MINISTRY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (MoICT) JORDAN NATIONAL BROADBAND NETWORK

Similar documents
MINISTRY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (MoICT) JORDAN NATIONAL BROADBAND NETWORK

MINISTRY OF INFORMATION AND COMMUNICATION TECHNOLOGY

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

Request for Proposal (RFP) for Services

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

Request for Proposal: Network Switches

Request for Proposal Environmental Management Software

Prequalification Document for Procurement of Works

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

Provision of Internet Services at NNPC Corporate Headquarters, Abuja

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

Consultants Services, Lump-Sum Remuneration

KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014

RFP ADDENDUM NO. 1

OSWEGO COUNTY PURCHASING DEPARTMENT

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

Video Production Services for the Ontario College of Trades (the College)

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Hosted VoIP RFP. Throughout this document, the word System refers to The Jackson Hinds Library System

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP #

REQUEST FOR PROPOSAL WAN AND INTERNET AND HOSTED VOIP

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

Request for Proposal Permitting Software

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

Policy Number: Policy Name: Professional Services and Construction Services Procurement

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas

REQUEST FOR PROPOSAL E-RATE Funding Year 2015 HOSTED VOICE OVER IP (VOIP) for Tunica County School District

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

Robla School District

INSTRUCTIONS TO BIDDERS

Lake County, Oregon Request for Proposal VoIP Telephone Communications System

REQUEST FOR PROPOSALS

EMPLOYEES OLD-AGE BENEFITS INSTITUTION

PROVISION OF LEGAL SERVICES

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

MANCHESTER WATER WORKS REQUEST FOR PROPOSALS FOR WATER ASSET MANAGEMENT SOFTWARE AND SERVICES RFP #FY

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

1. Technical Offer Submission Sheet

REQUEST FOR PROPOSAL

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: )

Request For Proposal AlienVault SIEM Solution CONTRACT # /20/2015 LATE PROPOSALS WILL NOT BE ACCEPTED

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

Request for Proposal Hewlett Packard Network Switches and Peripherals

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

REQUEST FOR BIDS. Project Management Technical Services

CITY OF BONITA SPRINGS, FLORIDA RFP #

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

REQUEST FOR QUOTE. RFQ Reference Number: RFQ <<INSERT e.g SWR 03-11/12>> <<Enter Course Name>>

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

Infrastructure Technical Support Services. Request for Proposal

Request for Proposal RFP No. IT Phone System Replacement

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES

SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

KIPP MEMPHIS COLLEGIATE SCHOOLS

RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

C. La Plata County is exempt from all state taxation including state sales and use tax.

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM

REQUEST FOR QUALIFICATIONS

Supplier prequalification Document

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

NATIONAL INDUSTRIAL TRAINING AUTHORITY

INVITATION OF TENDERS

TENDER NO. REA/ /NT/060

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

REQUEST FOR INFORMATION (RFI) For. Archiving Solution Project No. RFI-LB COLORADO SPRINGS UTILITIES. Continuous Improvement Department

REQUEST FOR PROPOSALS. Curriculum Evaluation Services. for. Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014

Solicitation Information February 26, 2016

Monroe 2-Orleans BOCES Document Management System Request for Proposal

COMPETITIVE TENDER 153/16 FOR PROVISION OF DIGITAL MARKETING SERVICES. Closing Date of Tender: 29 February 2016.

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract

REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY

Sale / Assignment of Non Performing Assets. Invitation for Expression of Interest. Special Situation Advisors (India) Pvt. Ltd.

Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar

Document Management System Request for Proposal

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Transcription:

MINISTRY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (MoICT) JORDAN NATIONAL BROADBAND NETWORK REQUEST FOR PROPOSAL FOR CONSULTING SERVICES FOR SUPERVISION OF THE CIVIL WORKS AND FIBER OPTIC WORKS OF THE NATIONAL BROADBAND NETWORK IN THE NORTH REGION OF THE KINGDOM MINISTRY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY P.O.BOX 9903 AMMAN 11191 JORDAN PROPOSAL DEADLINE: NOVEMBER 8 TH, 2015 TENDER NO ) 5105/ NBN/4)

