0% found this document useful (0 votes)
43 views107 pages

RFP - Scope

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
43 views107 pages

RFP - Scope

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 107

RFP FOR

Supply Chain Management System

RFP No. (PRE-23-080)


Issued on 20 APRIAL, 2025
Contents
1. COPYRIGHT STATEMENT 3
1. INTRODUCTION 4
1.1 About Muscat Municipality: 4
1.1 Definitions 4
1.2 Confidentiality 4
1.3 OVERVIEW OF EXISTING MM TECHNICAL ENVIRONMENT...........................................................5
1.4 Purpose of RFP 10
2. SCOPE OF WORK 11
3. Functional Requirements 11
3.2 Innovation requirements: 11
3.3 Technical requirements 11
3.3.1 General Technical Requirements: 11
3.2.1 Integrations Requirement : 14
3.2.1 Data Conversion and Migration: 16
3.2.1 Interactive interfaces: 17
3.2.1 Architecture capabilities: 18
3.3.2 Security, Availability, and Performance: 26
3.2.1 Application Development environment: 32
3.2.1 Database Requirements: 33
3.2.1 Training and Knowledge Transfer Requirements: 37
3.2.1 Other Technical/Project Requirements: 42
3.3.3 Phases & Deliverables: 42
3.4 AMC Requirements 44
4. PROPOSAL REQUIREMENTS AND SUBMISSION 46
4.1 General requirements 46
4.2 Submission of Proposals 47
1.1 Proposals Identification 47
1.2 Proposal Format 47
1.1 Technical proposals 48
4.3 Commercial Proposals 50
5.2 Proposal Evaluation Criteria 54
5.3 Technical Proposals Evaluation 54
5.4 Commercial Proposals Evaluation 55
5.2 Overall Proposals Evaluation 55
5.5 Minimum Eligibility Criteria 55
Terms and Conditions 56
1.1 Acceptance of RFP terms & conditions: 56
4.4 Primary Contact: 56
4.5 Amendments and supplements to the RFP: 56
4.6 Writing Inquiries: 57
4.7 Proposal Prices: 58
4.8 Payment Schedule 58
4.9 Exceptions 59
4.10 Bid Presentation: 59
4.11 Withdrawal & Modifications to Proposals: 60
4.12 Entirety of required works: 60
4.13 Ownership: 61
4.14 Bidding teams and sub-contractor issues: 61
4.15 News Release 61
4.16 limitations on the solution 61
4.17 RFP Cancellation 62
1. COPYRIGHT STATEMENT

Copyright © 2025 by Muscat Municipality All rights reserved. This document, including
any writings, drawings, notes or verbal representations made or shown in the course of this
communication are confidential and proprietary to Muscat municipality. This material
whether in electronic, paper format and any Muscat municipality ideas, processes, lists,
planning information, financial, operational or customer data contained herein constitute the
trade secrets of Muscat municipality which are valuable items of proprietary property owned
by Muscat municipality.

This document contains confidential information that is being shared for the purpose of
enabling a focused response to the RFP. No part of the materials included in this
communication should be: - a) reproduced; b) published in any form by any means,
electronic or mechanical, including photocopy or information storage or retrieval system; or
c) disclosed to third parties, without the express written authorization of Muscat
municipality. Bidders who choose not to respond to this RFP are requested to return it to
Muscat municipality

WARNING! DO NOT COPY WITHOUT PRIOR PERMISSION FROM Muscat


Municipality
1. INTRODUCTION

1.1 About Muscat Municipality:

Muscat Municipality is the local government authority responsible for the administration
and maintenance of Muscat, the capital of Oman. It is responsible for providing a wide
range of services to the residents of Muscat, including waste management, street cleaning,
public parks and gardens, building regulation and inspection. The municipality plays an
important role in the development and planning of the city, working to ensure that new
constructions and development projects are in line with the city’s overall vision and
goals. The municipality also works with other government agencies and organizations to
provide services and support to the residents of Muscat.
Muscat Municipality was founded in 1975 and its main aim is to provide high standards
of living for the residents of Muscat, by providing essential services, implementing
regulations and laws that promote safety and well-being.
The Municipality is responsible for the upkeep of public areas, including roads, side-
walks, and streets, as well as maintaining public parks and gardens, managing waste
disposal and recycling. It also issues licenses and permits for construction and
development projects, and conducts inspections to ensure that buildings and other
structures are safe and comply with local building codes.
The Muscat Municipality also plays an important role in promoting tourism in Muscat city
by preserving and promoting
cultural
S heritage sitesSystand
hain Mana gement em landmarks by organizing events and festivals that highlight the city’s

rich history and culture.

1.1 Definitions

The following are key definitions for acronyms used in the RFP:

Term Description
MM Muscat
Municipality –
Sultanate of Oman
CRM Customer
Relationship
Management
HRMS Human Resources
Management
System
FINANCI Core financials
AL modules covering
General Ledger,
Accounts
Receivables,
Accounts
Payables, and
Cash Management
RDBMS Relational
Database
Management
System
OMR The Currency of
Sultanate of Oman
(Omani Riyal)
(Table 1-1) – Key Definitions

1.2 Confidentiality

This RFP, plus any other documents released, information provided, discussions, and
others, as part of the selection process, are strictly confidential and should not be
disclosed to anyone who is not directly involved in response preparation of this RFP.
Additionally, all information within this RFP or gained during the RFP or other processes
will remain confidential with tenderers. No information or publicity shall be allowed to
any third party unless specific written authorization is obtained from Muscat
Municipality.

It is a condition of this RFP that the information provided herein is for the purpose of
allowing Tenderers to submit proposals to Muscat Municipality. It may not be used in any
other context nor revealed to any other party not directly involved in the submission of a
proposal in accordance with the terms of the specification.

1.3 OVERVIEW OF EXISTING MM TECHNICAL ENVIRONMENT


Currently Muscat Municipality has deployed multiple applications serving various
functional areas and has built the infrastructure that support that aim; the following table
lists briefly the technical infrastructure and some of the existing applications Deployed in
MM to support different types of services which vary from Admin, Financial services to
community municipal services:

N Aspect Description
o
.
APC
Technology
deployed with
1 Data Center
Hot Aisle
Containment
System, with a
comprehensive
DC
requirements
and
capabilities
such as
Outdoor/Indoo
r Cooling
System,
Leakage
System, Fire
Suppression
System,
Power, Racks,
SAN Storage,
Backup and
Library
System, UPS,
Generator,
Adaption
Management
System to
support
adopting any
additional
future
requirements.

More than 20
remote sites
supported by
local LAN and
2 Network
integrated with
MM Head
office through
Government
Network
(MPLS), The
lines capacity
varies between
1MB – 1GB,
and other site
using point to
point high
speed fiber
optic
connection
speed 1GB
”MM WAN”,
LAN & WAN
devices are
Cisco
Technology, to
support more
than 2
thousand as
MM Network
users. As well
IP Telephony
system using
Avaya Call
Manager and
IP Office
Integrated
among the
remote site as
a single
platform to
communicate
between HQ
and Remote
sites.

An ERP
3 Oracle
system
e-
deployed in
Business
accordance
Suite R12
with MM
Requirements.
The Deployed
Oracle
Systems are
CRM, HRMS,
Financials and
iSupport. The
Database used
is Oracle
Database RAC
19c.

An IBM
Document FileNet
4 Management Technology
System System is
deployed
recently at MM
to manage the
different types
of Documents
& Records. In
Addition, it
manages the
different type
of files such as
video, audio,
images … etc.
The System is
using Oracle
Database RAC
12c. The
system will be
Integrated with
almost all MM
deployed
Information
Systems

Custom built-
In-house in application
5
Applications using Oracle
application
server such as
Purchasing,
Stores, Fleet
Management
and
Maintenance
System, Fuel
System, and
Contract
Management
System. The
Database used
is Oracle DB
11gR2.

ININ
Muscat Technology is
6
used to support
Contact Center the contact
center, align
with e-
complain
system
implemented
using Java &
asp.net
supported by
SQL Database
Server.

A messaging
System
7 Implemented
to support the
SMS Gateway different type
of
Internal/Extern
al applications
& E-services.
It is integrated
directly with
the databases
to interact
directly with
the customers
through
different types
of messages
(auto push,
pull, manual
Push).
The Gateway
is implemented
using ASP.net,
Java, XML,
Web services
technologies,
along with
Oracle
Databases as a
backend
system.
8 (www.mm.gov
MM Portal
.om).

Social MM has
9
official
Media accounts in
Networking
Face book,
Twitter,
Instagram and
YouTube,
Managed by
MM specialist
team.

