Back to tenders & grants page
North Macedonia-Skopje: Database and operating software package Information Technology North Macedonia-Skopje: Database and operating software package
Receive Tenders like this by email

North Macedonia-Skopje: Database and operating software package

North Macedonia-Skopje: Database and operating software package has been closed on 16 May 2022. It no longer accepts any bids. For further information, you can contact the Ministry of information society and administration

Bellow, you can find more information about this project: 

Location: Macedonia

General information

Donor:

Ministry of information society and administration

Industry:

Information Technology

Status:

Closed

Timeline

Published:

20 Apr 2022

Deadline:

16 May 2022

Value:

Not available

Contacts

Name:

Mr.Bujar Osmani

Phone:

+389 23200882

+389 23251251

Description

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Ministry of information society and administration
Postal address: Blvd. ,,Sv Kiril i Metodij'', 54 1000 Skopje
Town: Skopje
NUTS code: MK Северна Македонија / Severna Makedonija
Postal code: 1000
Country: North Macedonia
Contact person: Mr.Bujar Osmani
E-mail: [email protected]
Telephone: +389 23200882
Internet address(es):
Main address: https://mioa.gov.mk/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://e-nabavki.gov.mk/PublicAccess/home.aspx#/dossie/20151bf6-0f6b-4548-bf81-4cabb4223b08/1
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Upgrade of Oracle licenses for additional data protection of the Human Resources Management Information System "HRMIS"

Reference number: 06553/2022
II.1.2)Main CPV code
48600000 Database and operating software package
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The subject of this public procurement is procurement of licenses from Oracle by specification with included support for 12 months, as well as a service for basic installation and configuration of the specified advanced features of the Oracle database and Oracle applications.

II.1.5)Estimated total value
Value excluding VAT: 16 000 000.00 MKD
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
II.2.4)Description of the procurement:

Short description:

The subject of this public procurement is procurement of licenses from Oracle by specification with included support for 12 months, as well as a service for basic installation and configuration of the specified advanced features of the Oracle database and Oracle applications.

Long description:

Ministry of Information Society and Administration needs to procure the following features:

Licenses

Product / Service Metric License type Term Quantity

Advanced Security CPU Full Perpetual 7

Software Update License & Support CPU 1 year 7

Audit Vault and DB firewall CPU Full Perpetual 7

Software Update License & Support CPU 1 year 7

Active Data Guard CPU Full Perpetual 7

Software Update License & Support CPU 1 year 7

Diagnostics Pack CPU Full Perpetual 7

Software Update License & Support CPU 1 year 7

Services

Oracle Advanced Security - Data Masking and Subseting. An initial analysis is required by the service provider to introduce this security feature into the database. The following activities should be implemented:

• Recommendations and technical support in the process of detecting and classifying sensitive data to understand the risk and to apply legal restrictions on personal data protection.

• Preparation of a report which will elaborate the steps for best-case scenario in designing data protection policies based on the analyzes conducted by MISA

• Preparation of a report which will elaborate the steps for further implementation of the designed policies

SQL*Net Encryption (Network Encryption) When introducing this security option in the database in cooperation with the ICT sector of the Ministry an analysis should be made of the network traffic and access to the base server and create a report with recommendations for the required configuration thereof.

Oracle Advanced Security - Oracle Audit Vault and Oracle Database Firewall:

● Basic installation of Oracle Audit Vault and Oracle Database Firewall software

● Executing the basic post installation configurations

● Analysis of the current state and preparation of a report on recommendations as the best case-scenario for the implementation of Oracle Audit Vault for new audit policies (eg GDPR) and preparation of a recommendation to define the Audit Vault database in terms of data required for audit reports on the topic personal data protection or prevention of access to data if it is contrary to predefined user policies (prevention of access to data after working hours or from undefined locations).

Oracle Active Data Guard:

● Basic production base configuration and preparation for synchronization of the production base backup. Prerequisites for the procedure itself are the installation of Oracle software on the backup server and a copy of the production database for configuration synchronization, which should be provided by MISA.

● The backup database will be open in read only mode and can be used to prepare reports and random SQL statements, without burdening the production system

● Database upgrade with minimal unavailability time.

