ROAD ACCIDENT FUND COMPULSORY BRIEFING SESSION RAF /2014/00035 Date: 26 January 2015 Time: 11:00
ROAD ACCIDENT FUND
COMPULSORY BRIEFING SESSION
RAF /2014/00035
Date: 26 January 2015
Time: 11:00
AGENDA
Background of the RFB
Purpose of the Bid
Evaluation Criteria
Mandatory Documents
Disqualification of Bids
Submission of Bids
Contact details
Questions and Answers
Background
•RAF/2014/00035: Request for bid: Enterprise Architecture Services
Advertised on 16 January 2015
Closing on 05 February 2015
Page 4 [Insert presentation title]
PURPOSE OF THE RFB
The RAF desires to appoint an experienced, suitably qualified and professional service provider to
provide Enterprise Architecture (EA) services for a maximum period of 2 yrs.
The purpose of the bid is to request proposals from competent and highly qualified bidders, who
have sufficient experience in providing Enterprise Architecture (EA) services.
Background of the project
Page 5 [Insert presentation title]
SCOPE OF WORK
In developing the EA, the successful bidder must comply with The Open Group Architecture Framework
(TOGAF) and Government Wide Enterprise Architecture (GWEA) Framework in defining the following:
• Current Architectures – Establishment of a set of architectural products that describe and document the current
state of the enterprise from business functions to technology infrastructure sets the stage for establishing a plan for
moving towards and measuring progress against target architecture. The baseline architecture must include all
requirements as defined within the above mentioned frameworks (TOGAF and GWEA)
• Future Architectures (RABSA) – The target architecture should define a vision of future business operations and
supporting technology ( i.e. A long-term organization blueprint). A key consideration should be determination of the
date of the target, how far into the future is the projected target. Realization of an organization’s mission and vision
statements needs:
•
− A focus on business areas or information needs with the greatest potential payoff for the RAF
− Development of conceptual models and tools to enable decision makers and staff to better recognize,
understand, and discuss information requirements
− An enterprise-wide understanding of the .big picture. and the need for shared information
− A recognition of information as a strategic resource that should be managed using architectures as tools
− Periodic assessments of the RAF’s progress towards its target environment
− Alignment with the RAF’s strategic plan.
Page 6 [Insert presentation title]
SCOPE OF WORK continues……
This target architecture must include all requirements as defined within the above mentioned
frameworks (TOGAF and GWEA)
Gap analysis – Through gap analysis, the service provider must determine the components that need
to be changed to achieve the desired end-state. The gap between baseline and target architectures is
Overcome by a series of incremental builds that lead to the target environment. A gap analysis must
be performed as per the above mentioned frameworks (TOGAF and GWEA)
Migration strategy with an implementation plan to the future architectures – Develop a Migration
strategy with an implementation plan to the future architecture: documents how to change from the
Baseline to the Target. A Transition Plan that will focus on a new or major system upgrade, or on an
accelerated, high priority IT enterprise system change, in accordance with the above mentioned
frameworks (TOGAF and GWEA)
Page 7 [Insert presentation title]
SCOPE OF WORK continues ……
As part of creating EA capability within the RAF the successful bidder will be required to supply,
install, configure and licence an EA tool as a repository to store, maintain, integrate & structure
the EA information.
The EA must include, but not be limited to the following four (4) domains of TOGAF ADM:
• A Business Architecture - this defines the business strategy, governance, organization, and key
business processes
• A Data Architecture - this describes the structure of an organization's logical and physical data
assets and data management resources
• An Applications Architecture - this kind of architecture provides a blueprint for the individual
application systems to be deployed, their interactions, and their relationships to the core business
processes of the organization
• A Technology Architecture - this describes the logical software and hardware capabilities that are
required to support the deployment of business, data, and application services. This includes IT
infrastructure, middleware, networks, communications, processing, standards, etc.
