The following deliverables identified as project outputs:
6.1 A functional high availability cluster solution.
6.2 Project plan for the rollout of the envisaged solution.
6.3 Maintenance and Support Service Level Agreement that:
6.3.1 Clearly stipulates the roles and responsibilities between the NLC and the service
provider in terms of the administration and management of key LAN network
components.
6.3.1.1 Supermicro servers.
6.3.1.2 Data Storage Platform.
6.3.1.3 NVIDIA network switches.
6.4 Configuration documentation of each of the components making up the high
availability cluster solution.
6.5 Project sign off and close-out reports.
6. FUNCTIONAL REQUIREMENTS
7.1 The bidder is to establish and provide a high availability computing cluster solution
with the following minimum capabilities and/or features:
No Item Description Specification Qty Comply/ Not
Comply
1. Super Micro Super Server with following configuration 4
Server details:
SYS-121H-TNR 1U a. 1x X13 DEM, CSE-HS119-R1K24P2
(36Cores, 45TB b. 2x SPR 6416H 4/2P 18C 2.2G
Raw Non-Volatile (16C/2.3G, 12C/2.7G) 165W 45M BI
Memory express (1100)
(NVMe) Capacity, c. 16x 64GB DDR5-5600 2Rx4 ECC
1TB DDR5 RAM) RDIMM
d. 12x SSD 2.5" NVMe PCIe4 3.8TB
2DWPD TLC D, 15mm
e. 1x 2x Hybrid Gen 4 NVMe/SATA M.2
RAID 0/1 Carrier, Standard
f. 2x SSD M.2 NVMe PCIe4 480GB
1DWPD TLC D, 80mm
g. 1x AIOM 2-port 25GbE SFP28, Mellanox
CX-6 LX w/0.5U
h. 1x Standard PCIe 4.0 x8 dual port
25GbE with SFP28
i. 4x 5m LC to LC OM4 Cables
j. 1x Intel VROC Premium, RAID0,1,5,10,
HF, RoHS
No Item Description Specification Qty Comply/ Not
Comply
k. 4x SFP28 Transceiver module 25G,
850nm, MMF, LC
l. 2x PWCD, US, IEC60320 C14 TO
C13,6FT,14AWG, RoHS
m. 1x SMC System Management Software
Suite Node License
n. 2x SOCKET E E1B CARRIER LGA 4677
W/SHIM SP MCC, DG1.0, RoHS
o. 1x 1U 4-slot backplane, 4x
SAS3/SATA3/NVME5 X13 Hyper-S, HF
p. 1x 12 NVME cable kit for SYS-121H-
TNR, RoHS
q. 1x MicroHi, (2X2 to 2X4)
P3.0,40CM,10A/pin,16AWG, RoHS
r. 4x 2.5" thin profile drive tray, orange tab
(for hot swap NVMe)
2. Super Micro Server Supermicro 24x7 Silver Support 4
Product (NBD) & Warranty x 36 months
Maintenance and NB: In-country spares to align with the
Support for each 36 months warranty to be available on
server and switch next business day basis.
3. NVIDIA Spectrum a. NVIDIA Spectrum-2 based
SN3420 Ethernet 25GbE/100GbE 1U Open Ethernet
Switch switch with Cumulus Linux, 4
▪ 48 SFP28 ports and 12 QSFP28
ports,
▪ x86 CPU, short depth,
▪ 2 Power Supplies (AC),
▪ P2C airflow, Rail Kit
b. Mellanox transceiver, 25GbE, SFP28, 96
LC-LC, 850nm, SR (24 per switch)
c. Mellanox Passive Copper cable, ETH 4
100GbE, 100Gb/s, QSFP28, 1m, Black,
3 0AWG, CA-N
d. NVIDIA ENT Business Standard Support 4
Services for SN3420 Series, 5 Years
4. Data Storage Enterprise-grade data storage platform for
Platform deployment across two sites — Production
and Disaster Recovery (DR) — that
provides scalable, high-performance, and
resilient storage infrastructure to support
critical NLC applications and enterprise data
services.
All equipment must be rack-mounted,
designed for enterprise-class performance,
and engineered for resilience, scalability,
security, and standards-based
interoperability. The platform must serve as
No Item Description Specification Qty Comply/ Not
Comply
the foundation for data services, analytics,
backup, and disaster recovery within the
modernised ICT ecosystem.
Detailed Technical Requirements for the
Data Storage Platform are elaborated in
Section 8 below.
5. NVIDIA Switch NVIDIA ENT Business Standard Support 4
Support and Services for SN3420 Series, 5 Years
Maintenance
6. Installation and Professional & Installation Services at 4
Commissioning two separate physical locations (head
Services. office and DR site):
a. Racking, Stacking & Cabling to LAN
Network
b. Initial Setup and Configuration: Including
the following:
▪ Windows Hyper-V
▪ Provisioning of Storage Allocation
▪ Switch configuration and integration
to existing LAN
▪ Configure replication services
between head office and DR site.
c. Project Management: outlines the
period from placing the order to initial
setup and configuration.
d. Project Governance:
▪ Technical configuration documents
When pricing this section, please note the
following:
The additional servers will be integrated
into the existing cluster.