Table of Contents 1 PROJECT OVERVIEW 2 1.1 INTRODUCTION 2 1.2 GENERAL SCOPE OF WORK 5 2 PROJECT REQUIREMENTS 5 2.1 OBJECTIVES 5 2.2 DETAILED SCOPE OF WORK FOR NORTH REGION 6 2.2.1 Review of network architecture and design 6 2.2.2 Analysis of all applicable Jordanian codes and standards: 6 2.2.3 Determine documentation required for Rights Of Way authorizations: 6 2.2.4 Review the logical diagram of the network: 7 2.2.5 Review the detailed bill of quantities, fiber optic cable procurement and civil works to be performed: 7 2.2.6 Implementation Phase 7 3 PROJECT DELIVERABLES 8 4 TERMS AND CONDITIONS 10 4.1 RESPONSE LIABILITY 10 4.2 MANDATORY EXPERTISE 10 4.3 RESPONSE FORMAT 11 4.4 LEGAL TERMS 13 4.5 RESPONSE SUBMISSION 17 4.6 OPENING PROCEDURE 18 4.7 RESPONSE EVALUATION 18 4.8 FINANCIAL TERMS 20 5 ANNEXES 22 5.1 ANNEX A: GLOSSARY OF TERMS 22 5.2 ANNEX B: TIMEFRAMES RELATED TO PROPOSAL SUBMISSION 22 5.3 ANNEX J: LIST OF HEALTH ENTITIES AND AGGREGATE SITES ) ATTACHED IN EXCEL SHEETS) 25 Request For Proposal

1 Project Overview 1.1 Introduction The network envisioned for the National Broad Band Network owned by the Ministry of Information and Communication Technology (MoICT) is an optical fibre network which is scalable, affordable, simple to manage, reliable. The objective of the National Broadband Network (NBN) is to connect all Public schools, Governmental entities, Health entities, Community colleges, and Knowledge stations). The network design is based on point-to-point Gigabit Ethernet (GE) over fiber technology to reach the connection points. QRC Datacenter Cisco 3550 switch Agregate point POP NITC School Lab METRO RING DISTRIBUTION NETWORK OVERLAY NETWORK School Lab Figure 1. National Broadband Network structure MoICT through its National Broadband Network Program has implemented parts of the NBN Network in Amman (middle phase 1) & North Region (north phase2), and parts of south region (in Aqaba) (south phase 1). Where Request For Proposal Page 2 of 25

Middle phase I in Amman Governorate is currently deployed and contains a metro ring with 10 aggregate points connecting Schools and Government entities. The data center is located at the Queen Rania Data Centre (QRC) owned by the Ministry of Education. The QRC also serves as an aggregation point for connection points in the same area. In parallel South phase I and the Secure Government Network (SGN) are currently deployed with two Aggregate Points to connect 62 connection points in the Aqaba Governorate. south phase I contains two aggregate points located respectively in Aqaba City and Queira that are linked to the National Data Centre (QRC) located in Amman through the Amman-Aqaba overlay route. Amman-Aqaba overlay route is also deployed with four Aggregation points & 3 NEPCO substations starting from the MoICT in Amman to ASEZA in Aqaba North Phase I is also deployed with a 17 aggregate points located between Irbid, Ramtha and Al-Mafraq. The network has been broken up into 3 phases, Middle phase, North phase and South phase- 1. These phases are connected to each other by an Overlay Network which will provide physical connectivity between the Pops for each module and the National Data Centers. These connections will be via two 10GE connections. The required optical devices have to support the ITU standard G.652 D/G.652.B (Single Mode Optical Fiber Cable). The overlay network is based on DWDM optical ring structure to provide a high availability and sufficient scalability for future. The Overlay ring is a combination between the optical fiber network of the National Electric Power Company (NEPCO) and the NBN own routes. The National Broadband Network is comprised of six basic building blocks as presented in: Connection points Aggregation Sites Metro ring networks National Pop National overlay ring network Hub / Data Centers and the Network Operation Centre (NOC ). The NBN connection points consist of (Schools, Governmental entities, Health entities, Community colleges, and Knowledge stations). Request For Proposal Page 3 of 25

In each school, there will be some local LAN infrastructure not being part of the NBN and fully under the responsibility of the Ministry of Education. In order to provide network connectivity for the school, a network access switch is installed. This represents the demarcation point between the school and the NBN. Each school will be connected by a Gigabit Ethernet (GE) via single mode fibres to the Aggregation site. Any other entity except the schools, there will be some local LAN infrastructure not being part of the NBN and fully under the entity responsibility. The Demarcation point is the switch. The Aggregation site is comprised of a fully redundant Ethernet Switch/Router with a Firewall and an Intrusion Prevention which will be used to provide a highly secure environment. This Ethernet switch/router can aggregate up to 64 connection points in the surrounding area. DWDM technology will be implemented at the overlay network level and at the metro rings and will be used to provide 10 GB connectivity to the Data Centre. 10 GB connectivity will be the only allowed speed between aggregate sites and the national POP Aggregate sites will be hosted in schools or any other place based on the needs of connection The existing NBN consists of the followings : 850 IP device including 35 Cisco 7613 Routes and 2 Cisco CRS-1 Routers, Cisco 3560 switch, Cisco 2950 switch,cisco 2960 switch and the Security devices ( Cisco FWSM 2.4,2.3, IDSM 6.0) for the existing NBN : Each Core Route has full single 4x10Gb interface (configurable DWDM) while National POPs have The following Configurations: 1. Irbid inside: Cisco 7613 with one 4x10Gb Card and 1 XENPAK interface 2. Irbid outside :Cisco 7613 with one 4x10Gb Card and 1 XENPAK interface 3. REHAB:Cisco 7613 with two 4x10Gb Card and 2 XENPAK interface 4. AlHASSAN:Cisco 7613 with two 4x10Gb Card and 2 XENPAK interface 5. QUIERA: Cisco 7613 with no 10G interface Request For Proposal Page 4 of 25

