Addendum Bid Document Closing Date: 20 May 2022 Appointment Of A .

Transcription

ADDENDUM BID DOCUMENTNLC/2022 – 7CLOSING DATE: 20 MAY 2022CLOSING TIME: 11H00APPOINTMENT OF A SERVICE PROVIDER TO RENDER ORACLE MANAGEDSERVICES FOR TECHNICAL AND FUNCTIONAL SUPPORT SERVICES AT THENATIONAL LOTTERIES COMMISSION1. Bidders are requested to take note of the following amendments effectedto the original bid document as follows: The wording ‘courier services’ was erroneously included on page 17 of thetechnical evaluation on paragraph 1.1 regarding company profile underscoring matrix. The correct wording is ‘Oracle Managed Services’ in all thebullet points of scoring matrix for the company profile. The wording ‘courier services’ was erroneously included on page 17 of thetechnical evaluation on paragraph 1.2 regarding written reference letters.The correct wording is ‘Oracle Managed Services’ on the first sentence ofparagraph 1.2.

NATIONAL LOTTERIES COMMISSIONRegistration numberTel: 27(12)432 1300Info Centre: 086 0065383 web:www.nlcsa.org.zaNational LotteriesCommission (NLC)P.O Box1556 Brooklyn Square0083, PretoriaREQUEST FOR PRICE PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER TORENDER ORACLE MANAGED SERVICES FOR TECHNICAL AND FUNCTIONAL SUPPORTSERVICES AT THE NATIONAL LOTTERIES COMMISSIONBID PROCESSTender numberBID REQUIREMENTSNLC/2022 - 7Bid Advertisement Date 14 April 2022Closing date and time20 May 2022 at 12:00(South African Standard Time)Tender validity period120 business working days from the closing dateCompulsory BriefingmeetingNo compulsory briefing sessionTenders are to bedelivered tothefollowing address onthe stipulated closingdate and time:The original bid document must be submitted via a CD or memory stickand handed in / delivered to:The Senior Manager: Supply ChainManagementNational Lotteries Commission333 Grosvenor StreetBlock D, Hatfield GardensHatfield, Pretoria0083Tenders may also be emailed to: bids@nlcsa.org.zaOnly electronic bid submissions will be accepted.National Lotteries Commission Request for Proposal No: NLC/2022-7

ContentsSection NoPageSECTION 1: BACKGROUND, OVERVIEW AND RFP SCOPE OF REQUIREMENTS . 31.INTRODUCTION . 32.BACKGROUND. 33.RFP SCOPE OF REQUIREMENTS . 44.REPORTING REQUIREMENTS . 55.DURATION OF THE PROJECT . 6SECTION 2: NOTICE TO BIDDERS. 61.TERMS AND CONDITIONS OF REQUEST FOR PROPOSALS (RFP). 62.GENERAL RULES AND INSTRUCTIONS . 63.FORMAL BRIEFING SESSION . 94.VALIDITY PERIOD . 95.NATIONAL TREASURY’S CENTRAL SUPPLIER DATABASE. 96.CONFIDENTIALITY . 97.COMMUNICATION . 9SECTION 3: EVALUATION CRITERIA. 10SECTION 4: INVITATION TO BID (SBD 1) . 16SECTION 5: PRICING SCHEDULE – FIRM PRICES (SBD 3.1 ) . 18SECTION 6: DECLARATION OF INTEREST (SBD 4). 19SECTION 7: PREFERENCE POINTS CLAIM FORM (SBD 6.1 ) . 22SECTION 8: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (SBD 8). 27SECTION 9: CERTIFICATE OF INDEPENDENT BID DETERMINATION (SBD 9). 29National Lotteries Commission Request for Proposal No: NLC/2022-7

