that attained

at least the 70% of the technical score required. The rest of the offers will receive lower scores proportional with

the price differences according to the following formula:

LPO: Lowest price offered

EOi: Economic offer of the Offeror “i”

Score: Score obtained by the Offeror “i”, in the financial evaluation.

10001: ⋅

−−i

ii EO

LPOEOScore

AWARD OF CONTRACT

Award criteria, award of contract

UNDP reserves the right to accept or reject any Proposal, and to annul the solicitation process and reject all

Proposals at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or

any obligation to inform the affected Bidder or Bidders of the grounds for UNDP’s action.

UNDP reserves the right to enter into negotiation with respect to one or more proposals prior to the award of a

contract, split an award/awards and to consider localized award/awards between any Bidders in any combination,

as it may deem appropriate without prior written acceptance of the Bidders.

Prior to expiration of the period of proposal validity, UNDP will award the contracts to the qualified Bidders

whose Proposal after being evaluated and achieved the highest combined scores of technical and price

component as per below formula:

Summary of Technical Proposal

Evaluation Forms

Score Weight Points

Obtainable

Company / Other Entity

A B C D E

1. Expertise of Firm / Organization

submitting Proposal

40%

400

3.

Conform to Technical Requirements

60%

600

Total

1000

41

The weights given to the technical and financial proposals are: T= 0.5 , F=0.5 The highest score will be calculated by formula: HS = Ts x 0.5 + Fs x 0.5

(HS= Highest Score, Ts= Technical Score, Fs = Financial Score)

This Long Term Agreement is subject to the General Conditions of Contract (GCC) (refer to 6.13 provision). If the bidder declines or proposes a major deviation to the GCC, UNDP reserves the right to decline the offer of the bidder.

To assure coverage of all locations with required VSAT services UNDP may contract several vendors. For specific

locations UNDP may use secondary informal bidding among LTA vendors by soliciting quotations.

As part of transparency in procurement process, UNDP posts all contract awards on its website. The bidders who

participated in the bid are therefore encouraged to visit <http://www.undp.org/procurement/ to seek

information on contract award for this tender.

UNDP right to vary requirements at time of award UNDP reserves the right at the time of award of contract to vary the quantity of services and goods specified in

the RFP without any change in price or other terms and conditions.

Signing of the contract Within 30 days of receipt of the contract, the successful Bidder shall sign and date the contract and return it to

the Purchaser.

Performance security: N/A

Audits and investigations:

Each invoice paid by UNDP shall be subject to a post-payment audit by auditors, whether internal or external, of

UNDP or the authorized agents of the UNDP at any time during the term of the Contract and for a period of three

(3) years following the expiration or prior termination of the Contract. The UNDP shall be entitled to a refund

from the Contractor for any amounts shown by such audits to have been paid by the UNDP other than in

accordance with the terms and conditions of the Contract. Should the audit determine that any funds paid by

UNDP have not been used as per contract clauses; the company shall reimburse such funds forthwith. Where the

company fails to reimburse such funds, UNDP reserves the right to seek recovery and/or to take any other action

as it deems necessary.

The Contractor acknowledges and agrees that, at anytime, UNDP may conduct investigations relating to any

aspect of the Contract, the obligations performed under the Contract, and the operations of the Contractor

generally. The right of UNDP to conduct an investigation and the Contractor’s obligation to comply with such an

investigation shall not lapse upon expiration or prior termination of the Contract. The Contractor shall provide its

full and timely cooperation with any such inspections, post-payment audits or investigations. Such cooperation

shall include, but shall not be limited to, the Contractor’s obligation to make available its personnel and any

documentation for such purposes and to grant to UNDP access to the Contractor’s premises. The Contractor shall

require its agents, including, but not limited to, the Contractor’s attorneys, accountants or other advisers, to

reasonably cooperate with any inspections, post-payment audits or investigations carried out by UNDP

hereunder.

Anti-terrorism:

The Contractor agrees to undertake all reasonable efforts to ensure that none of the UNDP funds received under

this Contract are used to provide support to individuals or entities associated with terrorism and that the

recipients of any amounts provided by UNDP hereunder do not appear on the list maintained by the Security

Council Committee established pursuant to resolution 1267 (1999). The list can be accessed via

http://www.un.org/Docs/sc/committees/ 1267/ 1267ListEng.htm. This provision must be included in all sub-

contracts or sub-agreements entered into under this Contract.