● Prevention of corrupt data blocks replication.

Oracle Diagnostic Pack:

● Preparation of a best-case scenario report for configuring Automated Database diagnostics; Database performance monitoring; Automatic notification in case of detected problems in diagnostics or performance measurement; Automatic repository with historical data on the base load; History of sessions in the database. This way you can see which sessions and what sessions were operating in the performance issues time period

The application solution and the databases are under an active maintenance contract, and MISA and the contracting authority will provide adaptive support for the necessary analyzes, changes and configurations.

The Selected supplier is obliged to deliver the subject of the contract within 20 working days from the day of concluding the contract.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in days: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Bid-securing declaration

The economic operator shall lodge a Bid-securing declaration attached to the bid.

With the declaration, the economic operator shall state that:

- shall not withdraw its bid before the expiration of validity period therein,

- shall accept the correction of arithmetic errors by the commission,

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

2.2.1 The Contracting Party shall exclude any economic operator from the public procurement procedure if it determines that the economic operator, or the person who is a member of the executive or oversight body of said economic operator or who is authorized to represent or adopt decisions or to perform oversight over the economic operator, has been sentenced with an enforceable judgement in the last 5 years on committed crime that involves elements of the following crimes stipulated under the Criminal Code:

- participation in criminal organization,

- corruption,

-tax and payroll tax evasion,

-terrorism or criminal acts related to terrorist activities,

- money laundering and financing terrorism, and

- child labor and human trafficking.

2.2.2. The contracting party shall exclude any economic operator from the public procurement procedure, if an economic operator:

- has unpaid taxes, payroll taxes or other public charges, except in cases when the economic operator has been permitted to pay taxes, payroll taxes or other public charges by means of deferred payment in compliance with special provisions and performs regular payment thereof;

- undergoes bankruptcy or liquidation proceeding;

- has been sentenced with secondary penalty - prohibition for participation in public call procedures, procedures for awarding public procurement contracts and public-private partnership contract;

- has been has been sentenced with secondary penalty – temporary or permanent prohibition to perform a particular activity;

- has been sentenced with misdemeanor sanction – prohibition to perform profession, activity or duty, or temporary prohibition to perform a particular activity, or

- issues false information/data or fails to submit information/data requested by the Contracting Party.

2.2.3 The Contracting Party shall exclude the economic operator from the public procurement procedure if the economic operator is listed under the list of issued negative references under Article 101 paragraph (3) of the Law on Public Procurements by the final deadline for delivery of bids or participation requests.

2.2.4 The Contracting Party shall exclude the economic operator from the public procurement procedure in cases when the exclusion condition is enlisted under the tender documentation:

a) if the contracting party has valid reasons to determine that the economic operator has signed contracts with other economic operator with purpose or effect to distort competition. The determination of the contracting party stipulated under this item shall be considered valid if the Commission for Protection of Competition notifies the contracting party that it will initiate a misdemeanor procedure within a deadline of 15 days, based on notice lodged by the contracting party;

b) if the economic operator has demonstrated significant or constant shortcomings in meeting key duties in previous public procurement contracts or previous concession and public-private partnership contracts signed with said contracting party, which, in turn, resulted in unilateral contract termination, damage claims or undertaking of other similar sanctions by the contracting party;

c) if the economic operator exercises illegal influence over the contracting party’s decision or for acquisition of confidential information that would give said economic operator illegal advantage in the public procurement procedure.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

TERMS AND CONDITIONS

I. In order to prove its capacity to implement the relevant public procurement contract in terms of its technical or professional capability, the economic operator must meet the following minimum requirements:

1) To have professional full-time/hired professional staff at all time for the entire duration of the contract, with the following professional qualifications:

a) At least one full-time or hired person for database administration with a minimum of 5 years work experience, in maintaining an Oracle database, with an adequate database certificate. Oracle Database 12c Administrator Certified Professional or equivalent

b) At least one (1) full-time or hired person holding a valid Oracle Database SQL Certified Expert SQL Certificate, with a minimum of 5 years work experience or equivalent

c) At least one (1) full-time or hired person holding a valid ITIL Foundation Examination Certificate or equivalent

d) At least one (1) full-time or hired person holding a valid Certified SAFe® 5 Agilist Certificate or equivalent

e) At least one (1) full-time or hired person holding an ISO / IEC 27001 Lead Auditor Certificate for ISO 27001

f) At least one (1) full-time or hired person with a certificate of completed training on personal data protection under the current Law on Personal Data Protection

All listed persons must have a permanent residence in Macedonia, to be fluent in Macedonian and have a work permit. One person can hold more than one certificate and cover more than one of the required job positions.