Internal storage should be shared across
the entire cluster.
This must include the installation at 2
(Two) different physical sites viz. NLC
Head Office and the DR Site in Gauteng
(TBC).
No Item Description Specification Qty Comply/ Not
Comply
7. Product Minimum Requirements:
Certification. • Supermicro Server Technology:
Product Certification for 3 1
Resources/Engineers to be current.
Mandatory.
• Nvidia Mellanox:
Product Certification for
Resources/Engineers to be current.
Mandatory. 1
• Data Storage Platform:
Certified Resources/Engineers. 1
7.2 For compliance with minimum capabilities or features on functional requirements stated
in the above table, the bidder must clearly indicate by ticking the last column on table
7.1, Non-compliance with the full functional requirements or partial compliance will
result in disqualification for further evaluation.
By way of illustration NLC would like to cluster the servers into two instances with cross-server
storage allocation and sharing per instance, at two separate physical locations. This is envisaged
in the simplified illustration below:
Site A: Head Office:
Site B: DR Site:
7. DATA STORAGE TECHNICAL REQUIREMENTS
8.1 Capacity and Architecture
• Minimum 200 TB usable capacity (before any data reduction or compression).
• Scale-out shared-everything architecture supporting linear scalability in both
performance and capacity.
• Support for NVMe-based high-speed storage or equivalent low-latency technology.
• Tiered storage options (e.g., NVMe/Flash, Storage Class Memory, or equivalent
persistent memory).
• No reliance on batteries or volatile DRAM caches for persistence; all data must be
written to non-volatile media (e.g., SSD).
• Independent scaling of capacity and performance.
• Non-disruptive scaling, maintenance, and firmware upgrades.
• On ingest, incoming writes should first pass through an SCM-based metadata system for
transaction coordination and consistency handling.
8.2 Data Reduction and Efficiency
• Inline data reduction performed before flash writes to extend media life.
• Must include deduplication, compression, and byte-range global compression
across a single reduction domain.
• Operation must be fully automated — no external appliances or client agents permitted.
• Data reduction must be transparent to all access protocols and consistent across the
cluster.
8.3 Performance and Resilience
• Minimum aggregate throughput of 60 GB/s or higher across clustered nodes.
• Performance benchmarks:
o NFS/SMB: 99 % of I/O operations < 3 Ms latency at 80 % load (4 KB reads).
o NFS RDMA: ≥ 8 GB/s read throughput (single client, single mount).
o S3: < 1 Ms latency for high-IOPS writes.
• Built-in high availability (HA) with no single point of failure.
• Redundant components across controllers, power, cooling, and network paths.
• Tolerate full chassis loss and survive ≥ 4 SSD failures per domain with ≤ 10 % capacity
overhead.
• Integrity protection via end-to-end checksums, hashes, or CRCs; no dedicated hot spares
required.
• Rebuilds under load must complete within one (1) day without service interruption.
• Synchronous and asynchronous replication between Production and DR sites, supporting
full failover/failback.
• Self-healing and integrity verification must be inherent to the platform.
8.4 Networking and Connectivity
• Support for high-speed Ethernet or InfiniBand interconnects (200 Gb/s or higher).
• Redundant data paths and switching fabric with multi-protocol support, including NVMe-
oF, iSCSI, NFS, SMB, and S3.
• All fibre-optic cables, SFPs, and transceivers required for full connectivity must be
included.
• Unified namespace providing:
o S3 object access (Amazon S3 API-compatible).
o NFS v3/v4.1 and SMB 2.1+ file access.
o Cross-protocol accessibility — files created under NFS/SMB must be visible as S3
objects and vice versa.
o Directory quotas enforceable across NFS and SMB.
8.5 Protocol-Specific Requirements
NFS (Network File System)
• Support Network Lock Manager (NLM) byte-range advisory locking (≥ 1000 locks/file).
• Full POSIX and NFS v4.1 ACLs, Kerberos authentication, and NFS over RDMA.
• Support nconnect to enhances NFS scalability and performance by enabling multi-path,
multi-connection data flows between the client and server.
SMB (Server Message Block)
• Support SMB/NTFS ACLs and mandatory file/byte-range locking.
• SMB 2.1+ failover with resilient handles and session recovery.
S3 (Simple Storage Service)
• Compatible with standard SDKs (e.g., aws-sdk, boto3).
• Support for multipart uploads, objects ≥ 5 TB, 100+ buckets per namespace, bucket
versioning, object lock, and user policies.
8.6 Compute and Integration Layer
• Minimum of one (1) 1U compute node or controller chassis with:
o Dual processors with at least 101 logical cores.
o Dual high-speed NICs (200 Gb/s or higher).
o Support for hardware acceleration or Data Processing Units (DPUs).
• Native integration with virtualization, container orchestration, and cloud-connect
frameworks.
• Support for replicating snapshots to cloud or on-prem object stores (S3 API
compatible), including self-service access and compression efficiency for cloud
snapshots.
8.7 Management and Monitoring
• Centralized management via CLI, HTTPS GUI, and REST API.