6. ASEZA : Cisco 7613 with no 10G interface 1.2 General Scope of Work The Ministry of Information and Communications Technology is soliciting proposals from qualified bidders for Consulting Services and the Supervision of the implementation and build-out of North Region (Irbid, Ramtha, Mafraq, Jarash, Ajloun and northen Ghour) The scope of work will include design review, supervision and managing the implementation (the civil works and the fiber optic works) of the contractors and Quality Control/Assurance The projected execution phase is estimated 24 (Twenty Four) months to connect a total of ( 664 ) sites, (Schools,Governmental entities, medical centers, hospitals,health entities and the aggregate sites ), including ( 29 ) Aggregate points in the north region( Irbed, Ramth, Mafraq, Jarash, Ajloun and northen Ghour). A number of sites have been selected as main sites (Aggregates) to serve surrounding sites cables. The total distance of the required civil works is around ( 436 Km ), and the total length of the fiber cables is around( 672 Km )of In-Duct and around ( 717 Km ) Aerial cables (ADSS). 2 Project Requirements 2.1 Objectives The main objective of the Consulting Company is to assure to the MoICT an operational network in accordance with the scope of work and deliverables as defined within the North Region. During the process of the consulting company has to make sure agreed upon timelines, budgets and specifications with MoICT, and remain fully adhered to. The scope of the Consulting Company shall involve the review and optimization of detailed network engineering and the network routing, the preparation of specifications and the criteria for the engagement of actual construction. Recommend construction-, test & acceptance methodology. Direct supervision over the daily operations and construction work until project completion is required. Submission of comprehensive timely reports Request For Proposal Page 5 of 25

is an imperative part of this project management function. The Consulting Company is expected to have a local setup/team dedicated for the project throughout its complete implementation phase and have sufficient experience and a proven track record in project management and supervision of large scale (nationwide) telecommunications/it networks. 2.2 Detailed Scope of Work for North Region 2.2.1 Review of network architecture and design Review of the network architecture for North region Review the proposed initial fiber routing diagram prior to Rights of Way (RoW) applications. Review fiber routing in terms of optimal compromise between budget, technical capabilities and achievability. Propose improvements whenever adequate or required. 2.2.2 Analysis of all applicable Jordanian codes and standards: Locate and analyze the applicable codes and standards including, but not limited to, the electrical codes, civil works codes for fiber infrastructure and construction codes. The application of all codes and standards required for this project shall be included in all phases of the project and specified in procedure related documents. In case of violation of these codes and standards the contractor will be liable 2.2.3 Determine documentation required for Rights Of Way authorizations: Determine in detail all the documentation required by the municipal and MOPWH roads authorities, utility companies and telecommunication utilities to obtain the rights of way. Right of Ways are defined as the necessary set of permits, authorizations and private agreements allowing for the construction and installation of the telecommunications infrastructure including hand holes, manholes and other required ancillary on public or private terrain along the routes in accordance with all legal conditions applicable. Establish RoW performance system based on local lead times for each procedure involved. The performance system will be used to impose penalties on subcontractors or the Consulting Company in case of Request For Proposal Page 6 of 25

non-performance. We demand an example of the RoW performance reporting system to be included in the offer. Determine what telecommunications regulations apply to obtain the rights of way. Set up documentation system for all right of ways to be obtained throughout the duration of the entire project. 2.2.4 Review the logical diagram of the network: Review the low level logical fiber topology for the network showing aggregation points, access points and routes diversity. 2.2.5 Review the detailed bill of quantities, fiber optic cable procurement and civil works to be performed: Review the quantities of required equipment (hand holes, manholes, telecom duct, cable trench digging per terrain category (asphalt, pavement, open terrain, rocky terrain etc.) 2.2.6 Implementation Phase 2.2.6.1 Supervision of duct installation: Ensure that the installation of cable ducts proceeds according to plan and that required RoWs, standards and codes. 2.2.6.2 Supervision of cable installation: Ensure that the installation of the cable proceeds according to plan and that required specifications, codes and standards. 2.2.6.3 Supervision of passive optical fiber equipment installation (e.g. splicing boxes, patch panels and terminations): Ensure that the installation of the optical fiber equipment proceeds according to plan and that required codes, standards and contract criteria are met. Request For Proposal Page 7 of 25