Security:

The responsibility for the safety and security of the Contractor and its personnel and property, and of UNDP’s

property in the Contractor’s custody, rests with the Contractor.

The Contractor shall:

a) put in place an appropriate security plan and maintain the security plan, taking into account the security

situation in the country where the services are being provided;

42

b) assume all risks and liabilities related to the Contractor’s security, and the full implementation of the

security plan.

c) UNDP reserves the right to verify whether such a plan is in place, and to suggest modifications to the

plan when necessary. Failure to maintain and implement an appropriate security plan as required

hereunder shall be deemed a breach of this contract. Notwithstanding the foregoing, the Contractor

shall remain solely responsible for the security of its personnel and for UNDP’s property in its custody as

set forth in paragraph a) above.

6.13 The General Conditions of Contract

1. LEGAL STATUS

The Contractor shall be considered as having the legal status of an independent contractor vis-à-vis the UNDP.

The Contractor's personnel and sub-contractors shall not be considered in any respect as being the employees or

agents of the UNDP or the United Nations.

2. SOURCE OF INSTRUCTIONS

The Contractor shall neither seek nor accept instructions from any authority external to the UNDP in connection

with the performance of its services under this Contract. The Contractor shall refrain from any action, which may

adversely affect the UNDP or the United Nations and shall fulfill its commitments with the fullest regard to the

interests of the UNDP.

3. CONTRACTOR'S RESPONSIBILITY FOR EMPLOYEES

The Contractor shall be responsible for the professional and technical competence of its employees and will

select, for work under this Contract, reliable individuals who will perform effectively in the implementation of this

Contract, respect the local customs, and conform to a high standard of moral and ethical conduct.

4. ASSIGNMENT

The Contractor shall not assign, transfer, pledge or make other disposition of this Contract or any part thereof, or

any of the Contractor's rights, claims or obligations under this Contract except with the prior written consent of

the UNDP.

5. SUB-CONTRACTING

In the event the Contractor requires the services of sub-contractors, the Contractor shall obtain the prior written

approval and clearance of the UNDP for all sub-contractors. The approval of the UNDP of a sub-contractor shall

not relieve the Contractor of any of its obligations under this Contract. The terms of any sub-contract shall be

subject to and conform to the provisions of this Contract.

6. OFFICIALS NOT TO BENEFIT

The Contractor warrants that no official of the UNDP or the United Nations has received or will be offered by the

Contractor any direct or indirect benefit arising from this Contract or the award thereof. The Contractor agrees

that breach of this provision is a breach of an essential term of this Contract.

7. INDEMNIFICATION

The Contractor shall indemnify, hold and save harmless, and defend, at its own expense, the UNDP, its officials,

agents, servants and employees from and against all suits, claims, demands, and liability of any nature or kind,

including their costs and expenses, arising out of acts or omissions of the Contractor, or the Contractor's

employees, officers, agents or sub-contractors, in the performance of this Contract. This provision shall extend,

inter alia, to claims and liability in the nature of workmen's compensation, products liability and liability arising

out of the use of patented inventions or devices, copyrighted material or other intellectual property by the

Contractor, its employees, officers, agents, servants or sub-contractors. The obligations under this Article do not

lapse upon termination of this Contract.

8. INSURANCE AND LIABILITIES TO THIRD PARTIES

8.1 The Contractor shall provide and thereafter maintain insurance against all risks in respect of its property and

any equipment used for the execution of this Contract.

8.2 The Contractor shall provide and thereafter maintain all appropriate workmen's compensation insurance or its

equivalent, with respect to its employees to cover claims for personal injury or death in connection with this

Contract.

43

8.3 The Contractor shall also provide and thereafter maintain liability insurance in an adequate amount to cover

third party claims for death or bodily injury, or loss of or damage to property, arising from or in connection

with the provision of services under this Contract or the operation of any vehicles, boats, airplanes or other

equipment owned or leased by the Contractor or its agents, servants, employees or sub-contractors

performing work or services in connection with this Contract.