Esri ArcGIS
Server
Advanced
1 10 .8.1(8
0
GIS application Cores)
& Portal (MM Map
services are
published
using ArcGIS
Server)
Database:
Oracle DB 12c
Front-end :
ArcGIS 10.8.1
http://gis.mm.g
ov.om
(website is
implement
using OnPoint
and ArcGIS
Server)

Available in
two operating
systems:
Android and
1 IOs
1 Baladiyeti Application
Development
Mobile Apps
environment:
- Framewo

rk:
IONIC, .
NET 4.x ,
SWIFT(i
ONIC 1.0
and
Angular
1.x).
- Database:
Oracle
and SQL
Server.
Currently in
the last stage
of
implementing
NEW
Application
Development
environment:
Framework:
Flutter
2.2.1, .NET
4.x, Android
29, IOS 9.0

Health Organize the


1
procedures and
2
Inspection mechanisms
Mobile Apps
for health
inspection
team in the
Field

Parking
1
3 Organizing the
Violation
Mobile Apps procedures and
mechanisms
for registering
violations

The purpose of
the application
 Facilitate
the
1 Restaurant
Evaluation evaluatio
4
Program n process
and link
the
evaluatio
n with the
geographi
cal data
of
restaurant
s. Mainly
focusing
in:
 Develop
ment of
an
electronic
evaluatio
n form on
the GIS
Cloud
program
helps the
user in
the
process of
evaluatin
g the
restaurant
s easily
using
smart
devices.
 Develop
an
applicatio
n on
ArcMap
to serve
the
restaurant
evaluatio
n team to
issue and
preview
the
evaluatio
n reports
in Excel
format.

Centralized
Geo–Enabled
NOC Issuing
1
system to
5
businesses.
Muscat e-NOC
The Muscat e-
NOC System
will act as a
One Stop
solution for all
NOC needs
(Excavation
Permits). The
NOC System
will be
developed in
coordination
with related
Public and
Private entities
who are
involved in the
NOC process.
The system
implemented
using:
 Oracle
Business
Process
Managem
ent
(BPM)
 Oracle
Service-
Oriented
Architect
ures
(SOA)
 ArcGIS
Server
http://
GOM portal gom.gov.om/
1
6 The website is
developed
using PHP.
The database
used is
MYSQL.
GOM website
is developed in
ARABIC
1.4 Purpose of RFP
The objective of this RFP is to seek proposals from qualified vendors to provide scope
require the bidder to:
 Supply and implement turn key solution of Supply Chain Management System.
MM looks for an enterprise widely adopted solution.

 Provide Three years AMC after the Deployment of the Solution phase and Sign-off
date.

 The Bidder is expected to implement the solution based on the following Phases:

 Phase1: Study & Assess the Current MM Systems, Services, RDBMS and the related
Business Processes and Propose the Recommended Systems, Services Process and
RDBMS to be implemented as part of the solution for Supply Chain Management
System.
 Phase2: Implementation Phase for Supply Chain Management System as per the
approved recommended systems, Services and Business Process.
 Phase3: Pre Go-Live Phase for Supply Chain Management System.
 Phase4: Post Go-Live Phase (onsite full support), the bidder should cover all the
changes required for Supply Chain Management System (and its backend database
(RDBMS)) after the Go-Live to assure the system's stability as per MM satisfaction for
about 6 months. In addition, the phase activities should be aligned with the AMC
requirements stated in the AMC sections.
2. SCOPE OF WORK

The objective of this tender is:


 To implement an advanced Supply Chain Management System (SCM) that fulfil the
functional and technical requirements of MM. Proposed system should address issues
and challenges related to the field focusing on leading intelligent.
 The offer will cover training and with consideration for training, Support and 3 years
AMC.
The scope should consist of the following Phases:
 Phase1: Study & Assess the Current MM Systems, Services, RDBMS and the related
Business Processes and Propose the Recommended Systems, Services Process and
RDBMS to be implemented as part of the solution for Supply Chain Management
System.
 Phase2: Implementation Phase for Supply Chain Management System as per the
approved recommended systems, Services and Business Process.
 Phase3: Pre Go-Live Phase for Supply Chain Management System.
 Phase4: Post Go-Live Phase (onsite full support), the bidder should cover all the
changes required for Supply Chain Management System (and its backend database
(RDBMS)) after the Go-Live to assure the system's stability as per MM satisfaction for
about 6 months. In addition, the phase activities should be aligned with the AMC
requirements stated in the AMC sections.

3. Functional Requirements

- The bidder is required to perform all Functional and Technical Requirements as a


minimum - but not limited to, as per the MM Functional Requirements (Annexure
D).
- The bidder expected to respond to all these requirements as part of their proposed
solutions and write their responses on the attached sheets of MM Functional
Requirements (Annexure D).
- Providing a non-clear, non-complete filling of Annexure D will affect the assessment
& the evaluation of the bidder's proposal.
- Mana geme
hain

3.2 Innovation requirements:


The bidder should clearly mention the innovative aspects of the proposed solution in
utilizing Artificial intelligence in different aspect of the processes of the supply chain.
Intelligent Features like predictive analysis, demand sensing are highly valued. Analytics,
predictions, algorithmic planning and performance enhancements are major factors in
supply chain new technologies. Bidders are expected to highlight the system capabilities in
these areas in addition to other advanced technologies it might offer.

3.3 Technical requirements

3.3.1 General Technical Requirements:

The below table lists the general requirements common for all the solution components.
Bidder has to respond to all of the specifications by either: full compliant (FC), partially
compliant (PC) or Non-compliant (NC) and briefly explain how it is achieved (Referring to
relevant section in the proposal). Bidder has to submit all supporting documents (datasheets,
screenshots. . . etc.).
Note: For FC and PC, the bidder must provide an accurate reference from the
proposal (Document Name/Section number/ page) proving compliance with the
requirement. Otherwise, offer is considered disqualified.

General Technical Requirements

N Requirement Compliance R
o (FC/PC/NC e
) m
a
r
k
s

r
e
f
e
r
e
n
c
e

i
n
p
r
o
p
o
s
a
l

(
D
o
c
n
a
m
e
/
S
e
c
t
i
o
n
/
P
a
g
e

)
T Closed/Open
E Source:
C Based on
_
1 International
Best
Practices
(should be
clearly stated
in the
proposal)
either to be
a
commercial
or an Open
Source

T Language: The
E System must
C support Bilingual
_ (English/Arabic)
2
T Interactive &
E Responsive
C Interfaces: Cover
_
3 different interactive
interfaces (such as
mobile apps, portals
(Intranet/Internet), ...
etc.).
T Customization and
E Extensibility: The
SCM solution
C should be
_ customizable and
4 extensible to adapt
to MM’s unique
business
requirements,
workflows, and
T Omni-Channel
E Accessibility:
Support all MM
C technical interactive
_ channels such as;
5 Mobile interaction
Internal/ External
Portals, Email, Self-
Service Portal,
T Reporting and
E Dashboarding: The
C system should
_
6 provide
comprehensive
reporting and
analytics
capabilities to
monitor processes,
identify trends, track
key metrics, and
make data-driven
decisions. It should
support
customizable
dashboards, ad-hoc
reporting, and trend
analysis.
T Security: Access
E control and
C authorization should
_
7 be integrated with
active directory and
can be integral with
third-party solution
T Security and
E Auditing: Built with
C high consideration of
_
8 security concerns
therefore it should
support the
following:
• Users access
control,
• Security,

• Tracking,

• Auditing,

• Data History,

• Logs of users’
activities,
T Scalability: Ability
E to scale horizontally
C and vertically to
_ accommodate
9 growing user bases
and increasing
workloads.
T High-Availability:
E Redundancy and
C failover mechanisms
_ to ensure continuous
1 service availability
0 and minimize
downtime.
T Performance:
E Efficient resource
C utilization and
_ response times to
1 meet user
1 expectations.
T Deployment
E Options: The bid
C should clearly state
_ type of deployment.
1 MM is open to
2 consider both
traditional on-
premises and cloud-
based solutions
(complying with
Oman regulations).
Vendors are
encouraged to
propose cloud
solutions if they
believe it will provide
additional value or
advantages.
T Compliance with
E Best Practices &
C International
_
1 Standards: The
3 proposed system
must comply with
applicable local and
international security
standards and
regulations. This
includes adherence
to best practices for
data protection, risk
management, and
compliance with
relevant laws, such
as GDPR or ISO
standards. These
measures has to be
integrated to the
system to enhance
its reliability and
trustworthiness,
ultimately
protecting sensitive
information and
maintaining user
confidence.

3.2.1 Integrations Requirement :

Bidder has to respond for all of the specifications by either full compliant (FC),
partially compliant (PC) or Non-compliant (NC) and briefly explain how it is achieved
(Refer to relevant section in the proposal if needed). Bidder have to submit all
supporting documents (datasheets, screenshots. . . etc.).