2.2.6.4 Supervision of passive fiber network testing: Ensure that the acceptance plan is executed as specified and that the network has been installed according to required standards and specifications 2.2.6.5 Progress Reports: Develop a detailed report documenting the progress of civil works and fiber works and installation of the network. *all reports templates and forms shall be approved by MOICT PMU. 2.2.6.6 Review of as-built drawings: Review the as-built drawings supplied by the Contractors for entire projects. 2.2.6.7 Integration of the network information into Geographical Information System: Assure that the documentation and as-built drawing of the network provided by the Contractor are to be compatible with a GIS standard as designated by the Ministry of MOICT 3 Project Deliverables Document specifying review of passive network architecture and design containing contractor s approval or recommendations. Report containing detailed procedure for obtaining RoWs for optical fiber installation and performance reporting system for RoWs application process. Initial logical diagram of the network. Initial fiber distribution plan Bill of quantities for the fiber optic cable procurement and civil works to be performed. Initial maps of the route in a mode compatible with a Geographical Information System as dictated by the Ministry. Develop and fine-tune a work plan with the selected contractors Request For Proposal Page 8 of 25

Weekly detailed installation reporting and documenting of the installation (civil works, and cables) progress of the network made by field based inspectors. Weekly reporting of issues and actions taken. Weekly detailed installation reporting and documenting of the installation and acceptance progress of the network equipment made by field based inspectors. Weekly reporting of issues and actions taken. Implementation of a quality assurance and control protocol for the quality of installation for each contractor and subcontractor involved. Review and approve the as-built drawings provided by the Contractors for the passive in North region. Network documentation in a mode compatible with a Geographical Information System as dictated by the Ministry of MOICT. Request For Proposal Page 9 of 25

4 Terms and Conditions 4.1 Response liability This is a Request for Proposal (RFP) and shall not be construed as a request or authorization to perform work at MoICT National Broadband Network project s expense. Any work performed by a Company in connection with evaluating and responding to the RFP and, if selected, negotiating a definitive agreement will be at the Company's own discretion and expense. This RFP does not represent a commitment to contract. The Ministry of Information and Communications Technology reserves the right to reject any or all proposals at its sole and absolute discretion. Submission of a bid constitutes acknowledgment that the Company has read and agrees to be bound by such terms. The information in this document will enable the recipient to formulate a proposal to meet the workload requirements as described in this RFP. The information in this RFP is accurate to the best effort but bidders are encouraged to verify any critical information. MoICT cannot be held liable for any erroneous information. All bidders should adhere to the tendering conditions required by this document; any failure will result in disqualification. 4.2 Mandatory expertise Bidders must have : Profound experience in similar projects of the similar scope and size in the public and private sector (work samples and certifications should be included in the response). Profound experience in design and verification of network concepts for enterprise networks (for example: Broadband networks or MID to Large Scale IT WAN networks), work samples and certifications should be included in the response) Profound experience in design and implementation of fiber optics networks to connect buildings and houses in a metropolitan area. (work samples and certifications should be included in the response) Profound experience in supervision with in-depth knowledge in utilizing project management tools of planning, execution, follow-up, reporting, documentation and quality checks. Request For Proposal Page 10 of 25

Profound experience in supervising civil works (trenches, duct laying and manhole installation) The key members of the proposed team must have the proper experience and qualifications for this project as per annex 3A. The above requirements should be clearly and unambiguously reflected in the responses. 4.3 Response format Proposals must be submitted in the following format: Part I: Technical and Corporate Capability. The technical proposal should include the approach to achieving the scope of work and deliverables defined in this RFP. The format must follow the scope of work description and the description of the deliverables. Also in order for the evaluation to progress quickly and effectively, bidders are asked to provide Part I of their proposal in the following format: Section 1: Introduction The bidder should state the understanding of the terms of reference, scope of work, necessary skills, and company profile. Section 2: Executive Summary An overview of the main points contained in the proposal with references to sections where more detailed discussion of each point can be found. Section 3: Approach A detailed explanation of how the bidder will undertake the scope of work, required resources (bidder, ministry and third party) and any special skills required, the deliverables (format and structure), use of any methodology and how it will cover the scope, use of any standard tools, duration of any work streams. The bidder will use the section headings, given in the scope of work and deliverables above, in their proposal. Section 4: Work plan and duration The work plan and duration for the overall consulting work, including any dependencies between the separate items in the scope. The bidder should provide milestones for each deliverable taking into Request For Proposal Page 11 of 25