8.4 Except for workmen's compensation insurance, the insurance policies under this Article shall:

a) Name the UNDP as additional insured

b) Include a waiver of subrogation of the Contractor's rights to the insurance carrier against the UNDP

c) Provide that the UNDP shall receive thirty (30) days written notice from the insurers prior to any

cancellation or change of coverage

8.5 The Contractor shall, upon request, provide the UNDP with satisfactory evidence of the insurance required

under this Article.

9. ENCUMBRANCES/LIENS

The Contractor shall not cause or permit any lien, attachment or other encumbrance by any person to be placed

on file or to remain on file in any public office or on file with the UNDP against any monies due or to become due

for any work done or materials furnished under this Contract, or by reason of any other claim or demand against

the Contractor.

10. TITLE TO EQUIPMENT

Title to any equipment and supplies that may be furnished by the UNDP shall rest with the UNDP and any such

equipment shall be returned to the UNDP at the conclusion or termination of this Contract, or when no longer

needed by the Contractor to complete the contract. Such equipment, when returned to the UNDP, shall be in the

same condition as when delivered to the Contractor, subject to normal wear and tear. The Contractor shall be

liable to compensate the UNDP for equipment determined to be damaged or degraded beyond normal wear and

tear.

11. COPYRIGHT, PATENTS AND OTHER PROPRIETARY RIGHTS

The UNDP shall be entitled to all intellectual property and other proprietary rights including but not limited to

patents, copyrights, and trademarks, with regard to products, or documents and other materials which bear a

direct relation to or are produced or prepared or collected in consequence of or in the course of the execution of

this Contract. At the UNDP' request, the Contractor shall take all necessary steps, execute all necessary

documents and generally assist in securing such proprietary rights and transferring them to the UNDP in

compliance with the requirements of the applicable law.

12. USE OF NAME, EMBLEM OR OFFICIAL SEAL OF THE UNDP OR THE UNITED NATIONS

The Contractor shall not advertise or otherwise make public the fact that it is a Contractor with the UNDP, nor

shall the Contractor, in any manner whatsoever use the name, emblem or official seal of the UNDP or the United

Nations, or any abbreviation of the name of the UNDP or the United Nations in connection with its business or

otherwise.

13. CONFIDENTIAL NATURE OF DOCUMENTS AND INFORMATION

13.1 All maps, drawings, photographs, mosaics, plans, reports, recommendations, estimates, documents and

all other data compiled by or received by the Contractor under this Contract shall be the property of the

UNDP, shall be treated as confidential and shall be delivered only to the UNDP authorized officials on

completion of work under this Contract.

13.2 The Contractor may not communicate at any time to any other person, Government or authority

external to the UNDP, any information known to it by reason of its association with the UNDP which has

not been made public except with the authorization of the UNDP; nor shall the Contractor at any time use

such information to private advantage. These obligations do not lapse upon termination of this Contract.

14. FORCE MAJEURE; OTHER CHANGES IN CONDITIONS

14.1 Force majeure, as used in this Article, means acts of God, war (whether declared or not), invasion,

revolution, insurrection, or other acts of a similar nature or force that are beyond the control of the Parties.

44

14.2 In the event of and as soon as possible after the occurrence of any cause constituting force majeure, the

Contractor shall give notice and full particulars in writing to the UNDP, of such occurrence or change if the

Contractor is thereby rendered unable, wholly or in part, to perform its obligations and meet its

responsibilities under this Contract. The Contractor shall also notify the UNDP of any other changes in

conditions or the occurrence of any event that interferes or threatens to interfere with its performance of

this Contract. The notice shall include steps proposed by the Contractor to be taken including any

reasonable alternative means for performance that is not prevented by force majeure. On receipt of the

notice required under this Article, the UNDP shall take such action as, in its sole discretion, it considers to

be appropriate or necessary in the circumstances, including the granting to the Contractor of a reasonable

extension of time in which to perform its obligations under this Contract.

14.3 If the Contractor is rendered permanently unable, wholly, or in part, by reason of force majeure to

perform its obligations and meet its responsibilities under this Contract, the UNDP shall have the right to

suspend or terminate this Contract on the same terms and conditions as are provided for in Article 15,

"Termination", except that the period of notice shall be seven (7) days instead of thirty (30) days.