Supply C

Note: For FC and PC, the bidder must provide an accurate reference from the
proposal (Document Name/Section number/ page) proving compliance with the
requirement. Otherwise, MM has the right to disqualify the bidder’s offer.
N Requirement C R
o ema
o
rks
m refe
p renc
e in
l
prop
i osal
a (Doc
na
n me
/
Se
c cti
on/
e Pa
ge
)

(
F
C
/
P
C
/
N
C
)

I Integration
N Scope:
T Solution
G
_ should cover
1 the
integration
with any
internal
systems,
external
systems and
external
entities (up
on MM
approval)
with no extra
cost. scope
should
include
current and
future
integration.
I Minimum
N Integration
T Requiremen
G
_ t: Current
2 integration
include
Oracle E-
Business
Applications
, payment
gateway,
SMS
gateway,
MM mail
server
(Active
Directory), e-
ticketing/ITS
M solution,
e- tendering
portal
(Esnad),Mini
stry of
Commerce
and
Industry(MO
CI), Oman
Chamber of
Commerce &
Industry
(OCCI),
SME
Development
Authority,
Tax
Authority,
and Ministry
of Finance
(MoF) and
any other
systems or
solutions
identified
during
design phase.
I APIs/
N Connectors:
T All web
G
_ services,
3 APIs and
other
connectors
must be
defined and
created by
the bidder for
all possible
integrations
with other
internal or
external
systems. The
I Push and
N Pull of data:
T The solution
G
_ architecture
4 should
support any
mechanism
of API
integration
standards.
The bidder
should
implement
both push
and pull of
data as far
as required
and/or as
per the
agreed
process at
the design
phase.

3.2.1 Data Conversion and Migration:

N Requirement C R
o ema
o
rks
m refe
p renc
e in
l
prop
i osal
a (Doc
na
n me
/
c
Se
e cti
on/
Pa
ge
(
)
F
C
/
P
C
/
N
C
)

M Migrate to
I the new
G system:
_
1 Scope pf
work should
cover Data
Conversion
and
Migration
from MM
current
systems to
the new
proposed
SCM
solution.
M Migrated
I data: The
G data migration
_ should cover
2
both
transactional
and historical
data.
M Migration
I Plan: The
G bidder should
_ submit data
3
migration
plan.
I Data size:
N current
T Approximatel
G
y 2.5 GB and
_
4 7GB file size
Supply Chain Mana gement Syst em

3.2.1 Interactive interfaces:


Bidder has to respond for all of the specifications by either full
compliant (FC), partially compliant (PC) or Non-compliant (NC) and
briefly explain how it is achieved (Refer to relevant section in the
proposal if needed). Bidder have to submit all supporting documents
(datasheets, screenshots. . . etc.).
Note: For FC and PC, the bidder must provide an accurate
reference from the proposal (Document Name/Section number/
page) proving compliance with the requirement. Otherwise, offer
is considered disqualified.

N Requirement C R
o ema
o
rks
m refe
p renc
e in
l
prop
i osal
(Doc
a
na
n me
/
c Se
e cti
on/
Pa
ge
(
)
F
C
/
P
C
/
N
C
)

I The proposed
N solution
T Interface
_ should be user
1
friendly and
as per MM
users
Satisfaction
and
confirmation
I support\
N working
T
_
mobile
2
platform.
I support
N English and
T Arabic based
_
on user
3
preferences.

3.2.1 Architecture capabilities:

Bidder has to respond for all of the specifications by either full


compliant (FC), partially compliant (PC) or Non-compliant (NC) and
briefly explain how it is achieved (Refer to relevant section in the
proposal if needed). Bidder have to submit all supporting documents
(datasheets, screenshots. . . etc.).
Note: For FC and PC, the bidder must provide an accurate
reference from the proposal (Document Name/Section number/
page) proving compliance with the requirement. Otherwise, offer
is considered disqualified.

Architecture Requirements

N Re C Remark
o qu o s
. ire m referenc
me p e in
nt l proposa
i l (Doc
a
n
c
e
( name/
F Section/
C Page )
/
P
C
/
N
C
)
A Sol
R uti
C on
H Ar
_ chi
1 tec
tur
e:
Th
e
bi
dd
er
sh
oul
d
su
b
mi
ta
co
m
ple
te
tec
hn
ica
l
Sol
uti
on
Ar
chi
tec
tur
e.
A Int
R eg
C rat
H ion
_ Ar
2 chi
tec
tur
e:
Th
e
sol
uti
on
ar
chi
tec
tur
e
sh
oul
d
all
ow
for
ma
xi
m
u
m
int
eg
rat
ion
wit
h
ot
he
r
M
M
IT
sys
te
ms
,
too
ls
ar
chi
tec
tur
e
an
d
ext
er
nal
sys
te
ms
.
A Ar
R chi
C tec
H tur
_ e
3 De
sig
n:
Th
e
pr
op
ose
d
sol
uti
on
is
rec
om
me
nd
ed
to
be
de
sig
ne
d
to
wa
rd
s
the
Ap
pli
cat
ion
De
vel
op
me
nt
inf
ras
tru
ctu
re
an
d
pla
tfo
rm
wit
h
all
rel
ate
d
co
m
po
ne
nts
to
wa
rd
s
Se
rvi
ce-
Or
ien
ted

Ar
chi
tec
tur
e

co
nc
ept
,
Int
eg
rat
ion
-
lay
er,
Bu
sin
ess
Pr
oc
ess
M
od
elli
ng
(B
P
M)
.
A Da
R ta-
C La
H ye
_ r:
4 Sol
uti
on
ar
chi
tec
tur
e is
a
ce
ntr
ic-
da
ta
ar
chi
tec
tur
e
for
da
ta
co
nsi
ste
nc
y
an
d
re
us
abi
lit
y
A Ad
R op
C ta
H ble
_
5 St
an
da
rd
s:

Sol
uti
on
Ar
chi
tec
tur
e is
ba
se
d
wi
del
y
ad
op
ted
sta
nd
ar
ds
th
at
ca
n
fac
ilit
ate
the
ad
ap
ta
bil
ity,
re
us
e
an
d
cos
t-
eff
ect
ive
ne
ss
of
ap
pli
cat
ion
s
A W
R eb-
C Ba
H se
_ d
6 Sol
uti
on
:
Sol
uti
on
is
dis
tri
bu
ted
,
dy
na
mi
c,
fle
xib
le,
an
d
re-
co
nfi
gu
ra
ble
ser
vic
e
sys
te
m
ov
er
Int
er
net
.
A Te
R ch
C an
H d
_ Lo
7 gic
al
Ar
chi
tec
t:
Ve
nd
or
pr
op
os
als
m
ust
co
nt
ain
su
gg
est
ed
tec
hn
ica
l
an
d
log
ica
l
ar
chi
tec
tur
es.
A Ar
R chi
C tec
H t
_ De
8 sig
n
Co
nsi
de
rat
ion
:
the
pr
op
ose
d
sol
uti
on
sh
olu
d
be
ali
gn
ed
wit
h
int
er
na
tio
nal
,
M
T
CI
T
an
d
M
M
sec
uri
ty
pol
ici
es
inc
lu
di
ng
:

 standa
rds
and
best
practi
ces
such
as(IS
O/IEC
27001
 NIST
Cyber
securit
y
Frame
work
 OWA
SP
Top
Ten
 GDPR
and
Data
Protec
tion
Regul
ations
 Circul
ar
2/2016
,1/202
1
(MCT
IT)
A Hi
R gh
C -
H Av
_ ail
9 abi
lit
y
De
sig
n
Pl
an
:
As
pa
rt
of
Hi
gh
Av
ail
abi
lit
y/
Di
sas
ter
Re
co
ve
ry
ar
chi
tec
tur
e
the
pr
op
ose
d
sol
uti
on
m
ust
pr
ovi
de
Fa
ilo
ve
r
pla
n
eq
uiv
ale
nt
to
M
us
cat
M
un
ici
pal
ity
bu
sin
ess
co
nti
nu
ity
ac
ce
pte
d
val
ue
s.

3.3.2 Security, Availability, and Performance:


Bidder has to respond for all of the specifications by either full
compliant (FC), partially compliant (PC) or Non-compliant (NC)
and briefly explain how it is achieved (Refer to relevant section in
the proposal if needed). Bidder have to submit all supporting
documents (datasheets, screenshots. . . etc.).
Note: For FC and PC, the bidder must provide an accurate
reference from the proposal (Document Name/Section number/
page) proving compliance with the requirement. Otherwise,
offer is considered disqualified.

