The appointed service provider must produce the following board-ready and actionable
deliverables. All artefacts must be stored in the EA repository and delivered in both editable
(source) and presentation formats.
1. EA Foundations Pack: Vision, principles, operating model, standards, tools, meta-model,
and modelling conventions.
2. AS-IS Architecture: Business, Application, Data/Information, Technology, and Security
(catalogues, matrices, and diagrams).
3. TO-BE Architecture: Target reference architectures & patterns for each domain; target maps
and guardrails.
4. Gap Analysis & Options Report: Gaps, options, recommendations, risk/impact analysis.
5. Portfolio of Initiatives & Business Cases: A traceable register of initiatives derived from
the EA blueprint, with board-ready project charters per initiative covering: scope, objectives,
dependencies, delivery approach, resourcing/skills, milestone plan, CapEx/OpEx, TCO,
benefits with KPIs, risks/assumptions, and compliance considerations
(PFMA/Treasury/POPIA where relevant).
6. Roadmap & Migration Approach: Sequenced waves/releases with critical path,
change/impact analysis, quick wins, and decision gates.
7. EA Governance Framework: Decision rights, artefact catalogue, review process, RACI,
conformance/exception handling, and stage-gate checklists (including CCC/ICT SteerCom
integration).
8. Board-Ready Approval Packs (Initiatives & Strategy): Executive summaries, decision
memoranda, slide decks, cost–benefit overviews, risk heatmaps, and compliance checklists
suitable for Executive Committee and Board approval cycles.
9. Five-Year ICT Strategy & Plan (Board-Ready): Strategy narrative, initiative book,
sequencing, risks, costed plan (CapEx/OpEx), benefits, and operating-model blueprint,
prepared for formal submission to the Board.
10. Training & Knowledge Transfer: Role-based training, playbooks, how-to guides, workshop
artefacts, and handover pack to enable NLC self-sufficiency.
11. Benefits Realisation & Measurement Framework: Baselines, target KPIs, measurement
methods, and a benefits tracking dashboard/template aligned to APP/AOP and audit
requirements.
12. Implementation Advisory & Support (within the 24 Months contract period):
Architecture conformance reviews, participation in SteerCom/CCC sessions,
procurement/specification inputs for mobilising initiatives, monthly advisory status notes to
support decision-making and Board reporting.
Acceptance Notes (apply to all deliverables): (a) artefacts meet agreed templates and quality
criteria; (b) changes are version-controlled in the EA repository; (c) ‘board-ready’ means
documents include an executive summary (≤3 pages), clear decision statements, options
considered, cost/benefit, and risk/mitigation; (d) successful knowledge transfer evidenced by
attendance registers and materials; (e) EA diagrams are complete and traceable to capabilities,
processes, data, applications, technology and security.
7. PROJECT DELIVERY TIMELINES
The project delivery is phased over the 24-month contract period. The following are key
milestones to be considered when developing the project schedule:
7.1 EA blueprint
7.2 Roadmap and ICT strategy
7.3 EA Capability Establishment
The service provider is expected to define a project delivery schedule showing how the scope
deliverables will be executed within the 24 month contract period.
Notes:
1. Deliverables must be presented at the end of each phase for formal review and acceptance
by the NLC Project Steering structures.
2. The service provider remains accountable for producing board-ready documentation at the
points of Executive and Board submission.
3. Ongoing advisory support runs throughout all phases, with a focus on initiative mobilisation
and governance compliance.
8. REPORTING REQUIREMENTS
The service provider will report to the Information and Communications Technology (ICT)
Division.
9. DURATION OF THE PROJECT
The expected duration of the contract is 24 months years which may be effective on the date of
appointment, the date of signing of a service level agreement (SLA), or as directed and at the
discretion of the NLC.