15. TERMINATION

15.1 Either party may terminate this Contract for cause, in whole or in part, upon thirty days notice, in writing, to

the other party. The initiation of arbitral proceedings in accordance with Article 16 "Settlement of

Disputes" below shall not be deemed a termination of this Contract.

15.2 The UNDP reserves the right to terminate without cause this Contract at any time upon 15 days prior written

notice to the Contractor, in which case the UNDP shall reimburse the Contractor for all reasonable costs

incurred by the Contractor prior to receipt of the notice of termination.

15.3 In the event of any termination by the UNDP under this Article, no payment shall be due from the UNDP to

the Contractor except for work and services satisfactorily performed in conformity with the express terms

of this Contract. The Contractor shall take immediate steps to terminate the work and services in a prompt

and orderly manner and to minimize losses and further expenditures.

15.4 Should the Contractor be adjudged bankrupt, or be liquidated or become insolvent, or should the Contractor

make an assignment for the benefit of its creditors, or should a Receiver be appointed on account of the

insolvency of the Contractor, the UNDP may, without prejudice to any other right or remedy it may have,

terminate this Contract forthwith. The Contractor shall immediately inform the UNDP of the occurrence of

any of the above events.

16. SETTLEMENT OF DISPUTES

16.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably any dispute, controversy or claim arising out of, or

relating to this Contract or the breach, termination or invalidity thereof. Where the parties wish to seek such an

amicable settlement through conciliation, the conciliation shall take place in accordance with the UNCITRAL

Conciliation Rules then obtaining, or according to such other procedure as may be agreed between the parties.

16.2 Arbitration

Unless, any such dispute, controversy or claim between the Parties arising out of or relating to this Contract or

the breach, termination or invalidity thereof is settled amicably under the preceding paragraph of this Article

within sixty (60) days after receipt by one Party of the other Party's request for such amicable settlement, such

dispute, controversy or claim shall be referred by either Party to arbitration in accordance with the UNCITRAL

Arbitration Rules then obtaining, including its provisions on applicable law. The arbitral tribunal shall have no

authority to award punitive damages. The Parties shall be bound by any arbitration award rendered as a result of

such arbitration as the final adjudication of any such controversy, claim or dispute.

17. PRIVILEGES AND IMMUNITIES

Nothing in or relating to this Contract shall be deemed a waiver, express or implied, of any of the privileges and

immunities of the United Nations, including its subsidiary organs.

18. TAX EXEMPTION

18.1 Section 7 of the Convention on the Privileges and Immunities of the United Nations provides, inter-alia, that

the United Nations, including its subsidiary organs, is exempt from all direct taxes, except charges for

45

public utility services, and is exempt from customs duties and charges of a similar nature in respect of

articles imported or exported for its official use. In the event any governmental authority refuses to

recognize the United Nations exemption from such taxes, duties or charges, the Contractor shall

immediately consult with the UNDP to determine a mutually acceptable procedure.

18.2 Accordingly, the Contractor authorizes the UNDP to deduct from the Contractor's invoice any amount

representing such taxes, duties or charges, unless the Contractor has consulted with the UNDP before the

payment thereof and the UNDP have, in each instance, specifically authorized the Contractor to pay such

taxes, duties or charges under protest. In that event, the Contractor shall provide the UNDP with written

evidence that payment of such taxes, duties or charges has been made and appropriately authorized.

19. CHILD LABOR

19.1 The Contractor represents and warrants that neither it, nor any of its suppliers is engaged in any practice

inconsistent with the rights set forth in the Convention on the Rights of the Child, including Article 32

thereof, which, inter alia, requires that a child shall be protected from performing any work that is likely to

be hazardous or to interfere with the child's education, or to be harmful to the child's health or physical

mental, spiritual, moral or social development.

19.2 Any breach of this representation and warranty shall entitle the UNDP to terminate this Contract

immediately upon notice to the Contractor, at no cost to the UNDP.

20. MINES

20.1 The Contractor represents and warrants that neither it nor any of its suppliers is actively and directly

engaged in patent activities, development, assembly, production, trade or manufacture of mines or in such

activities in respect of components primarily utilized in the manufacture of Mines. The term "Mines"

means those devices defined in Article 2, Paragraphs 1, 4 and 5 of Protocol II annexed to the Convention on

Prohibitions and Restrictions on the Use of Certain Conventional Weapons Which May Be Deemed to Be

Excessively Injurious or to Have Indiscriminate Effects of 1980.