REQUEST FOR PRICE PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDERTO RENDER ORACLE MANAGED SERVICES FOR TECHNICAL AND FUNCTIONALSUPPORT SERVICES AT THE NATIONAL LOTTERIES COMMISSIONSECTION 1: BACKGROUND, OVERVIEW AND RFP SCOPE OF REQUIREMENTS1. INTRODUCTIONThe National Lotteries Commission (The Commission) is a public entity established by LotteriesAct No. 57 of 1997, as amended to regulate the South African lotteries industry. The functions ofthe Commission can be divided into two categories, namely “regulation of National Lottery andother Lotteries” and “administration of the National Lottery Distribution Trust Fund (NLDTF)”.The Distributing Agencies (DA’s) who are appointed by the Minister of Trade & Industry areresponsible for the adjudication of the funding applications as per the Lotteries Act and applicableRegulations.2. BACKGROUNDIn terms of the South African constitution and the Occupational Health and Safety Act, Act 85 of1993, The National Lotteries Commission is required to ensure that there’s a healthy and safeworking places environment for its employees.The NLC operates in nine provincial offices with the head office located in Hatfield in the Gautengprovince. A national private MPLS network interconnects each of the provincial offices to the headoffice.The NLC operates a hybrid on-premises Oracle Fusion, EBS Payroll and Oracle CX cloudenvironment comprising of Oracle Fusion Human Capital Management (HCM), Oracle FusionFinance (FIN) and Oracle Fusion Supply Chain Management (SCM) core modules.A Grant management solution was developed and implemented based on the core Fusionapplications (Oracle Fusion sourcing, Oracle Project Portfolio Management (PPM), Oracle webcentre content management and Oracle web center enterprise capture).

Additionally, the NLC operates and makes use of Oracle Cloud CX and Oracle Cloud Eloquasolutions.The envisaged agreement is to be at the NLC head office as identified below:RegionProvinceTown/Physical AddressCityPrimary SiteGautengHatfieldNLC HatfieldBlock D HatfieldGardens333 Grosvenor StrHatfield, PretoriaSecondary SiteKwa Zulu NatalDurbanOffice 22SmartxchangeBuilding05 Walnut RoadDurban4001In line with the requirements of the Public Finance Management Act (PFMA) No. 1 of 1999, as amendedand Treasury Regulations, the NLC invites suitably qualified and experienced service providers torender Oracle Managed Services for technical and functional support services for the NLC.3. PURPOSE OF THE TERMS OF REFERENCENLC intends to appoint a suitably qualified service provider to render Oracle Managed servicesfor technical and functional support maintenance. The service provider must render an OracleManaged service that is aligned to the compliance of local South African legislative andregulatory requirements for the Oracle products. The services must be supported with a three(3) years SLA contract for both technical and functional support requirements.4. OBJECTIVESThe objectives of this TOR are: To acquire all-inclusive Oracle Managed services for technical and functional supportmaintenance.

To advice and recommend technology upgrades in line with the business digitaltransformation objectives.5. OVERVIEW OF EXISTING ORACLE ENVIRONMENT5.1 Hardware environment5.1.1. Primary Site#OriginalDescriptionModelHost OSRoleDatabase ODA-X5-2LinuxProductionDatabase aBase ODA-X5-2LinuxPayrollN/AOracle RackAppliance4Oracle10G Network Switch5OracleZFSNetworkStorageODA StorageAppliance5.1.2#Secondary Site (DR)OriginalDescriptionModelHost cleDataBase ODA-X5-2ApplianceRecovery2Oracle10G Network Switch3OracleZFSNetworkApplianceStorageN/AOracle RackODA Storage