SECTION 2: NOTICE TO BIDDERS
1. Terms and conditions of Request for Proposals (RFP)
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 their tax 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 must inform 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 stipulations in 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 proof acceptable 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
following information 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
There will be compulsory briefing session. Please refer to the first page for briefing
details;
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 NLC’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 NLLC 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 submission is on 27 January 2026 Standard South African Time. Any
late tenders will not be accepted. Tenders (USB) are to be submitted to the NLC’s tender box at
the following physical address:
National Lotteries Commission
333 Grosvenor Street
Block D Hatfield Gardens
Hatfield, Pretoria
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.
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
• 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
authorised bidder 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 CSD. Only foreign suppliers Proof of Full Central Supplier
with no local registered entity need not register on the Database (CSD) registration
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. EA Certification and experience of the Lead Architect
1. The Open Group Architecture
Framework (TOGAF) version 9.2 or
10 Enterprise Architecture (EA)
Practitioner Certificate.
4. Bidders must attend compulsory briefing session Completed and signed briefing certificate
5. Must provide NLC with Price Quotation Quotation
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.
Acceptable Meets the requirement. Adequate demonstration with supporting 3
evidence.
Minor Does not meet the requirement with minor reservations. Limited 2
Reservations supporting evidence.
Serious Does not meet 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
EVALUATION CRITERIA Scoring Matrix %
Weight
1.1 Company Experience & Capability 10%
Bidders must submit a company profile showing • No information provided = 0 Points
years of experience in delivering Enterprise
• < 1 years = 1 point.
Architecture projects.
• 1 – 3 years = 2 points.
• 4 –6 years = 3 points.
• 7 - 9 years = 4 points.
• 10 years and above = 5 points.
1.2 Written Reference Letters 15%
Provide up to 5 reference letters from clients in the last • No reference letters provided = 0 points
5 years (2020–2025) confirming successful completion
• 1 relevant reference letter = 1 point
of Enterprise Architecture projects.
Reference letters must be on official letterhead, signed • 2 relevant reference letters = 2 points
and dated, and include contact details, scope, • 3 relevant reference letters = 3 points
duration, and outcomes. Only completed projects will
be considered valid. • 4 relevant reference letters = 4 points
• 5 relevant reference letters = 5 points
2. CAPACITY AND ABILITY TO IMPLEMENT
15% 2.1 Experience – Lead Enterprise Architect
(Project Manager)
• No experience indicated =0 points. An abridged CV must clearly show name, role,
• Experience < 3 years = 1 point. qualifications, TOGAF certification, and years of
• Experience > 3 and =< 5 years = 2 experience leading EA or ICT Strategy projects.
points.
• Experience > 5 and =< 7 years = 3
points.
• Experience > 7 and =< 10 years = 4
points.
• Experience >= 10 years = 5 points.
2.2 Experience – Team Roles Coverage 20%
Evaluate whether the proposed team covers all six • No CVs = 0 points
architect roles: Enterprise, Business, Application, • 1 role covered = 1 point.
Data, Infrastructure, and Security Architects. • 2 roles covered = 2 points.
• 3–4 roles covered = 3 points.
EVALUATION CRITERIA Scoring Matrix %
Weight
Full points require that CVs show relevant • 5 roles covered = 4 points.
certifications for each role: • All 6 roles covered with relevant
certifications = 5 points.
Enterprise Architect: TOGAF practitioner certificate
(mandatory for Lead)
Business Architect: BIZBOK or equivalent business
architecture certification
Application Architect: TOGAF practitioner or
Microsoft Certified Solutions Architect (Azure)
Data Architect: TOGAF practitioner or DAMA
Certified Data Management Professional (CDMP)
or equivalent
Infrastructure Architect: Cisco Certified Network
Professional (CCNP), VMware Certified
Professional (VCP), or TOGAF practitioner or
Microsoft Azure Solutions Architect
Security Architect: Certified Information Systems
Security Professional (CISSP), Certified Information
Security Manager (CISM), or SABSA or TOGAF
practitioner
3. TECHNICAL PROPOSAL
15%3.1 Methodology & Approach
The bidder must demonstrate an understanding of • No understanding of EA best practice and
best practice Enterprise Architecture approach and its applicability within NLC context = 0
applicability within NLC. points.