20.2 Any breach of this representation and warranty shall entitle the UNDP to terminate this Contract

immediately upon notice to the Contractor, without any liability for termination charges or any other

liability of any kind to the UNDP.

21. OBSERVANCE OF THE LAW

The Contractor shall comply with all applicable laws, ordinances, rules, and regulations bearing upon the

performance of its obligations under the terms of this Contract.

22. AUTHORITY TO MODIFY

No modification or change in this Contract, no waiver of any of its provisions or any additional contractual relationship

of any kind with the Contractor shall be valid and enforceable against the UNDP unless provided by an amendment to

this Contract signed by the authorized official of the UNDP.

46

Proposal Submission Form

Dear Sir / Madam,

Having examined the Solicitation Documents, the receipt of which is hereby duly acknowledged, we, the undersigned,

offer to provide VSAT Services for the sum as may be ascertained in accordance with the Price Schedule attached

herewith and made part of this Proposal.

We undertake, if our Proposal is accepted, to commence and complete delivery of all services specified in the contract

within the time frame stipulated.

We agree to abide by this Proposal for a period of 120 days from the date fixed for opening of Proposals in the

Invitation for Proposal, and it shall remain binding upon us and may be accepted at any time before the expiration of

that period.

We understand that you are not bound to accept any Proposal you may receive.

Dated this day /month of year

Signature

(In the capacity of)

Duly authorized to sign Proposal for and on behalf of

47

7 Proposal Submission Format

7.1 Technical compliance table

Item Description Compliance

Yes/No/

Description

attached

7.1.1 Satellite Bandwidth

7.1.1.1.1 Effect of Dish size on bandwidth pricing

Non compliant

items

Compliance

Description

7.1.1.1.2 Efficient cost effective use of bandwidth

Non compliant

items

Compliance

Description

7.1.1.1.3 Up down scalability

Non compliant

items

Compliance

Description

7.1.1.1.4 Availability – geographical coverage & activation time

Non compliant

items

Compliance

Description

7.1.1.1.5 Short-term bandwidth offerings

Non compliant

items

Compliance

Description

7.1.2 Equipment

7.1.2.1.1 Standardized, scalable equipment Non compliant

items

Compliance

Description

7.1.3 Satellite Communication Technology

7.1.3.1.1 Point to Point (SCPC)

Non compliant

items

Compliance

Description

7.1.3.1.2 Broadcast/Multicast Based Outstation DVB-S2/ACM

Non compliant

items

Compliance

Description

7.1.3.1.3 Low-end outstations DVB-S2/ACM with Contention

Non compliant

items

Compliance

Description

7.1.3.1.4 Satellite Phone Based Broadband Internet access

Non compliant

48

items Compliance

Description

7.1.4 Out of Band remote access

Non compliant

items

Compliance

Description

Follow industry accepted de facto standards – not

excessively proprietary

Non compliant

items

Compliance

Description

7.1.5 Propose technology to make most efficient use of B/W

Non compliant

items

Compliance

Description

7.1.6 Hub equipment, redundancy, power backup and

autonomy

Non compliant

items

Compliance

Description

7.1.7 Ownership of equipment

Non compliant

items

Compliance

Description

7.1.8 Warranty

Non compliant

items

Compliance

Description

7.1.9 Data compression device options

Non compliant

items

Compliance

Description

7.1.10 Quick Deployment Kit

Non compliant

items

Compliance

Description

7.1.11 Services to be supported

7.1.11.1.1 Public IP addresses Non compliant

items

Compliance

Description

7.1.11.1.2 Internet access & firewalling

Non compliant

items

Compliance

Description

49

7.1.11.1.3 QoS (Quality of Service) scheme

Non compliant

items

Compliance

Description

7.1.11.1.4 Traffic separation by Agency if more than one UN

Agency

Non compliant

items

Compliance

Description

7.1.11.1.5 Terrestrial Backhaul

Non compliant

items

Compliance

Description

7.1.11.1.6 Hosting

Non compliant

items

Compliance

Description

7.1.11.1.7 Hub telephony infrastructure

Non compliant

items

Compliance

Description

7.1.11.1.8 On-net telephony

Non compliant

items

Compliance

Description

7.1.11.1.9 Off-net telephony

Non compliant

items

Compliance

Description

7.1.11.1.10 Dial in services

Non compliant

items

Compliance

Description

7.1.11.1.11 Off-net Billing

Non compliant items

Compliance Description

7.1.12Service Management 7.1.12.1.1 Service Level Agreements & associated penalties