5.2 Oracle Applications environment5.2.1Primary Site#Technology Environment1Oracle on Premise Fusion Oracle Fusion Financials, Oracle Fusion Procurement, Oracle FusionApplications 9.2Application Modules / InstancesHuman Capital Management, Oracle Fusion Sourcing, Oracle FusionProject Portfolio Management (PPM - GMS)2Oracle CloudCX, Eloqua Marketing3Oracle FusionOracle Weblogic, Oracle Service Orientated Architecture (SOA),Middleware 11gOracle Business Intelligence (OBI), Oracle WebCenter ContentManagement, Oracle WebCenter Enterprise Capture.45Oracle E-Business Suite Oracle E-Business Suite Payroll with integration services to OracleRelease 12.2Fusion HCM and Finance modules.Oracle Custom IntegrationOracle PPM, Oracle Sourcing, Oracle Webcenter, EBS-Payroll andFinance invoice integration.6Oracle DatabaseOracle Enterprise Database 11g7Oracle Operating SystemOracle Linux 68OracleFusion PRODUCTIONUATDEVELOPMENTOracle E-Business Suite PRODUCTIONUATDEVELOPMENT TESTUATDEVELOPMENTEnvironments9Payroll Environments10. Oracle Cloud Environment5.2.2PRODUCTIONSecondary Site (DR)#Technology Environment1Oracle on Premise Fusion Oracle Fusion Financials, Oracle Fusion Procurement, OracleApplications 9.2Application Modules / InstancesFusion Human Capital Management, Oracle Fusion Sourcing,Oracle Fusion Project Portfolio Management (PPM - GMS)2Oracle FusionOracle Weblogic, Oracle Service Orientated Architecture .(SOA),Middleware 11gOracle Business Intelligence (OBI), Oracle WebCenter ContentManagement, Oracle WebCenter Enterprise Capture.3Oracle DatabaseOracle Enterprise Database 11g4Oracle Fusion EnvironmentsDisaster Recovery instance5Oracle ReplicationOracle DataGuard

6. RFP SCOPE OF REQUIREMENTSThe successful bidder will be required to execute and conduct the following services forthe NLC for a period of three (3) years:1.SOW-A: Technical Support and Maintenance of the Oracle Hardware Layer.2.SOW-B: Technical Support and Maintenance of the Oracle Application Layer.3.SOW-C: Functional Support and Enhancement services.6.1 Technical Support and maintenance of the Oracle Hardware LayerSOW-ADescriptionOracle Hardware Oracle Database ApplianceLayerZFS Storage ApplianceQty42Responsibilities1. 24/7/365 proactive support2. Perform Daily Health checks3. Monitor uptime of hardware10GB Network Switch2Storage Tek LTO Tape Drive14. Monitor uptime of Oracle networkenvironment5. Equipment configurationmanagement6. Storage monitoring andmanagement7. Network monitoring andtroubleshooting8. Patching managementa. Mandatoryb. Critical9. Hardware component replacementin line with prevailing Oraclelicensing arrangements

6.2 Technical Support and Maintenance of the Oracle Application LayerSOW-BDescriptionOracle ResponsibilitiesOracle Fusion applications1. 24/7/365 supportApplicationsstack (HCM, SCM, FIN,2. Perform daily health checks and reportingLayerPPM,3. Upgrade Services1. OracleMiddlewareWEBCENTRE,Sourcing)4. Performance turning Oracle Fusion Middleware5. Monitor uptime of services Oracle BI6. Monitor and log Oracle support service Oracle CX Cloud Oracle EBS Payroll Oracle Database Oracle IDM Oracle SOA Oracle Web Logic Oracle Integrations API integration with 3rdpartyapplicationsservice providersrequests7. Database management:a. Monitor tablespacesb. Monitor log filesc. Monitorstorageandgrowthpatterns8. Backup management:anda. Databaseb. Archive logsc. Operating system9. DisasterRecoveryandbusinesscontinuity planning and testing.10. Patching managementa. Mandatory (Payroll Legislative)b. Critical11. Cloning managementa. As and when required12. UAT to Production Migrationa. As and when required