• Very weak, generic statements with no
link to NLC = 1 point.
• Limited understanding of of EA best
practice and applicability within NLC
context, mostly generic context = 2
points.
• Some knowledge of of EA best practice
and applicability within NLC context and
ICT modernisation needs = 3 points.
EVALUATION CRITERIA Scoring Matrix %
Weight
• Clear understanding of of EA best practice
and applicability within NLC context = 4
points.
• Deep contextualisation of EA best practice
and applicability within NLC context, with
explicit linkage to NLC challenges,
governance, and board accountability = 5
points.
4. PROJECT MANAGEMENT & GOVERNANCE
4.1 Project Plan 15%
The bidder must provide a realistic 24-month phased • No plan provided = 0 points.
project plan with milestones, resources, risks, and • Plan provided but vague, with major
dependencies. reservations and little supporting evidence
= 1 point.
• Basic timeline only, limited detail on
sequencing or deliverables = 2 points.
• Timeline with resources and milestones,
but minor reservations remain = 3 points.
• Timeline with resources, risks, and
dependencies included, good supporting
evidence = 4 points.
• Comprehensive phased plan (24 months)
with milestones, QA, governance, and clear
reporting = 5 points.
4.2 Service Level Agreement 10%
• No governance or SLA provided = 0The bidder must describe governance arrangements
pointsand SLA framework (escalation, reporting,
• Governance/SLA mentioned but very accountability).
weak, considerable reservations = 1
point
• Basic governance or SLA framework
provided, limited scope = 2 points
• Governance + SLA framework included
with supporting evidence = 3 points
EVALUATION CRITERIA Scoring Matrix %
Weight
• Governance + SLA with escalation,
reporting, and accountability = 4 points
• Comprehensive governance + SLA with
escalation paths, reporting dashboards,
monthly reviews, and accountability
mechanisms = 5 points
Total: 100
Total Weighting: 100
Minimum qualifying score 70
required:
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 A: 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 in respect of a tender with a Rand value equal to or above
R30 000 and up to a Rand 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 specific goals.
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% black youth ownership 4
Certificate / B-Tenderer who has 30% to 99% b l a c k 2
youth ownership BBEE/ Sworn
Tenderer who has less than 30% b l a c k 0 Affidavit
youth 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 A: 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
PART A INVITATION TO BID
SBD1
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE NATIONAL LOTTERIES
BID NUMBER: NLC2025-022 CLOSING DATE 27 January 2026 CLOSING TIME: 11:00
APPOINTMENT OF A SERVICE PROVIDER TO DELIVER AN ENTERPRISE
ARCHITECTURE (EA) BLUEPRINT AND SUPPORT FOR A PERIOD OF TWENTY-FOUR DESCRIPTION
(24) MONTHS
Bids Proposals Submission: A l l s u b m i s s i o n s M u s t b e a d d r e s s e d t o S u p p l y C h a i n
M a n a g e m e n t , N L C S u b m i s s i o n o f p r o p o s a l s t h r o u g h ( o n l i n e s u b m i s s i o n o n e -
t e n d e r ) .
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 0 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?
ConfidentialQUESTIONNAIREThank TOyouBIDDING FOREIGN SUPPLIERS
IS THE ENTITY A 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: ...................................................
Confidential Thank you
Confidential to ICT
SBD 4
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.
Do you, or any person connected with the bidder, have a relationship with any
person who is employed by the procuring institution? YES/NO
2.1.2 If so, furnish particulars:
.............................................................................................
.............................................................................................
2.2 Does the bidder or any of its directors / trustees / shareholders / members /
partners or any person having a controlling interest in the enterprise have any
interest in any other related enterprise whether or not they are bidding for this
contract? YES/NO
2.2.1 If so, furnish particulars:
........................................................................................
........................................................................................