Table 4: Security, Availability, and Performance Requirements

N Re C R
o qu emar
o
. ire ks
me m refer
nt
p ence
in
l
prop
i osal
a (Doc
na
n me/
Sec
c
tio
e n/
Pa
ge )
(
F
C
/
P
C
/
N
C
)

S Se
E cu
C rit
_ y
1 Re
qu
ire
me
nt
:
the
off
er
sh
oul
d
ad
dr
ess
the
sol
uti
on
an
d
da
ta
ba
se
sec
uri
ty.
S Av
E ail
C abi
_ lit
2 y:
Th
e
pr
op
ose
d
sol
uti
on
sh
oul
d
be
wit
h
Hi
gh
Av
ail
abi
lit
y
24/
7.
Co
nsi
de
rin
g
an
y
Ba
ck
up
re
qu
ire
me
nts
an
d
pr
oc
ed
ur
es
to
be
co
nfi
gu
re
d.
De
scr
ibi
ng
the
tec
hn
iq
ue
s
us
ed
to
en
su
re
av
ail
abi
lit
y
S Lo
E ad
C Ba
_ lan
3 cer
:
Th
e
pr
op
ose
d
sol
uti
on
sh
oul
d
inc
lu
de
ap
pli
cat
ion
loa
d
bal
an
cin
g.
S Au
E the
C nti
_ cat
4 ion
:
Th
e
pr
op
ose
d
sol
uti
on
sh
oul
d

Pr
ovi
de
lev
els
of
Au
the
nti
cat
ion
&
Re
sp
on
sib
ilit
ies
co
nsi
de
rin
g
the
Be
st
Pr
act
ice
s
an
d
m
atc
hi
ng
the
dis
tri
bu
tio
n
of
the
pri
vil
eg
es
of
Or
ga
niz
ati
on
Hi
er
ar
ch
y
S Pe
E net
C rat
_ ion
5 Te
st:
Bi
dd
er
m
ust
pr
ovi
de
pe
net
rat
ion
tes
t,
str
ess
tes
t
an
d
an
y
ot
he
r
pe
rfo
rm
an
ce
tes
tin
g
th
at
sh
oul
d
en
su
re
the
hig
h
av
ail
abi
lit
y,
pe
rfo
rm
an
ce
an
d
sec
uri
ty
of
the
sys
te
m.
S ba
E ck
C up
_ pla
6 n:
bi
dd
er
sh
oul
d
su
b
mi
ta
ba
ck
up
pla
n
to
de
m
on
str
ate
the
me
ch
ani
sm
s
of
m
aki
ng
ful
l
ba
ck
up
of
the
sol
uti
on
inc
lu
di
ng
ba
ck
up
of
da
ta,
ap
pli
cat
ion
,

an
d

sys
te
m
co
nfi
gu
rat
ion
s
an
d
set
tin
gs
3.2.1 Application Development environment:
Bidder has to respond for all of the specifications by either full
compliant (FC), partially compliant (PC) or Non-compliant (NC)
and briefly explain how it is achieved (Refer to relevant section in
the proposal if needed). Bidder have to submit all supporting
documents (datasheets, screenshots. . . etc.).
Note: For FC and PC, the bidder must provide an accurate
reference from the proposal (Document Name/Section number/
page) proving compliance with the requirement. Otherwise,
offer is considered disqualified.

Table 5: Application Development Requirements

N Requirement C R
o em
ar
ks
ref
ere
nc
e
in
pr
op
os
al
(D
oc
n
a
m
e
/
S
e
c
ti
o
n
/
P
a
g
e
)
A Solution
P Environment:
P Vendor should
_
1 consider
solution
environment
architecture
having at least:
Development
environment,
Test
environment,
UAT
environment,
and Production
environment.
A Rapid
P Deployment:
P The proposed
_
2 system should
support the
rapid
deployment
initiatives to
expedite the
setup,
configuration,
and launch of a
system so that it
becomes
operational as
soon as
possible.
A Required
P
P Interfaces:
_ implementation
3 of all the
required
interfaces with
the
Internal/Extern
al MM systems
supported by
different types
of Technologies
and Releases.
A System
P Documentation:
P Provide all
_ software
4 development
access,
documentation
and other
requirements to
allow MM team
to extend the
solution
functionality.
A Additional
P Features:
P Provide the
_ required API
5 that allows for
the development
of additional
features or
integration and
make the API
accessible by
MM team.
A Source-Code:
P Provide all
P source code of
_ the proposed
6 solution.
A Third party
P software: If any
P 3rd Party
_ software/tool
7 proposed, it
should be
clearly
mentioned,
defined,
supported and
licenses paid by
the Bidder.

3.2.1 Database Requirements:


Bidder has to respond for all of the specifications by either full
compliant (FC), partially compliant (PC) or Non-compliant (NC)
and briefly explain how it is achieved (Refer to relevant section in
the proposal if needed). Bidder have to submit all supporting
documents (datasheets, screenshots. . . etc.).
Note: For FC and PC, the bidder must provide an accurate
reference from the proposal (Document Name/Section number/
page) proving compliance with the requirement. Otherwise,
offer is considered disqualified.

In case of on prim solution proposed, the bidder should leverage


and utilize the existing database resources and therefor the bidder
is requested to provide the following.

Database Requirements

N Requirement C R
o ema
o
rks
m refe
p renc
e in
l
prop
i osal
a (Doc
na
n me
/
Se
c cti
on/
e Pa
ge
)

(
F
C
/
P
C
/
N
C
)

D sizing
B details: The
_ bidder should
1
be specifying
the required
specs (i.e.
CPU, RAM,
Storage, etc.)
of the
database
sizing details
(i.e. users’
number,
transactions’
number, etc.)
of the
proposed
application.
D DB
B Preparation:
_ The vendor
2
should
provide and
implement all
the steps of
the database
(RDBMS)
architecture
design of the
proposed
solution as
per best
practice
D Data
B Migration:
_ The vendor
3
should cover
any data

migration/upg
radation
requirement
to the
proposed
solution’s
database
RDBMS.

If the proposed system required/needed a dedicated separate


Database (RDBMS) system (i.e. not using existing
Oracle/Microsoft SQL Databases) the following requirements
should be considered:

Table 7: Database Requirements

N Requirement C R
o ema
o
rks
m refer
p ence
in
l
prop
i osal
a (Doc
na
n me
/
Sec
c tio
n/
e Pa
ge
)

(
F
C
/
P
C
/
N
C
)

D DB
B Preparation:
_ The vendor
4 should
provide
and
implement all
the steps of
the database
(RDBMS)
architecture
design of the
proposed
solution as
per best
practice
D DB
B operations:
_ The vendor
5
should handle
all DBA tasks
on the
database
(RDBMS)
architecture
of the
proposed
solution
during
implementati
on phase.
D DB Sizing:
B The vendor
_ should be
6
specifying
the required
specs (i.e.
CPU, RAM,
Storage, etc.)
of the
database
server as per
the sizing
(i.e. users’
number,
transactions’
number, etc.)
of the
proposed
application.
D Data
B Migration
_ The vendor
7
should cover
any data

migration/upg
radation
requirement
to the
proposed
solution’s
database
RDBMS.
D DB Release:
B The database
_ version
8
should the
latest code-
level and
certified with
latest OS
version of the
Database
server.
D DB Backup:
B The vendor
_ should
9
provide and
implement
the best
practice
backup and
recovery
strategies for
the proposed
solution’s
database
RDBMS.
Documentation Required: Database Schemas' Details, and data
classification, All Database Objects including their structures and
brief description for each object, backup policies

3.2.1 Training and Knowledge Transfer Requirements:


Bidder has to respond for all of the specifications by either full
compliant (FC), partially compliant (PC) or Non-compliant (NC)
and briefly explain how it is achieved (Refer to relevant section in
the proposal if needed). Bidder have to submit all supporting
documents (datasheets, screenshots. . . etc.).
Note: For FC and PC, the bidder must provide an accurate
reference from the proposal (Document Name/Section number/
page) proving compliance with the requirement. Otherwise,
offer is considered disqualified.
Table 8: Training & Knowledge Transfer Requirements

N Requir Co Re
o ement marks
mp
referenc
lian e in
ce proposal
(Doc
(F
name/
C/P Section
/Page )
C/
NC
)