consideration that the services to be scoped should be delivered electronically within a month of the commencement of work on this project. Section 5: Track record The bidder s track record of undertaking similar projects both in size and nature for the past five years (similar work samples will be included in appendix II); Section 6: CV s of Consultants Format of any proposed team and detailed description of each consultant s qualification, his/her role in the team, his/her level of involvement and brief CV s of the team members (all detailed CV s will be included in Appendix III).Involvement of each team member should describe the number of man-hours or man-days per allocated task. Appendix I: Methodologies Description of methodologies should be presented here. Appendix II: Work Samples The bidder will provide samples of similar work conducted. Appendix III: Detailed CV s The bidder will provide detailed CV s of staff that are to be part of the team. Appendix IV: Legal documentation The bidder will provide a recent certified copy of the certificate of business registration and the authorized signatories. In addition the bidder must present a certified copy of the qualification of Jordanian Engineering Consultant issued by the Government Tenders Directorate Annex V: Corporate Capability o A summary of the organization s capabilities, including previous corporate experience in similar projects. o Bidders are encouraged to enclose existing marketing materials if appropriate. Part II: Financial proposal The financial proposal shall be inclusive of all Government fees and any taxes, and should include a cost summary and a detailed cost analysis section. The cost summary specified below must provide an all-inclusive fixed price for the overall Request For Proposal Page 12 of 25

program and a pricing per deliverable comprising the full scope of work associated with each deliverable. The supporting detailed cost analysis should provide a breakdown and details of the pricing. The hourly or daily or monthly rates and expenses for any consultants should be included separately along with the time for which they will be required. The bidder will provide separately all professional fees and expenses (travel, project equipment, accommodation and subsistence) for the duration of the project. The pricing must detail the relation between deliverable and cost for each item. Sealed proposals shall be clearly identified and must be received prior to the time and date specified in this RFP. Proposal received after the said time and date will not be accepted or considered. Please note that technical and financial proposals should be handed in as separate items. Any disregard will result in immediate disqualification of the company 4.4 Legal Terms Bidders should take into consideration the following terms when preparing their proposals: 1. A business registration certificate should be provided with the proposal. 2. To avoid conflict of interest, the winning bidder, or its subsidiary is not allowed to participate in any other tenders issued (e.g. civil works, optical fiber supply and installation, equipment supply and installation) related to this project. 3. Effective period of proposal of 120 days after proposal due date, shall be binding on all bidders. 4. The tendering committee may solicit the bidders consent to an extension of the proposal validity period. The request and responses thereto shall be made in writing or by fax. If the bidder agrees to prolong the period of validity, the proposal validity shall also be suitably extended. A bidder may refuse such request, however, in its discretion; the tendering committee may cease further review and considerations of such bidder s proposal. A bidder granting the Request For Proposal Page 13 of 25

request will not be required nor permitted to modify its proposal, expect as provided in this RFP. 5. MOICT reserves the absolute right to accept or reject any Proposal or to annul or cancel the bidding process and reject all Proposals at any time without any liability to the Bidders or any other party and without any obligation to inform the Bidders of the grounds for its action. 6. As part of the proposal, any requirement that results in recommending future solutions shall be articulated in such a way that facilitates procurement. 7. MoICT reserve its right to award the proposal in parts or as a whole. 8. The successful bidder will be expected to provide a single point of contact to which all issues can be escalated. MoICT will provide a similar point of contact. 9. The successful bidder will be responsible for providing their own equipment, secretarial and other resources, insurance, medical provisions, visas and travel arrangements. MoICT will take no responsibility for any non-government of Jordan resources either within Jordan or during travel to/from Jordan. 10. The successful bidder must agree to evaluate any proposed solutions for implementation following assessment. The fee for any additional service will be negotiated based on prices in proposal for this assessment. 11. The selected bidder must mobilize his team within two weeks of signing the agreement. 12. Bidders must submit a Non Disclosure Agreement signed by a duly authorized representative of the company as part of the response to this Request for Proposal (RFP). All members of the bidder's team, their agents and business partners involved in the project must each sign an individual Non Disclosure Agreement. All bidders are obliged to maintain the confidentiality of information obtained and/or exchanged while working on the RFP. All of the information contained in this RFP shall be deemed to be "Confidential Information" within the meaning of the NDA and shall be treated accordingly. Such information may not be copied, disclosed or distributed to any other person without the prior written consent of MoICT. 13. There will be an unconditional performance bond of 10% of the total value of the bid. The bidder must complete the appropriate forms, which shall be included with the tender documents. Request For Proposal Page 14 of 25