Non compliant items

Compliance Description

7.1.12.1.2 Availability Non compliant

items

Compliance

Description

50

7.1.12.1.3 Monitoring reporting & reviewing

Non compliant

items

Compliance

Description

7.1.13 Site installation & migration

Non compliant

items

Compliance

Description

7.1.14 Repair and maintenance

Non compliant

items

Compliance

Description

7.1.15 Training/Certification of UNDP personnel

Non compliant

items

Compliance

Description

7.1.16 Spares

Non compliant

items

Compliance

Description

7.1.17 Service desk & fault management

Non compliant

items

Compliance

Description

7.1.18 Escalation procedures

Non compliant

items

Compliance

Description

7.1.19 Change managementMigration planning on termination

of LTAs

7.1.19.1.1 Review periods Non compliant

items

Compliance

Description

7.1.19.1.2 Moves/Additions/Changes & Deletions (MACDs)

Non compliant

items

Compliance

Description

7.1.19.1.3 Migration planning for existing outstations

Non compliant

items

Compliance

Description

7.1.19.1.4 Acceptance procedures

Non compliant

items

Compliance

51

Description

7.1.19.1.5 Pre implementation testing

Non compliant

items

Compliance

Description

7.1.19.1.6 Decommissioning

Non compliant items

Compliance Description

7.1.19.1.7 Migration planning on termination of LTA Non compliant items

Compliance Description

7.1.20Capacity management 7.1.20.1.1 Satellite bandwidth

Non compliant items

Compliance Description

7.1.20.1.2 Internet total capacity & upgrade policy Non compliant items

Compliance Description

7.1.20.1.3 Leased lines upgrade path, redundancy options etc Non compliant items

Compliance Description

7.1.20.1.4 Hub infrastructure capacity & upgrade policy Non compliant items

Compliance Description

Item Description Compliance

Yes/No/ Pricing provided

7.1.21 Hosting

Non compliant items Pricing Description

7.1.22 Internet access bandwidth per Mbps

Non compliant items Pricing Description

7.1.23 Terrestrial Backhaul

Non compliant items Pricing Description

7.1.24 Telephony Service pricing

Non compliant items Pricing Description

Pricing Description

52

7.1.25 Lease to own Non compliant items Pricing Description

7.1.26 Decommissioning and early termination costs

Non compliant items Pricing Description

7.1.27Low power consumption and extended autonomy

outstation options

Non compliant items Pricing Description

7.1.28Data compression devices and service management

Non compliant items Pricing Description

7.1.29Other Bidder response instructions with regards to Price:

Non compliant items Pricing Description

7.2 Price Schedule

1. The Respondent is required to submit the Price Schedule in a sealed envelope separate

from the Technical component as indicated in the Instruction to Respondents.

2. All prices/rates quoted must be exclusive of all taxes, since the United Nations, including its

subsidiary organs, is exempt from taxes as detailed in Clause 18 of the UNDP General Conditions for

Contract.

3. Respondent is required to provide a complete list of costs for the proposed solution as

detailed below and in Financial Compliance Table. The Respondent also shall list and price

any optional and additional service elements or features for the proposed solution, and

identify them as accordingly.

a. One-Time Costs

Describe and break down all the one-time costs associated with project management for

preparation and implementation, and for lifecycle management of the proposed solution.

Break down the different one-time cost elements including individual pricing of the equipment

which will be used in UNDP Country Offices. Also provide one-time costs for additional

recommended or optional service elements associated with the proposed solution.

b. Recurring Costs

Describe the recurring costs for the proposed solution. This includes optional and additional

ongoing monthly or annual service costs such as for post-warranty hardware and software

maintenance. Also include the recurring fees for managed service enhancement options

offered within the proposed solution.

c. Usage Charges

Describe any usage charges that UNDP may incur that are not included in the bundled offering

for the proposed solution. Specify.

d. Other Services

Describe all fees – one-time and recurring – associated with any additional VSAT services

proposed.