T Tender
R ers are
_ require
1
d to
mentio
n the
trainin
g
approa
ch,
courses
,
session
s, and
tools to
be
used to
support
the
trainin
g and
knowle
dge
transfer
.
Tender
ers are
require
d to
handle
all
trainin
g
activiti
es
includi
ng but
not
limited
to the
provisi
on of
trainin
g
venue,
site
set-up,
PCs,
trainin
g
materia
l,
standar
d
office
supplie
s, and
any
other
support
tasks
as
require
d to
ensure
success
ful
trainin
g.
T Tender
R ers are
_ require
2 d to
provide
trainin
g
progra
ms
targete
d for
three
group
of
users:
a) MM
IT
Tea
ms:
Two
mai
n
trac
ks
(Op
erati
on
and
syst
ems
adm
inist
ratio
n) of
train
ing
each
of
whic
h
wou
ld
resul
t
into
form
al
certi
ficat
ion.
IT
team
me
mbe
rs
are
expe
cted
to
enro
ll in
eithe
r the
oper
atio
n
trac
k
and
or in
the
adm
inist
ratio
n
trac
k.
MM
End
Users
&
Emplo
yees:
Organi
zed
trainin
g
session
s as
approp
riate at
differe
nt
locatio
ns
within
Muscat
. The
purpos
e of
these
session
s is to
train
MM
end
users
(emplo
yees)
on
using
the
new
system.
The
session
s must
be
deliver
ed in
Arabic.
b)
Inform
ative
present
ation
materia
ls must
be
deliver
ed as
part of
the
trainin
g
session
to the
attende
es.
C)
Partici
pants
and
Genera
l
Public:
Online
user-
friendl
y
tutorial
,
explain
ing in
detail
all
possibl
e use
case
scenari
os of
the
service
s. The
tutorial
should
be
availab
le in
both
Arabic
and
English
. In
additio
n, the
tutorial
can be
downlo
aded
and
CD-
ROM
version
must
be
deliver
ed as
part of
the
project.
The
tutorial
could
be
animat
ed and
having
instruct
ive
comme
nts in
Arabic
and
English
. The
scenari
o and
storybo
ard
must
be
approv
ed by
MM
prior to
implem
entatio
n.
T Knowl
R edge
_ Transfe
3 r
during
the
contrac
t
period
and
during
the
differe
nt
project
phases.
T Provid
R e
_ present
4 ation
(Arabic
&
English
) to
explain
all
feature
s in the
solutio
n.
T Provid
R e 2-3
_ minute
5 s'
videos
designe
d
specifi
cally
for
MM
illustrat
ing the
main
feature
s and
advant
ages of
the
solutio
n
T Users
R Trainin
_ g after
6 the
installa
tion &
whene
ver a
major
change
is done
(if
applica
ble).
T Provid
R e
_ Certifie
7 d
Techni
cal On-
Class/P
hysical
Trainin
g
(Outsid
e
Oman)
on the
technol
ogy
propos
ed (and
its
backen
d
Databa
se
(RDB
MS) if
a
dedicat
ed
separat
e
Databa
se
require
d).
T Provid
R e an
_ Onsite
8 Practic
al
Techni
cal
Trainin
g
during
the
Pre-
Go-
Live
Phase,
post
Go-live
and
First
Year
AMC
period
for
MM
Emplo
yees,
as per
the
deploy
ed
solutio
n (and
its
backen
d
Databa
se
(RDB
MS) if
a
dedicat
ed
separat
e
Databa
se
require
d).
T All
R trainin
_ g
9 courses
are
require
d to be
conduc
ted at
certifie
d
trainin
g /
authori
zed
trainin
g
centers
by
certifie
d /
authori
zed
trainers
conside
ring
Arabic
(if
applica
ble)
and
English
.
T Bidder
R s will
_ also be
1 require
0
d to
provide
electro
nic and
hard
copies
of all
trainin
g
materia
ls used
during
the
trainin
g
session
s
conside
ring
Arabic
(if
applica
ble)
and
English
.
T Provid
R e a
_ proper
1 handov
1
er for
the
solutio
n in the
applica
tion
and
DB
level.
T Provid
R e
_ Trainin
1 g
2
whene
ver
require
d for
any
major
change
s or
additio
nal
feature
s
related
to the
solutio
n
functio
nality
or
technic
al
solutio
n
compo
nents .

3.2.1 Other Technical/Project Requirements:


- The bidder should submit a backup plan to demonstrate the
mechanisms of making full backup of the solution including
backup of data, application, and system configurations and
settings.
The bidder should submit an exit plan in the bid that clearly
demonstrates the strategies it will follow in case MM
discontinued using the system proposed or contract terminated.

3.3.3 Phases & Deliverables:


em
The implementation process of the solution should minimum pass through
the following phases:
Phase1: Study & Assess MM Systems, Services, RDBMS and
the related Business Processes and Propose the Recommended
Service Process to be implemented as part of the Supply Chain
Management System. And to propose the required sustainability
model of service management that should maintain the services in
their latest business update (Service design, Service transition,
service implementation, service monitoring). . In addition, this
phase should cover the Informative Workshops as part of the
execution of the Change Management Strategy Plan.
Phase Deliverables:
 Current Service and Business Processes (AS-IS Report). The
report should address the challenges in the current system
 Gap Analysis Report that is referenced to the best
practices for service optimization, monitoring and
performance.
 Recommended Service and Business Process comprehensive
report (To-Be report )
 Recommended Technical System Architecture.
 Recommended Database (RDBMS) Technology System
and either to be dedicated (separate) DB or using the
existing MM DB Systems.
 Data Conversion and Migration approach and plan.
 Data classifications.
 Data integration document.
 Any other technical deliverable related to the solution to be
implemented.

Phase2: Implementation Phase for Supply Chain Management


System which should cover the following activities:
 The implementation of the solution as per the approved
recommended Business Process, and its dedicated, separate
database (RDBMS) if needed.
 Data Conversion and Migration.
 Conference Room Pilot (CRP) with different iterations
 Technical Testing Report.
 All Technical Documents related to configuring and
developing the solution.
S  Responsibility Distribution Matrix based on the Best Practice.

 Pilot testing for the service journeys and the functional


features and level of achieving business requirement.
 Any changes required to enhance the functionality based on
the previous pilot testing.
Deliverables:
 Project implementation progress and status reports.
 Technical testing reports.
 Pilot testing details and result.
 Solution Design Documents (SRS)
 Review and update exit plan

Phase3: Pre-Go-Live Phase for Supply Chain Management


System which supposed to cover:
 User Acceptance Test (UAT) for different project cycles
scenarios, including the exceptional cases.
 Different types of training such as:
 User Trainings.
 Functional support training to MM team
 Technical support training to MM IT team.
 Professional certified Training.
 User Trainings.
 Functional support training to MM team
 Technical support training to MM IT team.
 Professional certified Training.
 User Manuals, System Manuals, Development Manuals
-
Deliverables:
 To align the AMC support services with the existing IT
support model of MM.
 To develop the AMC support processes and escalation points
in alignment with MM IT support model.
 Sign-off Documents for all training types.
 All technical and user manuals and short videos related to
training.
 Provide 2-3 minutes' videos designed specifically for MM,
illustrating the main features and advantages of the solution
 Setup and Configuration Guide of the solution deployed
and its backend database (RDBMS).
 Technical Design Document (for future Development and
enhancements)
 UAT details, result and sign-off.
 Responsibility Distribution Matrix based on the Best Practice.
 Go-Live Plan including: Technical/Function Pre-
Requirements, lunching phases, …
etc.
 Different Training types Sign-off Documents.

Phase4: Post Go-Live Phase (onsite full support) the bidder


should cover all the changes required for Supply Chain
Management System and its backend database (RDBMS) after
the Go-Live to assure the system's stability as per MM
satisfaction for about 6 months. In addition, the phase activities
should be aligned with the AMC requirements stated in the AMC
sections.
Deliverables: Monthly Service Report. (NOTE:

 All project phases might require execution of meetings,


workshops, …etc.
 Sign Off is a must after each phase)

3.4 AMC Requirements

The AMC period of this scope of work will be for three years.
The AMC will start after six months of the on-site post-
implementation support. The AMC (1st year, 2nd year, and 3rd
year) will be first level support, which requires having:
On-site Techno/Functional Consultants to provide all types of
Technical Support services including analyzing and
developing the new requirements. The consultants should
be qualified enough to provide the required services.
Moreover, the consultants should have at least six years'
experience in the scope of work. Bidders are required to
provide maintenance process plan with the required team
abilities to perform the maintenance.
 All required support services and maintenance activities
including all HW and SW for the Solution that ensures the
system version is up-to-date and running smoothly with no
issues.
 If the proposed system required/needed a dedicated separate
Database (RDBMS) system, then an On-site DBA & App-
Admin to provide all types of DBA & App-Admin tasks. The
DBA & App-Admin should be certified and qualified enough
to provide the required support on the proposed solution and
its backend Database (RDBMS). In addition, the DBA &
App-Admin should have at least 6 years’ experience on the
proposed solution and its backend Database (RDBMS)
solution.

 Note:
 Second level support requires having an off-site
Techno/Functional Consultant for all type of Technical
Support services and off-site DBA to provide all types of
DBA tasks if the proposed system required/needed a
dedicated separate Database (RDBMS) system.
nd
 MM has the right to change the AMC plan for the 2
year and 3rd year from first-level AMC (on-site) to
second-level AMC (off-site) during the RFP process,
execution of this RFP contract and after awarding.
 Bidders must provide the pricing for second-level
support (commercial proposal – optional ITEMS) for 2 nd
and 3rd year AMC.

Bidder should cover all the AMC requirements in a


professional way during the support period (three years) as
listed
hain Mana gement below:
Syst em

 The AMC Technical Support supposed to be for the


comprehensive solution, including HW, SW, DB, Apps,
Models,.....................................etc.
 Provision of Technical Support for 24 x7, considering the
following aspects:

Priority Response Time Solving


Time
Critical Immediate Immediate
Normal Maximum 1 2 Hours
Hours

 The Downtime should not exceed 1 hours during the


official working time and none-official working hours.
 The annual downtime should not exceed 12 hours in total.
 AMC should include incident response and problem
management to reduce the number of repeated issues and
provide permanent solution.
 AMC should include identifying the root cause of major
incidents to avoid reoccurrence.
 Creation of any New pages or form, reports, tools,
interfaces …etc. and
modifying the existing one.
 If the proposed system required/needed a dedicated
separate Database (RDBMS) system
o Providing all required DBA tasks and support
especially (but not limit to) performing database
tuning and performance monitoring tasks, maintaining
the database availability and accessibility, maintaining
proper database backup and recovery strategies and
applying best database security practices.
 Resolving all functional and technical errors/bugs
encountered in the deployed solution and its backend
database (RDBMS).
 Fixing error /bugs which might be encountered while
using customized forms, pages and reports and its backend
database (RDBMS).
 Addressing the problems caused by the wrong data entry.
 Studying, Assessing and Applying any Change of
Request in order to Develop it or to Modify it in the
system.
 Provision of the required Changes in existing setup which
might affect the functionality of the system.