14. The Bidder accepts to comply with all provisions, whether explicitly stated in this RFP or otherwise, stipulated in the Public Works By- Law No. 71 of 1986, the General Tendering Instructions of 1987 and the modifications thereafter. 15. The Bidder accepts to comply with all provisions, whether explicitly stated in this RFP or otherwise, stipulated in the sample Arabic Version of the agreement that will be signed with the successful bidder 16. All materials developed are the property of MoICT upon conclusion of work. If the second party wishes to sharing any part of this information as reference or otherwise.; then written consent must be obtained from the first party before sharing 17. No bidder shall contact MoICT or its employees or the tendering or evaluation committees on any matter relating to its proposal to the time the contract is awarded. Any effort by the bidder to influence MoICT, its employees, or the involved committees in the tendering committee s proposal evaluation, proposal comparison, or contract award decision will result in rejection of the bidder s proposal Bidders are responsible for the accuracy of the information submitted in their proposals. MoICT reserves the right to request original copies of any document submitted for review and authentication prior to awarding the tender. 18. MoICT requires that all parties to the contracting process observe the highest standard of ethics during the procurement and execution process. In pursuance of this policy, MoICT defines, for the purposes of this provision, the terms set forth below as follows: o Corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and o Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of MoICT, and includes collusive practice among Bidders (prior to or after proposal submission) designed to establish proposal prices at artificial noncompetitive levels and to deprive MoICT of the benefits of free and open competition; MoICT will reject a proposal for award if it determines that the Request For Proposal Page 15 of 25

Bidder has engaged in corrupt or fraudulent practices in competing for the contract in question. 24. Only the laws and regulations of The Kingdom of Jordan shall apply to awarded contracts. 25. The Successful Bidder shall perform the Services and carry out their obligations with all due diligence, efficiency, and economy, in accordance with the highest generally accepted professional techniques and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe methods. The Successful Bidder shall always act, in respect of any matter relating to the execution of the Services, as faithful adviser to The MOICT, and shall at all times support and safeguard The MOICT s legitimate interests in any dealings with third parties 26. All plans, drawings, specifications, designs, reports, and other documents and software submitted by the Successful Bidder in accordance shall become and remain the property of The MOICT, and the Successful Bidder shall, not later than upon termination or expiration of the Contract, deliver all such documents and software to The MOICT, together with a detailed inventory thereof. Restrictions about the future use of these documents, if any, shall be specified in the Special Conditions of the Contract. - The MOICT reserves the right to furnish all materials presented by the Successful Bidder at any stage of the Project, such as reports, analyses or other any other materials, in whole or part, to any person. This shall include publishing such materials in the press, for the purposes of informing, promotion, advertisement and/or influencing any third party, including the investment community. 27.Nothing contained herein shall be construed as establishing a relation of principal and agent as between The MOICT and the Successful Bidder. The Successful Bidder has complete charge of Personnel and subcontractors, if any, performing the Services and shall be fully responsible for the Services performed by them or on their behalf hereunder 28. Except as The MOICT may otherwise agree, no changes shall be made in the key Personnel or sub-contractors approved by MOICT. If, for any reason beyond the reasonable control of the Successful Bidder, it becomes necessary to replace any of such, the Successful Bidder shall provide as a replacement a person of equivalent or better qualifications. If the MOICT finds that any of the Personnel have (i) Request For Proposal Page 16 of 25

committed serious misconduct or have been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Successful Bidder shall, at The MOICT s written request specifying the grounds thereof, provide as a replacement a person with qualifications and experience acceptable to The MOICT. The Successful Bidder shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel 4.5 Response Submission Bidders must submit all their proposals (1 original and 2 copies in hard copy and one soft copy(cd-rom) [in Microsoft Office or PDF formats]) for part I & part II. The two sealed envelopes containing part I and II separately should be submitted to the Ministry of Information and Communications Technology no later than 2:00 pm on 8/11/2015 (Amman local time). Late submissions will not be considered and in case of discrepancies between the hardcopy and the softcopy of the proposals, the hardcopy marked as original will be considered the official copy. Proposals may be withdrawn or modified and resubmitted in writing any time before the submission date as outlined in the Legal Terms section. Proposals may be hand-delivered or sent by mail to the following address. If sent by mail, the proposals must be received by MoICT no later than 02:00 pm on 8/11/2015. Tendering Department 3 rd floor Ministry of Information and Communications Technology 8 th circle P.O.Box 9903 Amman 11191 Jordan Tel: 00 962 6 5805741Fax: 00 962 6 5861059 Proposals must be submitted in two parts each of which should be wrapped and sealed separately and clearly marked, respectively, as follows: Part I Request for Proposal Consulting services for North Region of the National Broadband Network - Technical and Corporate Capability Proposal -<<company name>> Request For Proposal Page 17 of 25