6.3 Oracle Functional Support and EnhancementsSOW-CModulesResponsibilities Oracle HCM1. Business end-user supportFunctional Oracle SCM2. Service desk and ticket managementSupport Oracle FIN3. Problem analysisServices Oracle PPM4. Following up with Oracle Support if Oracle Sourcing Oracle Webcentre5. User access and workflow administration Oracle EBS-Payroll6. System configuration management Oracle CX Cloud Oracle BI Reporting1. Oraclerequired for problem resolution.7. Weekly and Monthly ticket reporting8. Documentation and administration9. Training and user skills transfer2. Enhancementand UpgradeNewBusinessRequirementsServices10. Business and process analysis11. Stakeholder engagement.12. User requirements gathering. BI Reporting Requirements13. SystemReportsdevelopmentandenhancements14. Modification and adaptation of existingworkflow to new workflow requirements.15. Modification of existing reports and newBI report development16. Implementation of new enhancementsand upgrades when required.17. Risk and Issue Management.18. Version control19. System Change control processes20. Qualityassurance(i.etesting,acceptance, standards and procedure)21. Programme,ManagementProjectandAudit

6.4 Service Level FrameworkThe bidder is to propose an SLA framework that addresses as outlined in the table below:SLADescriptionServiceAgreementLevel SOW-A – Technical Support and Maintenance of the Oracle Hardware LayerSOW-B – Technical Support and Maintenance of the Oracle Application LayerSOW-C – Functional Support and Enhancement Services.Onsite Skills transfer and capacity building methodologyMonthly project Steercom SLA review meetings7. DELIVERABLESThe following deliverables identified as project outputs:a.Project rollout plan of the Oracle Managed Services (Technical and Functional support);b.Maintenance and Support Service Level Agreement;c.Training plan (skills development and capacity building);d.Technology architecture of the monitoring environment;e.Update and maintain system documentation; andf.Update and maintain business requirements documents.8. REPORTING REQUIREMENTSThe service provider will report to Information Communications Technology Division.9. DURATION OF THE PROJECTThe expected duration of the project is three (3) years after the signing of a Service Level Agreement(SLA).

REQUEST FOR PRICE PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER TORENDER ORACLE MANAGED SERVICES FOR TECHNICAL AND FUNCTIONAL SUPPORTSERVICES AT THE NATIONAL LOTTERIES COMMISSIONSECTION 2: NOTICE TO BIDDERS1.Terms and conditions of Request for Proposals (RFP)1.1This document may contain confidential information that is the property of the NLC.1.2No part of the contents may be used, copied, disclosed, or conveyed in whole or in part to anyparty in any manner whatsoever other than for preparing a proposal in response to this RFP withoutprior written permission from the NLC.1.3All copyright and intellectual property herein vests with the NLC.1.4Late and incomplete submissions will not be accepted.1.5No services must be rendered, or goods delivered before an official NLC Purchase Order formhas been received.1.6This RFP will be evaluated in terms of the 80/20 preference point system prescribed by thePreferentialProcurement Regulations, 2017.1.7Suppliers are required to register on the Central Supplier Database at www.csd.gov.za.1.8Suppliers must provide their CSD registration number (and attach a CSD Summary report) andensure that their tax matters are compliant. Bidders’ tax affairs must be in order at the closingdate & time of bid submission.1.9All questions regarding this RFP must be forwarded to bids@nlcsa.org.za, no later than withinthree days of the RFP closing date.1.10Any supplier who has reasons to believe that the RFP specification is based on a specificbrand must inform the NLC via the email addressed in 1.9.2.General rules and instructions2.1News and press releases2.1.1Bidders or their agents shall not make any news releases concerning this RFP or the awarding ofthe same or any resulting agreement(s) without the consent of, and then only in co-ordinationwith, the NLC.2.2Precedence of documents2.2.1This RFP consists of a number of sections. Where there is a contradiction in terms between theclauses, phrases, words, stipulations or terms and herein referred to generally as stipulations inthis RFP and the stipulations in any other document attached hereto, or the RFP submitted hereto,the relevant stipulations in this RFP shall take precedence.2.2.2Where this RFP is silent on any matter, the relevant stipulations addressing such matter, and whichappear in the PPPFA shall take precedence. Bidders shall refrain from incorporating any additionalstipulations in its proposal submitted in terms hereof other than in the form of a clearly markedrecommendation that the NLC may in its sole discretion elect to import or to ignore. Any such