 Coverage of any New Requirements or enhancements in the


different solution levels.
 Knowledge transfer of the deployed solution and the
additional enhancements to the programmers to provide the
required support and development on the system.
 Migration, Upgrade of new Releases & Version, Applying
the required Patches and Cloning.
 Any required integration with internal and external MM
applications, Gateways, Interfaces, etc., or of any other
external entities.
 Setup & Configuration of the system upon any new
requirements.
 Providing users/developers Trainings when required.

4. PROPOSAL REQUIREMENTS AND SUBMISSION

4.1 General requirements


This section contains specific requirements governing the
organization of bidder’s proposal. Bidders are required to provide
the information requested in accordance with the requirements set
forth below.
Failure to organize the proposal and provide the information as
requested may impact MM ability to efficiently evaluate the
bidder’s proposal, and may have a detrimental effect on proposal
overall evaluation.

4.2 Submission of Proposals


 All submissions are through ESNAD portal, no later than the
specified submission date and time.
 Any proposals delivered after the due date and time will be dealt
with according to applicable MM tendering terms and conditions
dealing with late submissions and will lead to proposal rejection.
 Proposals shall be submitted consistent with format and content
specified in this RFP. Failure to comply with the response format
specified, if any, or providing incomplete response may result in
lower ranking during the evaluation phase.
 Bidder may append additional information seen or relevant to the
Bidder response in appendices.
 Bidders should consider the circular (11/2021) issued by the
Ministry of Transport, Communication and Information
Technology and stressed the need for the commitment of all units
of the state’s administrative apparatus and government companies
to occupants of jobs related to the development and analysis of
systems, web design and technical support, for Omanis only, and
to oblige providers of communications and information
technology services upon direct contracting, subcontracting or
partial contract.
 Bidder should use the Annexure B: Project Planned Resources to
list all the resources planned for the project, along with their CVs
in the same format provided (other formats are not acceptable).
Any removal or addition should be done through an official letter.

1.1 Proposals Identification


Submissions must be organized according to the proposal format
section of this RFP and identified as follows:

RFP ( /2025)

Supply Chain Management System

1.2 Proposal Format


Bidders are required to submit Two (2) Proposal Parts to MM for
the evaluation, in response to this RFP. The Two Parts must be
submitted to MM according to the requirements of this RFP and
MM tendering terms and conditions. The Two Proposal parts are:

Part 1 - – Technical Proposal for Supply Chain Management


System
Part (2) – Commercial Proposal for Supply Chain Management
System
Both Technical and Commercial proposals should include a cover
page identifying the proposal part, and RFP title and number.
Additionally, each proposal part should include a table of contents.
All proposals should be titled as follows:

Part (1): Technical Proposal

RFP ( /2025 )

Supply Chain Management System


(Technical Proposal)

Part (2): Commercial Proposal

RFP ( /2024 )

Supply Chain Management System


(Commercial Proposal)

1.1 Technical proposals


The Technical Proposals must detail the bidders technical and
practical ability to perform the required Services. It should be
structured as follows:
Section 1: Executive Summary
This section should be a succinct statement and executive
summary by the bidder highlighting the key aspects of technical
proposal.

Section 2: Bidder Profile & Qualifications

This section should cover the Bidder’s profile including:


 Bidder Credentials and Capabilities: Bidders will be judged
based on commercial viability, market presence, their staying
power and stability and their length of experience in the project
scope area.
 Local Presence: The Bidder must have an office or representative
located within Oman, who is responsible for ongoing support and
maintenance of any solution proposed.
 Bidders References: Bidders must submit Five Successful
Projects with the details of the references & their contacts. Out of
them Three Government Sector Successful Projects having similar
scope of work required with the fulfillment of this project with
similar organization services size. MM will judge these
references, based on the above criteria as well as client
satisfaction and project success factors.
 Bidders has to fill Annexure A: Bidder Profile.
Section 3: Understanding of Requirements
This section should present bidders’ understanding of all RFP scope
of work
requirements to provide Supply Chain Management solutions as outlined in
this RFP.
 Bidders are required to present, complete and competent response
in details.

Section 4: Project Approach and Methodology


 Bidders must demonstrate and follow the standards in project
management to manage and control this project and provide MM
with all related documents.
 Bidders should provide Approach, Methodology and timeline of
the project. It should include details about the project management
method used, the structure of the project team and the monitoring
tools used to keep MM updated with the project progress. RACI
matrix should be demonstrated, Risk analysis and management,
and quality management should be part of the implementation of
this project.

Section 5 - Project Team Structure and Profiles


 Bidders are required to explain the required team structure, team
members, and their expertise, that will be involved in project
management. Bidders are required to include CVs of proposed
project team in Curricular Vitae document.
o Bidders will be evaluated based the overall team
capabilities, knowledge and experience as demonstrated in
the RFP.
o Team members, responsible for implementation and
support, should be certified by the solution provider.
o The team members should be speaking in fluently Arabic
and English.
o The overall team must possess all the success factors for
smooth project delivery and execution.
o The team should include (but not limited to): Senior Project
Manager, Senior Consultants,
Business/Functional/Technical Analysts, IT Technical
Specialist and Quality Assurance Specialist.
 During the contract period (including AMC), Hand-Over process
should be done to the new replacement of the existing resource
(within one month and with the existence of the current resource)
in case of the following:
o Going on leave
o Not satisfied performance
o Resignation
 In case of sudden circumstances, a qualified replacement
should be provided and MM has the right to decline the
replacement in case of disqualification.

 Bidders are required to list all Third Parties (Companies


or/and Subcontractors) involved to deliver the Projects
Requirements.
Bidders are required to include CVs of proposed project team and Project
manager Expert in Curricular Vitae document as in Annexure B: Project
Planned Resources

Section 6 – Project Timeline

 This section should present bidders’ detailed project plan


outlining the overall project approach to complete the tasks and
activities required to achieve the project objectives and
deliverables outlined in this RFP.
 Bidders are required to specify the deliverables including the time
frame that each deliverable requires.
 Bidders are expected to show a phased-approach to deliver this
project and how they will be carried out with parallel efforts
including the management of dependencies among these
activities.

Section 7: Project Deliverables


This section should present a list of all project deliverables meeting
all project objectives and requirements outlined in this RFP.
All project deliverables should be provided in editable format in
both Arabic and English languages.

Section 8: Compliance with the Project Requirements


Bidders are requested to fill in the Compliance Statement Sheet
attached to this RFP in Annexure C.
Providing a non-clear, non-complete Compliance Statement Sheet
will affect the assessment & the evolution of the bidder's proposal.
If the Compliance sheet is not fill-in, MM has the right to Disqualify
the bidder proposal.
4.3 Commercial Proposals
This section provides the detailed information required in the
Bidder’s Commercial
Proposals.
Commercial Proposals must be bound and sealed separately from
the Technical Proposals. Commercial Data is defined as any
information related, directly or indirectly, to the Bidder’s proposed
charges for services and deliverables. The bidder must comply with
the following:

 Commercial data or information must not be presented in any


portion of the Technical Proposals.
 Commercial data or information consists of, but is not limited to,
costs, fees, prices, rates, bonuses, discounts, rebates, third-party
services or the identification of free services, labor or materials.
 All prices must be in Sultanate of Oman Currency “Omani Riyal
(OMR)”.
 All prices shall be valid for a duration of four (4) months from
the last date of proposal submission.
 Pre-Requisite Pricing for different Types of Licenses on
submitted solution and any
item doesn’t cover in scope of work with breakdown price.
 Bidders must mention the project deliverables below (considering
all activities and deliverables mentioned in Phases &
Deliverables):
1. Study and Recommendations
2. Implementation of Supply Chain Management System
3. Pre Go-Live: User Acceptance Test (UAT)
4. Post Go-Live Phase (onsite full support) Implementation
for 6 months.