This part should not contain any reference to cost or price. Inclusion of any cost or price information in the technical proposal will result in the bidder s proposal being immediately disqualified as unresponsive. Part II Request for Proposal - Consulting services for North Region of the National Broadband Network Financial Proposal- -<<company name>> MoICT will not be responsible for premature opening of proposals not clearly labeled. Exceptions and Alternatives The bidder will comply with any and all requirements as specified in the RFP document. Any stipulation or qualification made by the bidders contrary to the RFP requirements in or accompanying proposals as a condition for the acceptance of the contract by the bidder may not be considered in the award of the contract and may cause the rejection of the entire proposal. 4.6 Opening procedure Part I of the offers may be opened in front of the official representatives of all bidders at the submission date. After the technical evaluation of the bidders the financial offer contained in part II will be opened only for the bidders who have been qualified. The financial offers (part II) of the bidders who have not qualified will be returned to the bidders in the sealed envelopes. 4.7 Response Evaluation All responses to the RFP will be evaluated technically and financially and the winning proposal will be selected on the basis of best value in terms of technical superiority as well as cost effectiveness. Technical and financial proposals shall be reviewed by the Special Tender Committee and evaluated in accordance with the following procedure: Request For Proposal Page 18 of 25

Technical proposal shall be first evaluated according to the following criteria: o General and similar technical experience and capabilities of Firm and Track Record of bidder and references 30% o General and similar technical experience and capabilities of Staff 50% o Proposed Approach and Methodology, including Quality of work plan, and approach as it corresponds To the RFP, technical approach and capability 20% Only those that qualify in the technical proposal will have their financial offers reviewed. The Financial proposal will be evaluated only for companies who qualify, based on a minimum acceptable score that will be determined by Special Tender Committee. The financial offer of those who do not qualify will not be opened and will be returned. The overall proposal will be evaluated according to the following criteria: o Overall Technical Proposal 70% o Overall Financial Proposal 30% The Final score will be according to the following equation: Final score = 30* )least value of financial proposal/bidder financial proposal value ( + (%07*bidder technical mark) The Ministry of Information and Communications Technology reserves the right not to select any offer. The Ministry of Information and Communications Technology also assumes no responsibility for costs of bidders in preparing their submissions. Screening /Disqualification Criteria Lack of commitment by the bidder in any of the following conditions is considered a violation of the tender invitation and therefore the proposal will be excluded: Request For Proposal Page 19 of 25

Reasons for immediate disqualification of tender 2 Not separating part I and part II 3 Not respecting the prescribed format of part I & part II 4 Not bidding for the full scope of work 5 Corrupt or Fraudulent Practice 6 Any reservations or deviation from RFP conditions and requirement can cause immediate disqualification 7 Late submission of proposal after specified closing date and time. 4.8 FINANCIAL TERMS Bidders should take into consideration the following general financial terms when submitting their proposals: 1. All prices shall be quoted in Jordanian Dinars. 2. All prices shall be inclusive of all Government fees and any taxes. 3. The type of contract will be a fixed price contract including both professional fees and all expenses (Travel, accommodation, per diem allowances and all others). Detailed information must be provided about the fees for all personnel involved and associated tasks. This information will be binding in case the contract needs to be extended based on mutual agreement of contractor and MoICT on the duration of the extension. 4. A clear breakdown of the price should be provided, stating the itemized pricing per deliverable including consulting, hardware/software or any other related fees. 5. The bidder shall bear all costs associated with the preparation and submission of its proposal and MoICT will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the proposal process. 6. The bidders shall furnish detailed information listing all commissions and gratuities, if any, paid or to be paid to agents relating to this proposal and to contract execution if the bidder is awarded the contract. The information to be provided shall list the name and address of any agents, the amount and currency paid and the purpose of the commission or gratuity. 7. Request For Proposal Page 20 of 25