2) The Bidder should have a professional staff available at all times for the entire duration of the agreement, holding the above professional qualifications

3) Statement regarding the elements of the Contract that the Bidder intends to subcontract to a subcontractor.

- ISO 9001:2015 Quality Management Systems or equivalent

Minimum level(s) of standards possibly required:

EVIDENCE

II. The Economic operator must prove its capacity to meet the minimum requirements by submitting the following:

1) For the fulfillment of the terms and conditions under Item I sub item 1 referring to professional qualifications of the professional staff, shall be proved by the Bidder by submitting the following documentation:

Regarding the manner of engagement if the person is employed, the Bidder is required to submit a proof of full time employment (M1/M2 form), and if he plans to recruit a professional staff, it is necessary to submit a Statement, stating the person he intends to hire with their consent therein, with the additional written consent by the person he intends to hire. In order to prove the relevant experience of the professional staff, as well as a copy of the certificates for the persons for whom they are listed as a minimum requirement

The bidder must submit Statements from the professional staff that they hold the required minimum years of relevant experience in accordance with the requirement of the condition and by indicating the relevant projects in compliance with the relevant term and condition, a company for which the expert has worked with the period of his engagement, whereat the years of relevant work experience will be calculated from the year of the first relevant project.

2) Statement that in case the Bidder is selected as a Selected Supplier, the Bidder will have a professional staff available at all times for the entire duration of the Agreement, with the listed professional qualifications, and the same will be hired in the Project Team

3) Statement regarding the elements of the Contract that the Bidder intends to subcontract to a subcontractor.

Note:

* All listed documents, except the recommendations, certificates and proof of full-time employment, are prepared and electronically signed by the economic operator and they do not have to be certified by a competent authority.

* Certificate means a document issued by the relevant manufacturer and/or an authorized certification center by the manufacturer confirming the acquired knowledge of the Certificate Holder. Documents for attended trainings will not be accepted as evidence of acquired knowledge/expertise.

* For M1 / M2 form that will be submitted, the Bidder needs to cover (highlight in dark) the personal identification numbers of the persons, ie they should not be visible in accordance with the Law on Personal Data Protection.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

a) The contracting authority will pay the total price of the Bid on the basis of an adopted record for quality delivery of the subject of procurement and within 30 days from the date of receipt of the invoice in the registry office of the Contracting Authority thereat.

The signing of the minutes should be in accordance with the accounting period, deadlines and quantities specified in the technical specification, i.e. the time plan of activities therein.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:

Electronic Auction: Yes

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/05/2022
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Macedonian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 16/05/2022
Local time: 10:00
Place:

MISA

Information about authorised persons and opening procedure:

Bidders can follow the public opening through the e-nabvki.gov.mk system or in person at the MISA headquarters. All participants must register in the system e-nabavki.gov.mk and bids are submitted exclusively through the same system

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Criteria for awarding the Contract:

-Lowest price

VI.4)Procedures for review
VI.4.1)Review body
Official name: State Appeals Commission
Postal address: State Appeals Commission bul.Ilinden 63 A 1000 Skopje
Town: Skopje
Postal code: 1000
Country: North Macedonia
VI.4.4)Service from which information about the review procedure may be obtained
Official name: State Appeals Commission
Postal address: State Appeals Commission bul.Ilinden 63 A 1000 Skopje
Town: Skopje
Postal code: 1000
Country: North Macedonia
E-mail: [email protected]
Telephone: +389 23251251
Internet address: www.dkzjn.gov.mk
VI.5)Date of dispatch of this notice:
15/04/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:210761-2022:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more