53

4. Estimates for cost-reimbursable items, if any, such as travel and out of pocket expenses

should be listed separately.

5. The format shown below must be used in preparing the Price Schedule. The format

includes specific expenditures, which may or may not be required or applicable but are

indicated to serve as examples.

7.2.1 Financial compliance table

Bandwidth category

The bandwidths required below are illustrative to facilitate financial comparisons between Bidders.

Single Agency OTC (One-time Cost)

The single, Agency one-time cost will comprise the initial cost of migrating existing hardware to the

new system for the use of one Agency.

Additional Agency OTC (One-time Cost)

The additional Agency one-time cost will comprise the additional cost (delta) of adding a second, third

or fourth Agency to the existing hardware installation with relevant traffic separation, CIR, SLA, etc.

One Time Cost (OTC)

Antenna Size 1.2 meter 1.8 meter 2.4 meter 3.8 meter

Single Agency Total cost:

Cost breakdown

Travel, DSA and all other costs

of installer

Equipment supply

Installation and

commissioning (hub &

outstation)

Assistance with tech info for

licensing

Site survey (at the discretion

of the vendor )

Earthing and lightning

protection to a defined

standard

Equipment Shipping Cost

Monthly Recurring Cost (MRC) – 5 year term

Monthly recurring Charges (MRC)

Antenna Size – 3.8m/2.4m/1.2m

Availability – 99.5%

Technology: (SCPC/SCPC)-(SCPC/DVBS2)-(DVBS2-RCS)

54

Bidders must provide costing for all antenna sizes and technologies for all bandwidth combinations from 64kbps to

4096kbps. MRC charges should include the total payable amount. Submit separate table in the following format for

different antenna size

Moves/Additions/Changes & Deletions Pricing:

UP

Down

64 128 192 …… …… 1984 2048

64

128

….

….

1984

4096

UP

Down

64 128 192 …… …… 1984 2048

64

128

….

….

1984

4096

55

Item Description Pricing

provided 7.2.2.1 Hosting Non compliant items Pricing Description

7.2.2.2 Internet access bandwidth per Mbps Non compliant items Pricing Description

7.2.2.3 Terrestrial Backhaul Non compliant items Pricing Description

7.2.2.4 Telephony Service pricing Non compliant items Pricing Description

Pricing Description

7.2.2.5 Lease to own Non compliant items Pricing Description

7.2.2.6 Decommissioning and early termination costs Non compliant items Pricing Description

7.2.2.7 Low power consumption and extended autonomy

outstation options

Non compliant items Pricing Description

7.2.2.8 Data compression devices and service management Non compliant items Pricing Description

7.2.2.9 Provision of “on demand” bandwidth for

Item Description Compliance

Yes/No/Partial

Pricing provided

7.1.1.1 MACD (Moves/Additions/Changes & Deletions ) costs

I. Outstation category change up or down

II. QoS (Quality of Service) scheme change

III. Decommissioning an outstation and moving it to a

new location

IV. Decommissioning an outstation, refurbishing and

packing for storage

V. Re-commissioning an outstation

VI. Converting a single Agency outstation to a shared

outstation

VII. Adding another Agency to a shared outstation

VIII. Increasing or decreasing Internet capacity

IX. Increasing or decreasing backhaul capacity

X. Change/upgrade of routing equipment

XI. Bandwidth upgrades & downgrades

56

videoconferencing

Non compliant items Pricing Description

7.2.2.10 Other Bidder response instructions with regards to Price: Non compliant items Pricing Description

57

7.3

RFP TIMETABLE

Task Responsible party Due Date

Publish RFP on UNDP Website UNDP 1 March 2011

Email intention to respond Offeror 1 March – 10 March 2011

Bidders Conference UNDP/Offeror 15 March 2011

Email questions/clarifications Offeror 1 March – 23 March 2011, 12p.m. eastern time,

Responses to Offerors question/clarifications UNDP 28 March 2011

Deadline to submit proposal to UNDP Offeror 15 April 2011, 5p.m. eastern time

Internal evaluation, oversight and approval processes

UNDP Estimate 6-8 weeks