8. The winning bidder has to pay the fees of the RFP advertisement issued in the newspapers before contract signature. 9. The Government of Jordan is not bound to accept the lowest bid and will reserve the right to reject any bids without the obligation to give any explanation. Bidders must take into consideration the following payment terms: Payments will be distributed among the successful submission and acceptance by MoICT of the deliverables and milestones defined in the scope of work and as specified in the Contract according to the table below. Deliverables/Mi lestone (All Supervision Tasks mentioned in the detailed scope of work) Payment Based on submitting the time sheet of the resources along with requested reports and it will be paid on monthly basis. 10. The Ministry takes no responsibility for the costs of preparing any bids and will not reimburse any Bidder for the cost of preparing its bid whether successful or otherwise. 11. The proposal shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the contract. All of the pages of the proposal shall be initialed by the person or persons signing the proposal. 12. Any interlineations, erasures or overwriting shall only be valid if they are initialed by the signatory (ies) to the proposal. 13. The bid shall contain an acknowledgement of receipt of all Addenda to the RFP, the numbers of which must be filled in on the bid form supplied with this RFP. Request For Proposal Page 21 of 25

5 ANNEXES 5.1 Annex A: Glossary of Terms Term Description RFP Request For Proposal MoICT Ministry of Information and Communications Technology QRLRC Queen Rania Learning Resource Center PMU Project Management Unit in MoICT RoW Right of Ways 5.2 Annex B: Timeframes related to proposal submission Item Date RFP publication 18/10/2015 Final date to purchase RFP 25/10/2015 Proposal deadline 8/11/2015, 2:00 pm Request For Proposal Page 22 of 25

Annex 3A الوصف والخبرة و الكوادر ال رقم العدد المدة شير البدل الشيري بالدينار المجموع بالدينار مدير مشروع: بمؤىل في اليندسة الكيربائية/ اتصاالت رقما كتابو رقما كتابة 1 بخبرة ال تقل عن )01( سنوات وخبرة متخصصة في مجال مبمغ احتياطي 69,000 ستو وتسعون ألفا دينار 24 1 اإلش ارف وادارة مشاريع البنى التحتية لالتصاالت ال تقل عن )8( سنوات )مشروعين مشابيين عمى األقل عمى أال تقل قيمة كل مشروع عن خمسة ماليين دينار أردني(. 5 ميندس موقع بنية تحتيو : بمؤىل في اليندسة المدنية بخبرة عامة ال تقل عن )01( سنوات و خبرة متخصصة في مجال البنى التحتية ال تقل عن )8( سنوات في 42 3 التنفيذ أو اإلش ارف عمى مشاريع البنية التحتية وممحقاتيا ( الطرق ) )مشروعين مشابيين عمى أال تقل قيمة كل مشروع عن خمسة ماليين دينار أردني ) منطقة العمل : محافظات الشمال 3 /ميندس موقع: بمؤىل في اليندسة الكيربائية االتصاالت بخبرة عامة ال تقل عن )01( سنوات من ضمنيا خبرة متخصصة لمدة ال تقل عن )8( سنوات في تنفيذ أو اإلش ارف عمى شبكات كوابل االلياف الضوئية 42 3 بناىا التحتية وممحقاتيا )مشروعين عمى األقل( منطقة العمل : محافظات الشمال و 4 حاسب كميات: خبره عامو ال تقل عن )01 ) سنوات, 1 42 Request For Proposal Page 23 of 25

من ضمنيا خبرة متخصصة لمدة ال تقل عن ( 5 ) سنوات كحاسب كميات فى مشاريع البنى التحتية. منطقة العمل : محافظات الشمال. فني كوابل اتصاالت بخبرة ال تقل عن )01( سنوات في 5 42 3 مجال شبكات كوابل األلياف الضوئية )االرضية و اليوائية ) و تمحيم و فحص ىذه الكوابل منطقة العمل : محافظات الشمال 6 م ارقب أعمال مدنية : بخبرة ال تقل عن )01( سنوات في 42 3 مجال أعمال البنية التحتية اإلش ارف أو التنفيذ أو كمييما منطقة العمل : محافظات الشمال 7 ميندس مساحة: بخبرة ال تقل عن )01( سنوات في مجال 42 1 ) وأعمال المساحة GISنظام المعمومات الجغ ارفية ( الميدانية منطقة العمل : محافظات الشمال 8 ميندس حديث التخرج يتم تعينو من ضمن منطقة العمل 42 3 وب ارتب حسب الحد األدنى لنقابة الميندسين األردنيين منطقة العمل : محافظات الشمال 42 1 9 دعم المكتب الرئيسي المجموع منقول إلى صفحة ( ) قيمة العطاء اإلجمالية لإلش ارف شامال الضريبة العامة عمى المبيعات و جميع الرسوم و الض ارئب المجموع كتابة :... Request For Proposal Page 24 of 25

5.3 Annex J: List of Health Entities and Aggregate sites ) Attached in Excel sheets) Request For Proposal Page 25 of 25