inclusion shall not be used for any purpose of interpretation unless it has been so imported oracknowledged by the NLC.2.2.3It is acknowledged that all stipulations in the PPPFA are not equally applicable to all mattersaddressed in this RFP. It, however, remains the exclusive domain and election of the NLC as towhich of these stipulations are applicable and to what extent. Bidders are hereby acknowledgingthat the decision of the NLC in this regard is final and binding. The onus to enquire and obtainclarity in this regard rests with the Bidder(s). The Bidder(s) shall take care to restrict its enquiriesin this regard to the most reasonable interpretations required to ensure the necessary consensus.2.3Preferential procurement reform2.4The NLC supports B-BBEE as an essential ingredient of its business. In accordance withgovernment policy, the NLC insists that the private sector demonstrates its commitment and trackrecord to B-BBEE in the areas of ownership (shareholding), skills transfer, employment equityand procurement practices (SMME Development) etc.2.5The shall apply the principles of the Preferential Procurement Policy Framework Act, (Act No. 5 of2000) to this proposal read together with the Preferential No. 5 of 2000) to this proposal readtogether with the Preferential Procurement Regulations published in Government Notice No.32in Government Gazette No. 40553 dated 20 January 2017(“the Preferential ProcurementRegulations, 2017”).2.62.7National Industrial Participation Programme2.8The Industrial Participation policy, which was endorsed by Cabinet on 30 April 1997, is applicableto contracts that have an imported content. The NIP is obligatory and therefore must be compliedwith. Bidders are required to sign and submit the Standard Bidding Document (SBD).2.9Language2.9.1Bids shall be submitted in English.2.10Gender2.10.1 Any word implying any gender shall be interpreted to imply all other genders.2.11 Headings2.11.1 Headings are incorporated into this RFP document and submitted in response thereto, for ease ofreference only and shall not form part thereof for any purpose of interpretation or for any otherpurpose.2.12 Occupational Injuries and Diseases Act 13 of 19932.12.1 The Bidder warrants that all its employees (including the employees of any sub-contractor that maybe appointed) are covered in terms of the Compensation for Occupational Injuries and DiseasesAct 13 of 1993 and that the cover shall remain in force for the duration of the adjudication of thisRFP and/ or subsequent agreement. the NLC reserves the right to request the Bidder to submitdocumentary proof of the Bidder’s registration and “good standing” with the Compensation Fund,or similar proof acceptable to the NLC.

2.132.13.1Processing of the Bidder’s Personal InformationAll Personal Information of the Bidder, its employees, representatives, associates and subcontractors (“Bidder Personal Information”) required under this RFP is collected and processed forthe purpose of assessing the content of its tender proposal and awarding the bid. The assessmentand award of the bid shall be conducted in accordance with applicable legislation including thePPPFA read with the Preferential Procurement Regulations, 2017.The Bidder is advised thatBidder Personal Information may be passed on to third parties to whom the NLC is compelled bylaw to provide such information. For example, where appropriate, the NLC is compelled to submitinformation to National Treasury’s Database of Restricted Suppliers.2.13.2All Personal Information collected will be processed in accordance with POPIA and with the NLCData Privacy Policy.2.13.3The following persons will have access to the Personal Information collected:2.13.3.1 The NLC personnel participating in procurement/award procedures; and2.13.3.2 Members of the public: within seven working days from the time the bid is awarded, the followinginformation will have to be made available on National Treasury’s e-Tender portal:2.13.3.2.1contract description and bid number;2.13.3.2.2names of the successful bidder(s) and preference points claimed;2.13.3.2.3the contract price(s) (if possible);2.13.3.2.4contract period;2.13.3.2.5names of directors; and2.13.3.2.6date of completion/award.2.13.4The NLC will ensure that the rights of the Bidder and of its employees and representatives (i.e. theright of access and the right to rectify) are effectively guaranteed in accordance with the proceduresas specified in the NLC PAIA manual.2.13.5 In signing this document, the Bidder consents to the use of its Personal Information for the purposesas specified in section 2.9.1 above.3.Formal Briefing SessionThere will be no compulsory briefing session.4.Validity Period4.1The NLC requires a validity period of 120 [one hundred and twenty] Business Days [fromclosing date] against this RFP.4.2Bidders are to note that they may be requested to extend the validity period of their bids, onthe same terms and conditions, if the internal evaluation process are not finalised within thevalidity period.