 The bidder must use and complete the below table as part of its
Commercial Proposals in the following format:

S U Q T
. Descri n u o
ption i a t
N n
O t a
t
. l
i
P t
r y P
i r
c i
e c
/ e

A (
c O
t M
i R
v )
i
t
y

(
O
M
R
)
1 Study & Assessment
1 Study
. &
A Assess
for
Supply
Chain
Manag
ement
System
2 Software cost and licenses
Softwa
2 re and
. Licens
A e for
Supply
Chain
Manag
ement
System
(and its
backen
d
Databa
se
(RDB
MS) if
a
dedicat
ed
separat
e
Databa
se
require
d) with
breakd
own.
3 Implementation and Testing
3 Imple
. mentat
A ion and
Testin
g for
Supply
Chain
Manag
ement
S U Q T
. n u o
Descri
N i a t
ption
O t n a
. ti l
P t P
r y r
i i
c c
e e
/
(
A O
c M
t R
i )
v
i
t
y

(
O
M
R
)
System
(and its
backen
d
Databa
se
(RDB
MS) if
a
dedicat
ed
separat
e
Databa
se
require
d) with
breakd
own.
4 Certified Training
Certifie
d
4
technic
.
A al
trainin
g for
Supply
Chain
Manag
ement
System
(and its
backen
d
Databa
se
(RDB
MS) if
a
dedicat
ed
separat
e
Databa
se
require
d) with
breakd
own.
(from
mother
compa
ny in
case of
comm
ercial
system
)
5 Onsite support & change implementation for 6
months (Post Go Live Support)
Onsite
5 support
. &
A change
implem
entatio
n
Supply
Chain
Manag
ement
System
(and its
backen
d
Databa
se
(RDB
MS) if
a
dedicat
ed
separat
e
Databa
se
require
d) with
breakd
own.
6 AMC for Supply Chain Management System (and its
backend Database (RDBMS) if a
dedicated separate Database
required) for 1st year
6 First-
. level
A AMC
for 1st
Year
for
Supply
Chain
Manag
ement
System
with
breakd
own.
6 Licens
. e
B Renew
al with
breakd
own
per
module
s/applic
ation
7 AMC for Supply Chain Management System (and its
backend Database (RDBMS) if a
dedicated separate Database
required) for 2nd year
7 First-
. level
A AMC
for 2nd
Year
for
Supply
Chain
Manag
ement
System
with
breakd
own.
7 Licens
. e
B Renew
al with
breakd
own
per
module
s/applic
ation
8 AMC for Supply Chain Management System (and its
backend Database (RDBMS) if a
dedicated separate Database
required) for 3rd year
8 First-
. level
A AMC
for 3rd
Year
for
Supply
Chain
Manag
ement
System
with
breakd
own.
8 Licens
. e
B Renew
al with
breakd
own
per
module
s/applic
ation
Sub
Total
Add
VAT
5%
Grand
Total
Carrie
d to
Grand
Summ
ary

Note: As per the bidder proposal Approach & Methodology, all


the phase &the subsequent sub phases and items pricing should
be clearly mentioned with no hidden cost).
Optional items:

S U T
Description
. n
N i
O t
.
P
r
i
c
e
/

A
c
t
i
v
i
t
y

(
O
M
R
)
1 Hardware Cost
1 Any special hardware
. required for the
A proposed system
2 AMC for Supply Chain Management
System (and its backend Database
(RDBMS) if a dedicated separate
Database required) with upgrades, bug
fixing, security compliance
2 Second-level AMC
. for 2nd Year for SCM
A with breakdown.
2 Second-level AMC
. for 3rd Year for SCM
B with breakdown.
3 Other costs (if any)
Sub Total
Add: VAT 5%
Grand Total
Carried to
Grand
Summary

As optional items, Please specify any additional cost (License,


implementation and if there is any hardware to be purchased).

 Note: bidder should provide a breakdown for the pricing of


all items (with no hidden cost).
 Note: bidder should provide classification of user license if
exists.
 In case of different licensing scheme bidders are requested
to demonstrate their scheme clearly.
5.2 Proposal Evaluation Criteria
If a Bidder’s proposal fails to meet any of these criteria, it may be
disqualified from further evaluation process:

 Non- compliance with Bidder Profile & Qualifications


requirements including:
 Local Presence: The Bidder must have an office located

within Oman, who is responsible for ongoing support and


maintenance of the proposed SCM solution.
 Bidders References: Bidders must submit Five Similar
Successful Projects of the proposed SCM solution with the
details of the references & their contacts. Out of them,
Three Government Sector (Local and GCC) Similar
Successful Projects having similar scope of work required
with the fulfilment of this project with similar organization
service size. MM will judge these references, based on the
above criteria as well as client satisfaction and project
success factors.
 Customer satisfaction: submitting 3 customer satisfaction
letters from recent clients on the similar proposed SCM
solution
 Direct partnership with vendor: bidders must have a
Direct partnership with the vendor of the proposed SCM
solution listed in their proposal. Please ensure that all
relevant documentation supporting this partnership like a
Partnership Certificate from the Vendor is included in the
bid.
 Unfelling the compliance tables provided in this document.
 Missing/inaccurate information in the reference column of each
of the compliance tables provided in this document may lead to
bids exclusion. (information should contain document name,
page and section number of the bidder’s offer)
 Missing, inaccurate or unfelling Annexure A,B,C,and D .
 Any changes to the content or format of this TENDER may be
grounds for disqualification.
 Note: Providing a non-clear, non-complete filling of any of the
tables and forms provided by this document will affect the
assessment & the evolution of the bidder's proposal

5.3 Technical Proposals Evaluation


The evaluation of the technical proposals will be based on weights
for each component, as indicated below:
Assessment Area W
e
i
g
h
t
a
g
e
1 Compliance Technically or functional 5
requirements 0
Bidder Profile, Similar Project
2 1
Experiences and Project Team Resources 0
composition (Especially Number and
Experience of Subject Matter Experts)
3 Support, Warranty and Maintenance 1
(AMC) and Training & Knowledge 0
Transfer
4 Project Demo 1
5
5 Project Management Approach/ 0
Methodology and Duration 5
6 ICV (Training & Knowledge Transfer) 0
5
Proposals Completeness, Clarity and
7 0
Compliance with MM Terms and 5
Conditions, Filling Annexures
Total 1
0
0

The qualified companies may be requested to provide a detailed technical


presentation.

5.4 Commercial Proposals Evaluation


The evaluation of the commercial proposals will be as follows:
 The lowest cost proposal will be assigned a mark of 100 points.
The points of the other successful proposals submitted by other
bidders will be computed as per the following formula:
((lowest proposal/bidder's price) * 100)
 If any item/phase is not quoted, MM has the right either to reject
the proposal, or to re-compute the overall commercial bid (by
assigning the non-quoted phase with the highest available
phase/item prices in other proposals) and recalculating the overall
commercial bid accordingly. However, If the bidder won the
tender's work, then the commercial price for this phase will be
calculated on the basis of the lowest price submitted for this
phase/item by other bidders without the right to dispute it.

5.2 Overall Proposals Evaluation


The overall rating will be arrived at using the formula as given
below:
Overall Rating= (Technical Proposal Rating * 0.7) + (Commercial
Proposal Rating * 0.3)

5.5 Minimum Eligibility Criteria


The Vendors shall be required to fulfill the following minimum
eligibility criteria to be able to bid for the project. Failure to fulfill
these criteria shall result in disqualification of the bid. The minimum
eligibility criteria are as follows:
 A Financial statement from the Vendor financial standing,
including the name and address of their bank together with the
authority to approach his banker for relevant information.
 The Vendor should be a firm with a positive net worth for the last
3 years.
Technical eligibility will be considered for companies that could
technically score 70% or above out of 100%, otherwise companies
will be found to be dis-qualified in the technical evaluation.

Terms and Conditions

1.1 Acceptance of RFP terms & conditions:


 A submission in response to this RFP acknowledges acceptance
by the bidder of all terms and conditions of participation in this
procurement as set forth in this RFP. Upon submission of an
offer/ proposal, the bidder certifies that it accepts all the terms
and conditions of participation as set forth in this RFP in full,
without reservations, limitations, assumptions, restrictions,
caveats, or any other type of qualification.

4.4 Primary Contact:


 Each bidder is required, as part of their response to this RFP, to
designate at least one (but no more than three) points of contact
(Name, Job Title, eMail, Telephone #, Fax #) who will be MM’s
primary contact(s) for purpose of this RFP process.
 One of the contacts shall be identified by the bidder as the main
contact and will be the First Point of contact for purposes.
 MM reserves the right to evaluate the capability of such
designated contact(s) and, if such contact(s) is deemed by MM to
be inadequate or inappropriate, will require the respective bidder
to designate a more suitable contact(s).
 In the event that a bidder being the main bidder for a bidding
group, the bidder identified points of contact shall be responsible
for relaying and forwarding received inquiries and/ or requests to
the bidding team members.
 MM shall consider any communications as delivered to all the
bidding team members when it has forwarded such
communications to any of the contact(s) identified by the bidder
as points of contact.

4.5 Amendments and supplements to the RFP:


 This RFP consists solely of this Request for Proposal,
Appendices attached hereto and any written addenda to this
RFP specifically identified as such and issued by MM.
 All information issued by MM or any MM official, prior to the
date of this RFP, is hereby merged and superseded in its entirety
by this RFP which is the sole source of the information in this
tender.
 MM reserves the right to, and may, amend modify or cancel this
RFP without prior notice, at any time, at its sole discretion. In the
event that it becomes necessary to revise or supplement any part
of this RFP, a written amendment shall be communicated to all
bidders.
 Bidders may not discuss MM’s requirements, preparations in
response to this RFP, or technical questions with any personnel
other than specified in this RFP. All contacts with MM must be in
writing. Violation of the foregoing may result in disqualification
of bidder(S) to participate in this Tender.
 Information provided verbally by MM to bidder(s) or any written
materials provided by any person other than MM authorized
contracts personnel as specified in the RFP, shall not be
considered binding on MM.
 The Bidder is expected to conduct their own investigations and
analysis and should check the accuracy, reliability and
completeness of the information in this RFP document.