• Unified dashboard for monitoring, analytics, and Role-Based Access Control (RBAC).
• Support for real-time capacity views, user quotas, and automated alerts.
• Asynchronous replication (< 1-minute RPO) and non-disruptive upgrades.
• Integration with central identity and monitoring platforms (e.g., SIEM, Sentinel).
8.8 Security and Compliance
• AES-256 encryption for data at rest and in transit.
• Immutable snapshots and ransomware protection mechanisms.
• Compliance with POPIA, ISO 27001, and NLC Cybersecurity Policies.
• RBAC, multifactor authentication, and secure audit logging for all admin/user
activity.
• Capability to integrate with centralized identity and monitoring platforms (e.g., SIEM,
Sentinel).
8.9 Software and Licensing
• Platform software must include:
o Centralized management console with full cluster visibility.
o Performance analytics, capacity forecasting, and alerting.
o Automation and RESTful API support for orchestration.
• Core-based licensing (minimum 101 cores) valid for a minimum 60-month (5-year) period.
• All software, firmware, and management utilities must be included in the subscription or
perpetual licensing agreement.
8.10 Vendor must provide comprehensive support, including parts replacement, software
updates, and support and technical assistance throughout the license term.
Bidders are expected to indicate their compliance and must be either equivalent or better
than above technical requirements as per Annexure C.
8. IMPLEMENTATION SCOPE
9.1 Professional & Installation Services at two separate physical locations.
9.2 Deployment across two data centres (Production and DR).
9.3 Configuration, integration, and testing for connectivity to existing ICT infrastructure.
9.4 Licencing, Updates and Patching as required.
9.5 Training, documentation, and operational handover to NLC technical staff.
9.6 Project Management and Governance.
9.7 Warranty (if available beyond 36 months) and support with defined SLAs covering
hardware, software, and updates for the contract term.
9.8 Provision of In-Country Spares as required and specified.
9. REPORTING REQUIREMENTS
The service provider will report to the Information and Communications Technology (ICT)
Division.
10. DURATION OF THE PROJECT
The expected duration of the contract is years (3) years which may be effective on the date of
appointment, the date of signing of a service level agreement (SLA) or directed and at the
discretion of the NLC.
SECTION 2: NOTICE TO BIDDERS
1. Terms and conditions of Request for Proposals
1.1 This document may contain confidential information that is the property of the NLC.
1.2 No part of the contents may be used, copied, disclosed, or conveyed in whole or
in part to any party in any manner whatsoever other than for preparing a proposal
in response to this RFP without prior written permission from the NLC.
1.3 All copyright and intellectual property herein vests with the NLC.
1.4 Late and incomplete submissions will not be accepted.
1.5 No services must be rendered, or goods delivered before an official NLC Purchase
Order form has been received.
1.6 This RFP will be evaluated in terms of the 80/20 preference point system
1.7 Suppliers are required to register on the Central Supplier Database at www.csd.gov.za.
1.8 Suppliers must provide their CSD registration number (and attach a CSD
Registration report) and ensure that theirtax matters are compliant.
1.9 All questions regarding this RFP must be forwarded to lucky@nlcsa.org.za,
1.10 Any supplier who has reasons to believe that the RFP specification is based
on a specific brand mustinform the NLC via the email addressed in 1.9.
2. General rules and instructions
2.1 News and press releases
2.1.1 Bidders or their agents shall not make any news releases concerning this RFP or
the awarding of the same or any resulting agreement(s) without the consent of,
and then only in co-ordination with, the NLC.
2.2 Precedence of documents
2.2.1 This RFP consists of several sections. Where there is a contradiction in terms
between the clauses, phrases, words, stipulations or terms and herein referred to
generally as stipulations in this RFP and the stipulations in any other document
attached hereto, or the RFP submitted hereto, the relevant stipulationsin this RFP
shall take precedence.
2.2.2 Where this RFP is silent on any matter, the relevant stipulations addressing such
matter, and which appear in section 217 of the constitution of the republic shall
take precedence. Bidders shall refrain from incorporating any additional
stipulations in its proposal submitted in terms hereof other than in the form of a
clearly marked recommendation 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 or acknowledged by the NLC.
It remains the exclusive domain and election of the NLC as to which of these
stipulations are applicable and to what extent. Bidders are hereby
acknowledging that the decision of the commission in this regard is final and
binding. The onus to enquire and obtain clarity in this regard rests with the
Bidder(s). The Bidder(s) shall take care to restrict its enquiries in this regard to the
most reasonable interpretations required to ensure the necessary consensus.
2.3 Preferential procurement reform
2.3.1 The commission supports B-BBEE as an essential ingredient of its business. In
accordance with government policy, the NLC insists that the private sector
demonstrates its commitment and track record to B-BBEE in the areas of
ownership (shareholding), skills transfer, employment equity and procurement
practices (SMME Development) etc.
2.4 National Industrial Participation Programme
2.4.1 The Industrial Participation policy, which was endorsed by Cabinet on 30 April
1997, is applicable to contracts that have an imported content. The NIP is
obligatory and therefore must be complied with. Bidders are required to sign and
submit the Standard Bidding Document (SBD).
