TERMS OF REFERENCE CIPC BID NUMBER: 16/2016/2017

Similar documents
TERMS OF REFERENCE INVITATION TO SERVICE PROVIDERS TO SUPPLY LEVEL 5 SHOP 3 SUNNYPARK MALL; 10 TREVENNA STREET; SUNNYSIDE, PRETORIA.

TERMS OF REFERENCE CIPC BID NUMBER 11/2015/2016

TERMS OF REFERENCE CIPC BID NUMBER 08/2015/2016

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

RFQ: /14 ACCREDITED TRAINING PROVIDERS TO OFFER TRAINING ON CONSTITUENCY SKILLS PROGRAMMES (NEGOTIATION & PASTEL)

REQUEST FOR QUOTATIONS

RFQ/SANAS/PASTEL-EVOLUTION/2012/01

08 NOVEMBER PURPOSE

Functionality Evaluation Phase 3 : Preferential Point System Points Price 80 B-BBEE status level of contribution 20 Total 100


UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME

MALUTI-A-PHOFUNG SPECIAL ECONOMIC ZONE REQUEST FOR PROPOSAL FOR TERMS OF REFERENCE FOR INCLUSION ON A PANEL OF SUPPLIERS FOR

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO RENDER AN INTERNAL AUDIT SERVICE

REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF SECRETARIAT SERVICES FOR THE FOOD AND BEVERAGES MANUFACTURING SECTOR EDUCATION AND TRAINING AUTHORITY

TERMS OF REFERENCE APPOINTMENT OF A PANEL OF SERVICE PROVIDERS SPECIALIZING IN THE INFORMATION AND COMMUNICATIONS TECHNOLOGY SECTOR

TERMS OF REFERENCE. Provision of Leadership Development and Coaching Services at SANAS for a Period of twelve (12) Months SANAS/LDCS/ /04

ROAD ACCIDENT FUND COMPULSORY BRIEFING SESSION RFP/2017/ Date: 31 May 2017 Time: 11:00

Casework Technical Support (Social Welfare - Project Management)

2. BID ENQUIRIES Bid enquiries and technical matters shall be directed in writing to the relevant representative as detailed below:

BID NO: SCMU: /17. Expression of Interest covering letter must clearly indicate the Programme and Provinces you show interest in training in.

Request for proposal and quotation Provision of Business Intelligence Service within ICT RFP/ICT/BI/2019/23

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

Closing date: 09 February 2018

INSTRUCTIONS TO BIDDERS

SCHOOL EQUIPMENT PRODUCTION UNIT

REQUEST FOR PROPOSAL. Internal Audit Services RFP NO: RFP/SASSETA/

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

TERMS OF REFERENCE RFP NO.: SALGA/32/2016

11 June h00 Closing date for delivery of quote 19 June Contact Person

CITY POWER JOHANNESBURG

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

ROAD ACCIDENT FUND COMPULSORY BRIEFING SESSION CITRIX SUPPORT SERVICE RAF /2014/ Date: 13 February 2014

REQUEST FOR PROPOSALS (RFP) - Project for Data Cleaning of Industrial Property Documents of Indonesia

TENDER DOCUMENT FOR The Renewal of Oracle ATS (CSI: ) Licenses. RFP Reference Number:REF:GICHF: /06, Dt

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

Request For Quotation (RFQ) for goods/services. Supply of Anaesthesia Equipment in Liberia RFQ No: (RFQ-LBR )

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

UNICEF s Procurement Processes and Tendering for Diagnostics

TENDER BRIEFING NOTES TENDER IEC/NW-01/2015 SECURITY SERVICES IN NORTH WEST. 21 April 2015 at 11:00. Protea Office Park, 103 Sekame Street, Mmabatho

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya


DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

INVITATION FOR REQUEST FOR INFORMATION (RFI) : OFFICE FURNITURE SUPPLIES

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

MAGALIES WATER REQUEST FOR PROPOSAL RFP/MW/10/

Contract Management Policy

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155. Title of Work:

TO ALL SUPPLIERS SEEKING REGISTRATION AS AN APPROVED SUPPLIER ON THE DATABASE OF GS FETC

FOR THE PROVISION OF A TEAMBUILDING FACILITATOR TO CARRY OUT TEAM BUILDING PROGRAMME FOR EXECUTIVES, SENIOR MANAGEMENT AND RETAIL LEADERSHIP.