5.5.1National Treasury’s Central Supplier DatabaseBidders are required to self-register on National Treasury’s Central Supplier Database (CSD)which has been established to centrally administer supplier information for all organs of state andfacilitate the verification of certain key supplier information.5.2The NLC may not award business to a bidder who has failed to register on the CSD.5.3Only foreign suppliers with no local registered entity need not register on the CSD.5.4The CSD can be accessed at https://secure.csd.gov.za/6.6.1ConfidentialityBids submitted for this Request for Proposals will not be revealed to any other bidders and will betreated as contractually binding;6.2The NLC reserves all the rights afforded to it by the POPIA in the processing of any of itsinformation as contained in Bid Proposals.6.3The Bidder acknowledges that it will obtain and have access to personal information of The NLCand agrees that it shall only process the information disclosed by the NLC in terms of this bidaward and only for the purposes as detailed in this RFP and in accordance with any applicablelaw.6.4The Bidder shall notify the NLC in writing of any unauthorised access to personal information andthe information of a third party, through cybercrimes or suspected cybercrimes, in its knowledgeand report such crimes or suspected crimes to the relevant authorities in accordance withapplicable laws, after becoming aware of such7.Communication7.1Specific queries relating to this RFP should be submitted bids@nlcsa.org.za, before the closing date.7.2In the interest of fairness and transparency the NLC’s response to such a query may bemade available to other bidders.7.3It is prohibited for bidders to attempt, either directly or indirectly, to canvass any officer oremployee of the NLLC in respect of this RFP between the closing date and the date of the awardof the business.7.4Bidders found to be in collusion with one another will be automatically disqualified andrestricted from doing business with organs of state for a specified period.

REQUEST FOR PRICE PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER TO RENDER ORACLEMANAGED SERVICES FOR TECHNICAL AND FUNCTIONAL SUPPORT SERVICES AT THE NATIONAL LOTTERIESCOMMISSIONSection 3: EVALUATION CRITERIAThe NLC will evaluate all proposals in terms of the Preferential Procurement Regulation of 2017 andPreferential Procurement Policy Framework Act. No. 5 of 2000 (PPPFA). The six (6) phase evaluationcriteria will be considered in evaluating the proposals, beingStage 1 : Tender Closing and Opening1.1 Tender closing detailsThe deadline for Tender submission is 20 April 2022 at 12:00 Standard South African Time. Anylate tenders will not be accepted. Tender Proposals (in a CD or USB) are to be submitted to theNLC Tender Box at the following physical address:National LotteriesCommission333 Grosvenor StreetBlock D, HatfieldGardens Hatfield,Pretoria0083Tenders can also be emailed to: bids@nlcsa.org.za