2.5 Language
2.5.1 Bids shall be submitted in English.
2.6 Gender
2.6.1 Any word implying any gender shall be interpreted to imply all other genders.
2.7 Headings
2.7.1 Headings are incorporated into this RFP document and submitted in response
thereto, for ease of reference only and shall not form part thereof for any purpose
of interpretation or for any other purpose.
2.8 Occupational Injuries and Diseases Act
2.8.1 The Bidder warrants that all its employees (including the employees of any sub-
contractor that may be appointed) are covered in terms of the Compensation for
Occupational Injuries and Diseases Act and that the cover shall remain
in force for the duration of the adjudication of this RFP and/ or subsequent
agreement. the commission reserves the right to request the Bidder to submit
documentary proof of the Bidder’s registration and “good standing” with the
Compensation Fund, or similar proofacceptable to the commission.
2.9 Processing of the Bidder’s Personal Information
2.9.1 All Personal Information of the Bidder, its employees, representatives, associates and sub-
contractors (“Bidder Personal Information”) required under this RFP is collected and
processed for the purpose of assessing the content of its tender proposal and awarding the
bid. The Bidder is advised that Bidder Personal Information may be passed on to third
parties to whom the commission is compelled by law to provide such information. For
example, where appropriate, the commission is compelled to submit information to National
Treasury’s Database of Restricted Suppliers.
2.9.2 All Personal Information collected will be processed in accordance with POPIA and with the
commission.
2.9.3 Data Privacy Policy.
2.9.4 The following persons will have access to the Personal Information collected:
2.9.4.1 The commission personnel participating in procurement/award procedures; and
2.9.4.2 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:
2.9.4.2.1 contract description and bid number.
2.9.4.2.2 names of the successful bidder(s) and preference points claimed.
2.9.4.2.3 the contract price(s) (if possible).
2.9.4.2.4 contract period.
2.9.4.2.5 names of directors; and
2.9.4.2.6 date of completion/award.
2.9.5 The commission will ensure that the rights of the Bidder and of its employees and
representatives (i.e., the right of access and the right to rectify) are effectively
guaranteed in accordance with the procedures as specified in the commission PAIA
manual.
2.9.6 In signing this document, the Bidder consents to the use of its Personal Information for
the purposes as specified in section 2.9.1 above.
3. Compulsory Briefing Session
Date & Time: 20 January 2026 @ 11:00
Venue: 333 Grosvenor Street, Block D Hatfield Gardens,
Hatfield, 0028
4. Validity Period
4.1 The Commission requires a validity period of 120 Business Days against this RFP.
4.2 Bidders are to note that they may be requested to extend the validity period of their
bids, on the same terms and conditions, if the internal evaluation process are not
finalised within the validity period.
5. National Treasury’s Central Supplier Database
5.1 Bidders 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 and facilitate the verification of
certain key supplier information.
5.2 The Commission may not award business to a bidder who has failed to register on
the CSD.
5.3 Only foreign suppliers with no local registered entity need not register on the CSD.
5.4 The CSD can be accessed at https://secure.csd.gov.za/
6. Confidentiality
6.1 Bids submitted for this Request for Proposals will not be revealed to any other bidders
and will be treated as contractually binding;
6.2 The Commission reserves all the rights afforded to it by the POPIA in the processing of
any of its information as contained in Bid Proposals.
6.3 The Bidder acknowledges that it will obtain and have access to personal information of
The NLC and agrees that it shall only process the information disclosed by the NLC in
terms of this bid award and only for the purposes as detailed in this RFP and in
accordance with any applicable law.
6.4 The Bidder shall notify the NLC in writing of any unauthorised access to personal
information and the information of a third party, through cybercrimes or suspected
cybercrimes, in its knowledge and report such crimes or suspected crimes to the relevant
authorities in accordance with applicable laws, after becoming aware of such.
7. Communication
7.1 Specific queries relating to this RFP should be submitted lucky@nlcsa.org.za, before the
closing date.
7.2 In the interest of fairness and transparency the NL C’s response to such a query may
be made available to other bidders.
7.3 It is prohibited for bidders to attempt, either directly or indirectly, to canvass any officer or
employee of the NLC in respect of this RFP between the closing date and the date of the
award of the business.
7.4 Bidders found to be in collusion with one another will be automatically disqualified and
restricted from doing business with organs of state for a specified period.
8. Supplier Performance
8.1 The National Lotteries Commission conducts regular performance reviews in accordance
with the requirements for the classification of the contract and or stakeholder by making use
of supplier evaluation forms. The evaluation is conducted against the deliverables or scope
of the contract with a minimum of an annual review done for contracts longer than a year
and a review at completion of contract for those contracts less than a year.
8.2 Ad-hoc performance reviews shall be conducted where non-performance is identified
outside the review period.
8.3 Non-performance will be addressed with at least a formal letter advising specific non-
performing areas and stating remedial action/s required within specific time frames. Non-
adherence to remedial actions shall lead to escalating performance management actions.