Page 8 [Insert presentation title]
SCOPE OF WORK continues ……
The EA must include, but not be limited to the following core components of TOGAF:
• The TOGAF Architecture Development Method (ADM), which explains how to derive an
Organization specific enterprise architecture that addresses business requirement.
• The enterprise continuum, which is a “virtual repository” of all the architecture assets-
models, patterns, architecture description, etc. - that exist both within the enterprise and in the IT
industry at large, which the enterprise considers itself to have available for the development of
architectures.
• The TOGAF resource base, which is a set of resources- guidelines, templates, background
information, etc. - to help the architecture in the use of the ADM.
The EA tool must also incorporate business process modelling capability according to Business
Process Modelling notation (BPMn) methodology and should be compatible with Microsoft Visio
2013 Professional
Page 9 [Insert presentation title]
SCOPE OF WORK continues ……
The EA tool should be compatible to operate within the following RAF ICT environment:
• RAF ICT consists of a centralised data centre using virtualised hardware on HP blade servers
(XenServer virtualisation) and application virtualisation (XenApp) on Microsoft based operating
systems. SharePoint is used as the primary document management system. Core applications are
hosted on HP-UX operating systems.
• To facilitate the RAF’s understanding and its own responsibilities, the bidder must detail the
installation and operation environment requirements for the proposed EA Tool in respect of
Hardware Requirements – (required CPU, RAM, Disk, OS, etc.). The bidder must also supply
details regarding the future required yearly maintenance and support costs of the licensed EA Tool.
Page 10 [Insert presentation title]
SCOPE OF WORK ends ……
KNOWLEDGE TRANSFER PLAN
Bidders must provide a knowledge transfer plan which shall include, but not limited to, the
following:
• Knowledge transfer on how to use the EA tool, i.e. full tool functionality and training on the tool,
including, adding, updating, deleting items contained within the tool.
• Knowledge transfer of tasks / activities / actions taken during the development of the EA.
• The required number of RAF resources (including certifications) to take-over and manage the EA
capability.
• Project time line required by RAF staff to work alongside the successful bidder during the design
and development of EA.
• Formal sign-off document from Service provider that details monthly progress being made
regarding knowledge transfer to RAF resources during the duration of the project
Page 11 [Insert presentation title]
EVALUATION CRITERIA
The evaluation criteria will be based on the following requirements:
Initial Screening Process: During this phase bidder responses are reviewed to check if bidders
have responded according to RAF RFB document.
Mandatory (Comply or Not Comply) bidders who do not meet the mandatory requirements will
be disqualified.
Technical Functional Requirement (100 points).
Threshold to proceed to price and B-BBEE is 70 points.
Price and B-BBEE Evaluations (90/10 points).
Bidders who score less than 70 points out of 100 on functional / technical criteria will
not be further evaluated on Price and BEE.
EVALUATION CRITERIA AND METHODOLOGY
Page 12 [Insert presentation title]
MANDATORY EVALUATION CRITERIA
MANDATORY REQUIREMENTS
BIDDER MUST INDICATE BY TICKING (√) CORRECT BOX COMPLY/DO NOT COMPLY
7.1.1 Mandatory Comply Not Comply
All architecture resources deployed to the project must be TOGAF certified
with a minimum version 9
Please provide copy of certification of each architecture resources to be
deployed on the project
(Please mark the appropriate box)
Substantiate / Comments:
Page 13 [Insert presentation title]
MANDATORY EVALUATION CRITERIA CONTINUES
7.1.2 Mandatory Comply Not Comply
The bidder must have implemented at least 3 EA projects using TOGAF at a
public entity or government department.
Please provide 3 copies of reference letters as proof from clients where the EA
was implemented.
Reference letters must be on client’s letter head.