1.2 Bid FormatsBid submissions must be submitted in a PDF format that is protected from any modifications,deletions, or additions.Financial/pricing information must be presented in a separate attachment from theTechnical/Functional Response information. The onus is on the Bidder to ensure that all mandatoryand required documents are included in the electronic submission.Submissions must be prominently marked with the full details of the tender namely Bidder’s Name,Tender No and Tender Title.Bidders are advised to email electronic submissions at least thirty minutes before the bid closingtime to cater for any possible delay in transmission or receipt of the bid. The onus is on bidder toensure that the bid is submitted on time via emailTender submission emails received after submission date and time will be declared late bidsubmissions and will not be accepted for consideration by the NLC.The NLC will not be responsible for any failure or delay in the email transmission or receipt of theemail including but not limited to:Receipt of incomplete bidFile size (must not exceed 30mb)Delay in transmission or receipt of the bidFailure of the Bidder to properly identify the bidIllegibility of the bid; orSecurity of the bid data.Stage 2: Administrative ComplianceAll bid respondents must submit mandatory documents that comply with all mandatoryrequirements. Bids that do not fully comply with the mandatory requirements will be disqualifiedand will not be considered for further evaluation. The Administrative Compliance Evaluation willinclude the following:Evaluation Criteria1. In the event of the bidder being in a joint venture (JV), a signedSupporting DocumentJV AgreementJV agreement must be submitted (where applicable)2. Returnable documents (standard bidding documents) and/or Bid Proposal; Standardschedules were completed, duly signed by the authorized person Bidding Document (SBD)Forms & Pricing Schedule3. A copy of an accreditation certificate by ORACLE not lower thanCertified AccreditationGold statusCopy of Oracle GoldStatus4. Signed consent form in terms of the Protection of Personal Signed POPIA ConsentInformation Act 4 of 2013 (POPIA) (Consent Forms Attached to Form

the Bid as part of the SBDs).5. Submission of electronic bid document in a form of universal USB/CD OR Email bidserial bus (USB) or compact disc (CD) will be accepted. Due to submission toCOVID 19, no hand delivery of physical documents will be bids@nlcsa.org.zaaccepted. Only electronic bid document submitted on/or beforethe closing date and time will be submittedStage 3: Technical evaluationThe evaluation for the Technical and Functional threshold will include the following:Category & Criteria DescriptionWeighti-Scoring Matrixngs(0 to 5)(%)1. Company Experience1.1 Company profile (15%)20%-No information provided 0 Point.-Company profile withThe bidder must demonstrate that they have therelevant company experience in oraclecapacity to render the required service bymanaged services for 1 – 3 years 2submitting a company profile detailing of OraclePointsManaged Services for technical, functional support-Company profile with relevant companyand project services that were successfullyexperience in Oracle Managed for 3 – 5 yearscompleted within the past 10 years. 3 Points.-Company profile with relevant companyexperience in oracle managed servicesfor 5 – 10 years 4 Points.-Company profile with relevantexperience in oracle managed servicesfor 10 years and above 5 Points.

1.2 Witten reference letters (5)-2relevant reference letters 0 Point.-3relevant reference letters 1 Point.-4relevant reference letters 3 Points.-5relevant reference letters 5 Points.-No Experience 0 Point-1 – 4 years of combined experience 1Provide written reference letters for the oraclemanaged services previously performed fromcontactable existing / recent clients (public /privatesector)withinthepast5years.References should be presented in a form of a15%written letter on an official letterhead from clientswheresimilarservices(OracleManagedServices for technical, functional support andproject services) have been provided, the dateon the letters must not be older than two (2)years and must be signed.Letters must include the company name, contactname, address, phone number, duration ofcontract, value of the contract, a brief descriptionof the services that you provided.2. Experience of Team Members25%The bidder must provide evidence of Oraclecertification and minimum experience of 5 years’combined experience for each of the Oracle skillsets required below:2.1.Oracle Technical Support Specialistsa.Oracle Database Administrators;b.Oracle Fusion Middleware Administrators;c.OracleHardwareandPoint9%-More than 5 years’ combined experience 5PointsNetwor

Oracle Weblogic, Oracle Service Orientated Architecture .(SOA), Oracle Business Intelligence (OBI), Oracle WebCenter Content Management, Oracle WebCenter Enterprise Capture. 3 Oracle Database Oracle Enterprise Database 11g 4 Oracle Fusion Environments Disaster Recovery instance 5 Oracle Replication Oracle DataGuard