8.4 Any party to this agreement may request to participate in a joint performance review where
appropriate and seek continuous improvement opportunities.
SECTION 3 EVALUATION CRITERIA
The below phases evaluation criteria will be considered in evaluating the proposals, being:
Phase 1: Tender Closing and Opening
1.1 Tender closing details
The closing date for tender is on 30 January 2026 at 11:00am Standard South African Time. Any
late tenders will not be accepted. All submissions Must be addressed to Supply Chain
Management, NLC Submission of proposals through (online submission on e-tender)
1.2 Bid Formats
Bid 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 the
Technical/Functional Response information. The onus is on the Bidder to ensure that all
mandatory and required documents are included in the electronic submission.
Tender submissions received after submission date and time will be declared late and
will not be accepted for consideration by the NLC.
The NLC will not be responsible for any failure or delay in the submission or receipt of
the bid including but not limited to:
• Poor Network
• Power cut (load shedding)
Phase 2: Administrative Compliance
All bid respondents must submit the relevant documents that comply with administrative
compliance, which will include the following:
Evaluation Criteria Supporting Document
• All Returnable Documents and/or schedules [where SBD Form 1
applicable] must be completed and returned by the SBD Form 6.1
closing date and time.
• The Bid document has been duly signed by the Company resolution as proof of
authorisedbidder official. authorised individuals’ delegation
• Whether Bid contains a priced/financial offer. Pricing and delivery schedule
• Whether the Bidder tax affairs in order. Valid Tax Compliance System Pin
• Bidders must register on the Central Supplier Database Proof of Full CSD registration
(CSD). Only foreign suppliers with no local registered
entity need not register on the CSD
Phase 3: Mandatory Compliance
All bid respondents must submit mandatory documents that comply with all mandatory requirements.
Bids that do not fully comply with the mandatory requirements will be disqualified and will not be
considered for further evaluation. The mandatory Compliance Evaluation will include the following:
Evaluation Criteria Supporting Document
1. In the event of the bidder being in a joint venture JV Agreement
(JV), a signed JV agreement must be submitted
(where applicable)
2. Declaration of Interest (SBD 4) Fully Completed SBD 4
3. Original Equipment Manufacturer (OEM) Certificate The bidder must provide proof of
accredited certification from Original
Equipment Manufacturer (OEM). Please
note that NLC reserves the right to
confirm your registration/accreditation
with the OEM.
4. Bidders must attend Compulsory briefing meeting Compulsory briefing certificate
5 Bidders must submit completed price schedule provided Price Schedule
by NLC
Note to Bidders:
Bidders may be requested, at the behest of the NLC, to submit via courier services to the SCM
unit of the NLC, within a minimum of 3 working days from date of request hard copy certified
qualifications, memberships certificates, COIDA etc. which may have been requested for
mandatory or functionality assessment. Failure to submit the information within the requested
period shall render the bidder non-responsive.
Phase 4: Technical Evaluation
The evaluation for the Technical and Functional threshold will include the following:
Rating Definition Score
Excellent Exceeds the requirement. Exceptional demonstration of ability, 5
understanding, experience, skills, resources, and quality measures.
Adds clear value.
Good Satisfies the requirement with minor additional benefits. Above average 4
demonstration with supporting evidence.
Rating Definition Score
Acceptable Meets the requirement. Adequate demonstration with supporting 3
evidence.
Minor Does not Meets the requirement with minor reservations. Limited 2
Reservations supporting evidence.
Serious Doe not Meets the requirement with major reservations. Considerable 1
Reservations concerns and minimal evidence.
Unacceptable Does not meet the requirement. Insufficient information or non- 0
compliance.
EVALUATION CRITERIA Scoring Matrix %
Weight
1. Company Experience
1.1 Company Experience & Capability 10%
Bidders are required to submit their company • No information provided = 0 Points
profile demonstrating that they have the
• Company profile with company experience
capacity to render the required service.
in implementing server solutions for 1 - 2
The profile must explicitly detail the entity’s years = 1 point.
years of experience in installing Supermicro
• Company profile with company experience
server solutions.
in server solutions more than 2 years but
less than 4 years = 2 points.
• Company profile with company experience
in server solutions more than 4 years but
less than 6 years = 3 points.
• Company profile with company experience
in server solutions more than 6 years but
less than 8 years = 4 points.
• Company profile with company experience
in server solutions 8 years and above = 5
points.
1.2 Written Reference Letters 15%
Provide five (5) written reference letters from • No reference letters = 0 Points.
contactable existing/recent clients
• One reference letter = 1 Point.
(public/private sector) within the past 5 years
relating to implementation of Supermicro server • Two reference letters = 2 Points.
solutions. • Three reference letters= 3 Points.
Letters must include the company name,
• Four reference letters = 4 Points.
contact name, address, phone number, duration
of contract and a brief description of the services
EVALUATION CRITERIA Scoring Matrix %
Weight
provided. • Five reference letters = 5 Points.
Various letters from one client will be regarded
as one reference. The reference letters must be
on the client’s letterhead and must be dated and
signed.
Appointment letters are not considered and
should not be submitted.