4.6 Writing Inquiries:


 Bidders may submit written questions through the e-tendering
system. Telephone or any verbal inquiries will not be accepted.
 Written queries received from bidders after deadline date for
questions as per this RFP or associated announcement will not be
accepted or responded to by MM.
 Bidders must submit written inquiries/ RFP Questions in the
following format:

S RFP Que An
er Prefer stion swe
ia ence r
l
(Secti
on &
Page
Numb
er)

 All inquiries/ RFP Questions must be addressed officially to the


e-tendering system.
 Any attempt by a bidder to contact any employee of MM
regarding this RFP (prior to award), other than as specified in this
RFP, shall be deemed to be a violation of RFP terms and
conditions and may result in rejecting the bidder’s proposal.
 The responses to all questions may be distributed to all
potential bidders. MM makes no representations or warranties as
to the completeness or accuracy of any response to queries may
not undertake to answer all questions asked.
 This RFP may be amended only by written addenda to this RFP
specifically identified as such and issued by MM.
 No verbal agreements with any employee or agent of MM
regarding this RFP are authorized.
 No written statement from any person(s) other than those
intimated by MM authorized personal.
 The bidder should submit his enquiry not later than 10 days
before the date fixed for the delivery of the tenders.
4.7 Proposal Prices:
 All proposed prices shall include all expenses and taxes that the
bidder may have to incur to complete the delivery of all scope of
work requirements stated in this RFP whatever the payment
mechanism.
 Bidder shall not anticipate nor rely on clarifications, discussions,
redefinition, or further negotiations with MM after the award
time, to adjust the price that is contained in its proposal for the
works required by the RFP.

4.8 Payment Schedule

MM will pay to the awarded Bidder against the presentation of


Invoices, based on the following distribution of Percentages (%)
of fees covering the RFP required services, as defined in the
scope of work.

(Note: The payment will be Upon the successful completion of the


Phase/Sub-Scope, Phase/Sub-Scope Delivery(s) Submission,
Phases/Sub-Scopes Approved Signed off Certificate).
The Bidder pricing should be as follows:
1. Detailed pricing of the product (SW, HW if included in the
solution).

2. Detailed pricing accordingly to the scope of work and the phases


involved.

License will be paid for as per the solution requirements (Note:


bidder shell not buy any license for MM before notification and
approval by MM)

The remaining payment is suggested as following, the bidder can


suggest other payment method also and it will be evaluated:
Payment Schedule:

S. Description Payment
No
.
Study & Assess the
1 Current MM Systems, 10%
Services, RDBMS and
Business Processes and
Propose the
Recommended Service
Process to be
implemented as part of
the solution with the
Sign-Off.
2 Pre-Go-Live Sign-Off 20%
3 Go-Live of all 30%
deliverables Sign-Off
4 Post Go-Live Sign-Off 40%
The AMC payments are monthly based

4.9 Exceptions

 MM may, at its sole discretion, waive minor irregularities, bid


formalities, or defects in a proposal in response to this RFP.
 Exceptions to a statement or requirement of this RFP identified in
the bidder response to this RFP, shall not be grounds for an
automatic disqualification of a bidder, regardless of the use of
mandatory language such as the terms, “must,” “shall,” or “will”
by MM unless such exceptions are considered material by MM
evaluation team.
 Only those exceptions submitted in writing, as part of the
Bidder’s Proposal shall be
considered exceptions.
 Bidders are hereby notified that the Evaluation Team’s
determinations and findings may be affected by any bidder
exceptions included in their response to this RFP and may lead to
the rejection of the bidder proposal at MM sole discretion.
 MM reserves the right to reject any and all proposals submitted in
response to this RFP, or take any other action with respect
thereto.
Bid Presentation:
 The bidders are expected to present their proposals as per the
terms and conditions listed along with this RFP. Further, the
cover letter to this RFP and to any of MM issued addenda to this
RFP shall be signed and returned with the proposal.
 The bidder will be expected to be ready to conduct a presentation
of the proposed solution within one week from the closing date
of the RFP if requested to do so by
MM. Please note that the duration of the presentation may be
limited by MM.
 The bidder is required to include a high-level project plan in the
proposal and will be required to provide and present a detailed
and comprehensive project management plan that will become
the source for determining implementation tasks and completion
time of each task if a contract is signed with the respective bidder.

Evaluation Inquiries
 During the evaluation phase, the evaluation team appointed by
MM, and assigned the task of evaluating and ranking submitted
proposals, may require further clarifications or information from
bidders.
 All evaluation inquiries shall be forwarded to the points of
contacts appointed by the bidder to receive communications
related to this RFP. All inquiries will be considered as delivered
when forwarded to any of points of contacts appointed by bidder.
 Failure by the bidder to respond during the specified time period
in the inquiry may result in lower grades being assigned to the
bidder proposal during the evaluation process and may lead to the
rejection of the proposal.
 Responses to inquires shall be considered in the evaluation of the
Bidder’s proposal and may affect the overall ranking obtained by
Bidder. Responses to inquiries may be incorporated in to the
signed contract between both parties.
4.10 Withdrawal & Modifications to Proposals:
 Proposal modification and withdrawal terms and conditions are
governed by MM tendering terms and conditions shall always
prevail at all times.
 Bidders are not allowed to modify their financial proposal if such
actions are a result of negligence or omissions in the bidder
technical proposal.

4.11 Entirety of required works:


 The winning bidder is required to perform the entirety of all
works related to this RFP as defined in the scope of work at the
price quoted in the bidder Financial Proposal/ pricing summary
sheet, irrespective of whether a particular requirement has been
mentioned or not in the response format, the bidder response to
this RFP.
 MM may provide bidder(s) with specific response formats for
providing exclusion to the RFP requirements. If such response
formats are provided, then they must be used by bidder to
outline any non-compliance to the RFP requirements.
By submitting a proposal in response to this RFP, bidder (s) agree to conduct
all works in full according to the terms defined by this RFP, its associated
appendices and schedules, and the contract terms and conditions at no
additional cost to MM.

 The Vendor shall submit his mobilization plan (with different


scenarios) not more than 7 DAYS AFTER THE DATE OF
AWARD.
 The delivery of the project items will be determined after
awarding as per the agreement.
 All procurements process must start and delivered based on MM
official Approval.

4.12 Ownership:
 All materials submitted in response to this RFP become the
property of MM and will not be returned to the bidder.
 All materials submitted by the winning bidder become the
property of MM.

4.13 Bidding teams and sub-contractor issues:


 The bidder is required to present documents establishing a formal
binding relationship between the bidder as main contractor and
any sub-contractors and / or affiliates of the bidder forming
together a bidding team for this RFP. These documents should be
part of the Bidder Profile & Qualifications section in the
technical response. The formal relationship must last throughout
the full term of this RFP and until final acceptance of all the
works included in the signed contract by MM.
 The bidder shall be considered as the main contractor and shall
assume the responsibility of ensuring that the contracted works
are completed in full and in accordance with the scope of work,
terms and conditions of the contract and with high quality
deliverables.
 At all times, the main contractor shall be held responsible and
shall bear all penalties and any further legal actions taken by
MM resulting from the main contractor and/or its affiliates
failing to meet the requirements of the RFP.
In the event that the main contractor requests replacing the sub-
contract or forming with the contractor a bidding team during
the term of this RFP, a formal written request should be
submitted to MM indicating the reasons for the proposed change
of sub-contractor supported by relevant documentation clearly
signifying that the replacement sub-contractor is worthy of being
included in the team. The replacement of any contractor shall not
be deemed as accepted until the contractor receives a formal
response letter form MM clearly accepting the new sub-
contractor as one of the bidding team members.
 Payments for completed works that have passed the final
acceptance phase shall be issued to the main contractor
irrespective of which of the bidding team members conducted the
actual works.
 Invoices related to a signed contract resulting from this RFP shall
only by accepted when issued by the main contractor and MM
will not accept any invoice or payment claim issued by any sub-
contractors of particular bidding team.

4.14 News Release


 Bidders shall not issue any news release pertaining to this RFP
without written approval of MM, which may be withheld at MM
sole discretion.

4.15 limitations on the solution


 System offered by the bidder should not impose any limitations
on the number of deliverables like work flows, contract
templates, alerts, emails… etc, and should allow a complete
flexibility to meet MM needs and requirements.

4.16 RFP Cancellation


 MM reserves the right to cancel this RFP at any time without
stating reasons.
 There is no guarantee that a contract shall result from this RFP.
 MM reserves the right to reject any or all proposals submitted
by bidders in response to this RFP.

Contract Termination/Cancellation
After the awarding stage and during the contract period:
 Muscat Municipality has the full rights – if required- to evaluate
the need to terminate one or more services or resources from the
defined scope of work of this RFP as well as eliminating the
corresponding proposed cost for that particular scope/resource.
 Muscat Municipality reserves also the full rights to evaluate the
need for Contract termination if there was no need to continue
providing the services within the same contract.

You might also like