(Please mark the appropriate box)
Substantiate / Comments:
Page 14 [Insert presentation title]
MANDATORY EVALUATION CRITERIA End
7.1.3 Mandatory Accept Not Accept
Failure by the RAF and successful bidder(s) to conclude a contract within 21 days
following the issuing of the award letter by the RAF to the preferred bidder(s) will result
in the bid being deemed to be non-responsive, which will entitle the RAF to consider
other responsive bids and award the tender to another bidder or bidders.
(Please mark the appropriate box)
Substantiate / Comments:
7.1.4 Mandatory Accept Not Accept
The bidder(s) confirm that they have read and understood the terms and conditions as
set out in the attached SPA, when terms and conditions the bidder(s) accept in the
event that the RAF award the contract to the bidder(s) pursuant to this bid.
Amendments, deletions or additions to the SPA will not be accepted.
(Please mark the appropriate box)
Substantiate / Comments:
Page 15 [Insert presentation title]
Technical Evaluation Criteria
Functional criteria Points
Experience of the company
The company must have delivered a minimum of three (3) projects using TOGAF. Please provide reference letters as proof for all EA projects implemented
Experience of the resource
The Architecture resource/s that will be delivering the EA must have a minimum of three (3) years’ experience in defining, developing and implementing EA using TOGAF Please provide a copy of a 2 page C.V. for each resource detailing the required three (3) years Experience.
Experience of the specialist
All specialists deployed for the development of the different architecture deliverables should have at least 3 years’ experience in their area of expertise. Please provide a copy of a 2 page C.V. for each resource detailing the required three (3) years Experience.
Project Manager’s experience
The Project Manager must have at least five (5) years of experience implementing EA using TOGAF.
The bidder must provide a copy of a C.V detailing the required five (5) year experience for the Project Manager
in defining, developing and implementing EA using TOGAF.
20
20
10
10
Page 16 [Insert presentation title]
Functional criteria Points
Proposal The bidder must provide a proposal in accordance with the scope of work which shall cover, but not be limited to, the
following: Business Architecture, Data Architecture, Application Architecture and Technology Architecture 5
points
Architecture development cycle such as TOGAF ADM 5 points
Creating and maintain enterprise continuum 5 points
Establishing enterprise capability including TOGAF resource base 5 points
Application of GWEA framework 5 points
Implementation of enterprise architecture tool 5 points
Application of Business Process Modelling notation (BPMn) 5 points
Project Implementation Plan including milestones, deliverables and dates 3 points
Knowledge/skills transfer strategy 2 points
Bidders who score less than 70/100 on functional/technical criteria will not be further evaluated on Price and BEE.
40
Technical Evaluation Criteria
Page 17 [Insert presentation title]
Mandatory Documents
Standard Bidding Document (SBD)
Tax Clearance Certificate
Bid Conditions
BEE certificate
Disqualification of bids
Bidders shall be disqualified if they fail to:
Submit a valid and original tax clearance certificate
Submit true and correct information
Comply with mandatory requirements
Comply with prescribed response format
Page 19 [Insert presentation title]
Original signed bid document and Proposal clearly marked and indexed with all pages numbered.
One (1) original and two (2) hard copies, submitted in a sealed, clearly marked (RAF/2014/00035) envelope , to the address provided below.
Submission Address :
Road Accident Fund
Eco Glades Reception (Block F)
420 Witch-hazel Avenue, Centurion, Pretoria
CLOSING TIME : 11:00 am (PER THE CLOCK AT THE RAF RECEPTION)
Submission of RFB responses
Page 20 [Insert presentation title]
Bid responses sent by courier must reach the reception at least 36 hours before the closing date (05 February 2015), to be deposited into the Bid box. Submission Register must be signed at the reception by bidder when
submitting bid documents.
Important note: Please ensure that the attendance register has been signed Name of company Contact details Late response will not be considered
Submission of Bid responses
Contact Details
All queries must be forwarded to [email protected]
Enquiries and clarification will close on the 30 January 2015@ 12H00.
Q and A pack will be sent to you on 02 February 2015.
Thank you
Questions and
Answers