Reference Letters must comply with the
requirement that they be issued for work that
was completed within five years of the bid
closure date.
2. Capacity and Ability to Implement
10%2.1 Experience – Lead Project Manager
• No experience indicated =0 points.An CV that clearly stipulates the experience as
• Experience > 0 and =< 1 year = 1 point.per Annexure A:
• Experience > 1 and =< 2 years = 2
• The name and surname of the lead points.
project manager. • Experience > 2 and =< 3 years = 3
• Number of years in the position as a points.
project manager with relevant • Experience > 3 and =< 4 years = 4
experience in the implementation points.
and/or design of computing server • Experience >= 5 years = 5 points.
solutions.
3. Installation and Configuration of Equipment
3.1. Supermicro Server Setup and 15%
Configuration
• No experience indicated =0 points.The bidder is to demonstrate ability to
• Experience > 0 and =< 1 year = 1 point.configure a Supermicro server using the
• Experience > 1 and =< 2 years = 2Windows server OS and configure Hyper-V to
points.create a virtualisation environment.
• Experience > 2 and =< 3 years = 3
The bidder must demonstrate the capability to points.
install and configure a Supermicro server with • Experience > 3 and =< 4 years = 4
Microsoft Windows Server OS and set up a points.
functional Hyper-V virtualization environment,
• Experience >= 5 years = 5 points.
evidenced by configuration documentation,
screenshots or a live/recorded demonstration
showing successful VM creation and
operation.
15% 3.2. NVIDIA Network Switch Setup and
EVALUATION CRITERIA Scoring Matrix %
Weight
Configuration
• No experience indicated =0 points.The bidder is to demonstrate ability to
• Experience > 0 and =< 1 year = 1 point.configure, deploy and support an NVIDIA
• Experience > 1 and =< 2 years = 2ethernet switch.
points.
The bidder must demonstrate the • Experience > 2 and =< 3 years = 3
capability to configure, deploy, and points.
support an NVIDIA Ethernet switch, • Experience > 3 and =< 4 years = 4
evidenced by configuration points.
documentation, implementation steps, or • Experience >= 5 years = 5 points.
a live/recorded demonstration showing
successful switch setup and operational
validation.
15% 3.3. Storage Server Setup and
Configuration
• No experience indicated =0 points.The bidder is to demonstrate ability to
• Experience > 0 and =< 1 year = 1 point.configure, implement the proposed Data
• Experience > 1 and =< 2 years = 2Storage Platform.
points.
The bidder must demonstrate the • Experience > 2 and =< 3 years = 3
capability to configure and implement the points.
proposed Data Storage Platform, • Experience > 3 and =< 4 years = 4
evidenced by deployment documentation, points.
configuration details, or a live/recorded Experience >= 5 years = 5 points.
demonstration showing successful setup,
integration, and operational performance.
4. Project Plan 5%
• No plan provided, or plan does notThe bidder must submit a detailed project plan
address the scope of work.= 0 Points.and implementation framework outlining the
methodology, timelines, and resources for • Plan provided but lacks key components;
rolling out the computing server and network shows limited understanding or relevance
switch solution, in alignment with the scope of to the scope. = 1 Point.
work. • Plan addresses most requirements but
with minor gaps in methodology,
sequencing, or deliverables.= 2 Points.
• Comprehensive plan demonstrating
sound understanding of requirements,
realistic timelines, and supporting
evidence. = 3 Points.
• Strong plan with clear implementation
methodology, resource allocation, and
evidence of added value or risk
EVALUATION CRITERIA Scoring Matrix %
Weight
mitigation.= 4 points.
• Exceptional plan demonstrating deep
understanding, robust methodology,
innovation, and measurable value-add
beyond requirements. = 5 Points.
5. Service Level Agreement 15%
The bidder must outline the SLA management • The service level framework does not
framework required to regulate the contractual meet the requirement. Does not comply
outputs of the relationship pertaining to:
and/or provided sufficient information
1. Define roles and responsibilities on the
relating to the requirements outlined on
administration and management of
the scope of work. = 0 Points. computing server and network switch
components:
• The service level framework the
2. Procedures to follow for logging support requirement with major reservations.
requests.
Considerable reservations of the
3. Response times based on applicable log
supplier’s relevant ability, understanding,
request prioritisation guidelines.
services, with little or no supporting
4. Procedures to follow for firmware or related
evidence on the scope of work. = 1 Point. patch updates.
5. Training methodology on • The service level framework satisfies
dashboard/reporting platforms. the requirement with minor reservations.
6. Monthly or more frequent account Some minor reservations of the supplier’s
management reviews with minutes of relevant ability, understanding services on
records.
the scope of work = 2 Points.
• The service level framework satisfies
the requirement. Demonstration by the
supplier of the relevant ability,
understanding, services, with supporting
evidence on the scope of work. = 3
Points.
• The service level framework satisfies
the requirement. Above average
demonstration by the supplier of the
relevant services. Response identifies
factors that will offer potential added
value, with supporting evidence on the
scope of work. = 4 points.
EVALUATION CRITERIA Scoring Matrix %
Weight
• The service level framework exceeds
the requirement. Exceptional
demonstration by the supplier of the
relevant ability, understanding, services.
Response identifies factors that will offer
potential added value, with supporting
evidence on the scope of work. = 5
Points.
Total: 100
Total Weighting: 100
Minimum qualifying score 70
required:
Bidders who achieved minimum of 70% will be evaluated further on price and specific goal
Phase 5: Pricing and Specific Goals
5.1 The evaluation for Pricing and Specific Goals will include the following:
Pricing Schedule: Please refer to Annexure B: The evaluation for Pricing and Specific
Goals will include the following:
Evaluation Criteria Final Weighted Scores
PRICE 80
The following formula will be used to calculate the points out of 80
for price inrespect of a tender with a Rand value equal to or above
R30 000 and up to aRand value of R50 million, inclusive of all
applicable taxes:
Where:
Ps = Score for the Bid under consideration Pt
= Price of Bid under consideration P min
= Price of lowest acceptable Bid
SPECIFIC GOALS 20
In terms of Regulation 4(2); 5(2); 6(2) and 7(2) of the
Preferential Procurement Regulations, preference points must
be awarded for specificgoals.
TOTAL SCORE: 100
A maximum of 20 points to be awarded to a tenderer for the specific goals specified for this bid
is as follows: -
1. Procurement from entities who are black Sub – points Maximum Relevant
Owned for specific points for Evidence
goals specific goals
Tenderer who has 100% black Ownership 8 Copies of ID’s/
CIPC ReportTenderer who has 51% to 99% black ownership 4
8 Recent Full CSD
Tenderer who has less than 51% Black 0 Report
ownership
2. Procurement from entities who are women owned B-BBEE
Certificate / B-
Tenderer who has 100% women ownership 4
BBEE/ Sworn
Tenderer who has 30% to 99% women ownership 2 4 Affidavit
Tenderer who has less than 30% women ownership 0
3. Black Youth Ownership 4 B-BBEE
Tenderer who has 100% youth ownership 4
Certificate / B-Tenderer who has 30% to 99% youth 2
ownership BBEE/ Sworn
Tenderer who has less than 30% youth 0 Affidavit
ownership
4.Procurement from Disabilities
Tenderer who has 20% or more owners 4 4 Letter from the
with disability
Doctor
Tenderer who has less than 20% but more than 2
confirming10% owners with disability
Tenderer who have less than 10% owners 0 disability
with disability
Total points for specific goals 20
The points scored for the specific goal must be added to the points scored for price and the
total must be rounded off to the nearest two decimal places. Final appointment to be awarded
to the bidder scoring the highest points.
Stage 6: Contract and Award
The stage is for negotiation after receipt of formal tenders and before the conclusion of
contracts with suppliers/contractors submitting the lowest acceptable tender with a view
to obtaining an improvement in price, delivery, or content, in circumstances which do not
put other tenderers at a disadvantage or affect adversely their confidence or trust in the
competitive system. Bidders may be requested to provide their best and final offers based
on contract negotiation.
ANNEXURE B: CV TEMPLATE
Proposed role in the project: -------------------------------------------------
Name:
First name:
Date of birth:
Nationality:
Education
Institution Degree(s) or Diploma(s) obtained
(Date from- Date to)
Membership of Professional Bodies:
Other skills (e.g. computer literacy, etc.):
Present position
Years within the organisation:
Key qualifications (relevant to project):
Professional experience
Date (From -To) (mm/yy)
Organisation
Location
Position
Description of duties
Date (From -To) (mm/yy)
Organisation
Location
Position
Description of duties
Date (From -To) (mm/yy)
Organisation
Location
Description of duties
SCM
CONSENT REQUEST FORM
REQUEST FOR THE CONSENT OF A DATA SUBJECT FOR PROCESSING OF PERSONAL
INFORMATION FOR THE PURPOSE OF PROCUREMENT OF GOODS AND SERVICES
APPLICATION, IN LINE WITH THE NLC’s SUPPLY CHAIN MANAGEMENT POLICY, IN
TERMS OF SECTION 11(1)(a) OF THE PROTECTION OF PERSONAL INFORMATION ACT,
2013 (ACT NO.) (“POPIA”).
TO:
FROM:
ADDRESS:
Contact number:
Email address:
PART A
1. In terms of the PROTECTION OF PERSONAL INFORMATION ACT, consent for
processing of personal information of a data subject (the person/entity to whom
personal information relates) must be obtained for the purpose of processing of
application for procurement of goods and services, in line with the NLC’s supply chain
management policy, and storage of your personal data by means of any form of
electronic communication, including automatic calling machines, facsimile machines,
SMSs or e-mail, which is prohibited unless written consent to the processing is given
by the data subject. You may only be approached once for your consent by us (NLC).
After you have indicated your wishes in Part B,
you are kindly requested to submit this Form either by post, facsimile or e-mail to the
address, facsimile number or e-mail address as stated above.
2. "Processing” means any operation or activity or any set of operations, whether or not
by automatic means, concerning personal information, including—
2.1 the collection, receipt, recording, organisation, collation, storage, updating or
modification, retrieval, alteration, consultation or use;
2.2 dissemination by means of transmission, distribution or making available in any
other form; or
2.3 merging, linking, as well as restriction, degradation, erasure or destruction of
information.
3. “Personal information” means information relating to an identifiable, living, natural
person, and where it is applicable, an identifiable, existing juristic person, including, but
not limited to—
3.1 information relating to the race, gender, sex, pregnancy, marital status, national,
ethnic or social origin, colour, sexual orientation, age, physical or mental health,
well- being, disability, religion, conscience, belief, culture, language and birth of the
person;
3.2 information relating to the education or the medical, financial, criminal or
employment history of the person;
3.3 any identifying number, symbol, e-mail address, physical address, telephone
number, location information, online identifier or other particular assignment to
the person;
3.4 the biometric information of the person;
3.5 the personal opinions, views or preferences of the person;
3.6 correspondence sent by the person that is implicitly or explicitly of a private or
confidential nature or further correspondence that would reveal the contents of the
original correspondence;
3.7 the views or opinions of another individual about the person; and
3.8 the name of the person if it appears with other personal information relating to
the person or if the disclosure of the name itself would reveal information about
the person.
Full names of the designated person on behalf of the Responsible Party
Signature of Designation person
Confidential to ICT
SBD1
PART A
INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE NATIONAL LOTTERIES
BID NUMBER: NLC2025-021 CLOSING DATE 30 January 2026 CLOSING TIME: 11:00
APPOINTMENT OF A SERVICE PROVIDER TO SUPPLY, INSTALL, CONFIGURE, INTEGRATE
AND SUPPORT A SUPERMICRO BASED HIGH AVAILABILITY COMPUTING CLUSTER DESCRIPTION
SOLUTION FOR A PERIOD OF THREE (3)
All submissions Must be addressed to Supply Chain Management, NLC Submission of proposals through (online
submission on e-tender).
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
CONTACT PERSON Supply Chain Management CONTACT PERSON Supply Chain Management
TELEPHONE NUMBER 012 432 1470 TELEPHONE NUMBER 012 432 1309
FACSIMILE NUMBER FACSIMILE NUMBER
E-MAIL ADDRESS lucky@nlcsa.org.za E-MAIL ADDRESS lucky@nlcsa.org.za
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELLPHONE NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION
NUMBER
SUPPLIER TAX CENTRAL
COMPLIANCE COMPLIANCE SUPPLIER OR
STATUS SYSTEM PIN: DATABASE
No: MAAA
B-BBEE STATUS LEVEL TICK APPLICABLE BOX] B-BBEE STATUS LEVEL SWORN [TICK APPLICABLE BOX]
VERIFICATION AFFIDAVIT
CERTIFICATE
Yes No Yes No
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE
SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
ARE YOU THE
ACCREDITED ARE YOU A FOREIGN BASED
REPRESENTATIVE IN SOUTH Yes No Yes No SUPPLIER FOR THE GOODS
AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?
/SERVICES /WORKS [IF YES ENCLOSE PROOF] [IF YES, ANSWER PART B:3 ]
OFFERED?
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
Confidential Thank you
C oInSfiTdHeEntEiaNl TtIoT YICAT RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO
DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO
IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS
SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.
PART B
TERMS AND CONDITIONS FOR BIDDING
1. BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR
CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED– (NOT TO BE RE-TYPED) OR IN THE MANNER PRESCRIBED IN
THE BID DOCUMENT.
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL
PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER
SPECIAL CONDITIONS OF CONTRACT.
1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7).
2. TAX COMPLIANCE REQUIREMENTS
2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE
THE ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE
WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED; EACH PARTY MUST SUBMIT A SEPARATE TCS
CERTIFICATE / PIN / CSD NUMBER.
2.6 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE
PROVIDED.
2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO ARE
PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE
STATE.”
NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.
SIGNATURE OF BIDDER: ...................................................
SBD 1
BIDDER’S DISCLOSURE
1. PURPOSE OF THE FORM
Any person (natural or juristic) may make an offer or offers in terms of this
invitation to bid. In line with the principles of transparency, accountability,
impartiality, and ethics as enshrined in the Constitution of the Republic of
South Africa and further expressed in various pieces of legislation, it is
required for the bidder to make this declaration in respect of the details
required hereunder.
Where a person/s are listed in the Register for Tender Defaulters and
/ or the List of Restricted Suppliers, that person will automatically be
disqualified from the bid process.
2. Bidder’s declaration
2.1 Is the bidder, or any of its directors / trustees / shareholders / members/ partners
or any person having a controlling interest1 in the enterprise, employed by the
state? YES/NO
2.1.1 If so, furnish particulars of the names, individual identity numbers, and,
if applicable, state employee numbers of sole proprietor/ directors /
trustees / shareholders / members/ partners or any person having a
controlling interest in the enterprise, in table below.
Full Name Identity Number Name of State
institution
1 the power, by one person or a group of persons holding the majority of the equity of an
enterprise, alternatively, the person/s having the deciding vote or power to influence or to direct
the course and decisions of the enterprise.