Request for Proposals (RFP) The provision of labour law specialist services for subsidised public transport contracts to the CSIR

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Jodhpur

Invitation for Bid (IFB)

University of the Witwatersrand, Johannesburg

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

Municipality of the District of Lunenburg POLICY

TERMS OF REFERENCE. Appointment of a service provider/s to assist SALGA North West with the following TRAINING INTERVENTIONS PROGRAMME

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

Invitation for Expression of Interest (EOI) from Eligible Architect/Architectural Firm for Biotechnology Industry Research Assistance Council

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

Odisha Livelihoods Mission Panchayati Raj Department Government of Odisha QUOTATION CALL NOTICE

QUOTATION STANDARD BIDDING DOCUMENT ANNEXURE QUOTATION DESCRIPTION

SECTION BID FORM

WESKUS DISTRIKSMUNISIPALITEIT WEST COAST DISTRICT MUNICIPALITY

DATE: 02/05/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

Section 4 - Bidding Forms

SOUTH AFRICAN MEDICAL RESEARCH COUNCIL

OFFICE OF THE ASSAM HIGHER SECONDARY EDUCATION COUNCIL BAMUNIMAIDAM, GUWAHATI-21. Notice Inviting Quotation for Annual Maintenance Contract of IT

KERIO VALLEY DEVELOPMENT AUTHORITY

KENYA LITERATURE BUREAU PRE-QUALIFICATON/ REGISTRATION OF SUPPLIERS FOR GOODS, WORKS AND SERVICES FINANCIAL YEAR PREQUALIFICATION NO:

CITY POWER JOHANNESBURG

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

DESCRIPTION. BID Gasoline and Diesel Fuels

Annexure A TERMS OF REFERENCE FOR THE SECURITY SERVICES BID

CITY POWER JOHANNESBURG

REQUEST FOR QUOTATION

EMBASSY OF INDIA BEIJING INVITES QUOTATIONS PROVIDE SERVICES FOR SETUP OF STAGE, LED SCREENS AND SOUND SYSTEM DURING NATIONAL DAY RECEPTION 2019

Request For Quotation

Fasset. Guide to Procurement. How to submit tenders / RFPs / RFBs

CITY POWER JOHANNESBURG

National Council for Persons With Disabilities

GUYANA WATER INCORPORATED SUPPLIER/CONTRACTOR PRE - QUALIFICATION DOCUMENT LOT B MINOR WORKS/SERVICES

Hong Kong Science & Technology Parks Corporation Request for Quotation on Cisco IP Phones (Ref: RFQ-IT )

POLICY ON UNISA PUBLIC TENDERS Overview

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015

GOVERNMENT OF KARNATAKA. KARNATAKA TEXT BOOK SOCIETY No.4, 100 FT. RING ROAD B.S.K. III STAGE BANGALORE

REQUEST FOR INFORMATION

DEPARTMENT OF ECONOMICS NORTH SOUTH UNIVERSITY

CLOSING DATE 21 st MARCH 2016

Consultancy Services to Develop Broadband Policy Guidelines and Strategies to spur the growth of broadband penetration in Africa

CITY POWER JOHANNESBURG

Request for quotations of supply and deliver of high quality Motorcyclist Leather Jackets and Trousers uniform.

Ref.No.Q027/M(P)/OSELT-30MG/TNMSC/2016 Date : INVITATION OF LIMITED TENDER FOR THE SUPPLY OF OSELTAMIVIR CAPSULE IP - 30MG TO THE TNMSC

The University Of South Africa invites suitably. Qualified suppliers to participate in a. Expression of Interest to provide the University with

TENDER FOR PURCHASE OF SOFTWARE S PACKAGES AT NIT HEAD OFFICE, KARACHI

Transcription:

TERMS OF REFERENCE CIPC BID NUMBER: 16/2016/2017 DISCRIPTION: INVITATION TO BIDDERS TO SUBMIT PROPOSALS FOR THE LICENSING AND TECHNICAL SUPPORT OF THE ORACLE 11G DATABASE FOR 36 MONTHS; AND MAINTENANCE AND SUPPORT FOR THE EXADATA QUARTER RACK FOR 12 MONTHS ALL EFFECTIVE FROM 01 APRIL 2017 CONTRACT PERIOD 1. Licensing and Technical Support: 36 months 2. Maintenance and Support Exadata: 12 months All commence: 01 April 2017 Terms of Reference: Oracle Version-01: 08 Nov. 2016 Page 1 of 9

TERMS AND CONDITIONS OF REQUEST FOR TENDER (RFT) 1. CIPC s standard conditions of purchase shall apply. 2. Late and incomplete submissions will not be accepted. 3. Any bidder who has reasons to believe that the RFT specification is based on a specific brand must inform CIPC before RFT closing date. 4. Bidders are required to submit an original Tax Clearance Certificate for all price quotations exceeding the value of R30 000 (VAT included). Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of this RFQ. Certified copies of the Tax Clearance Certificate will not be acceptable. 5. No services must be rendered or goods delivered before an official CIPC Purchase Order form has been received. 6. This RFT will be evaluated in terms of the 90/10 system prescribed by the Preferential Procurement Regulations, 2001 7. The Government Procurement General Conditions of contractors (GCC) will apply in all instances. 8. As the commencement of this project is of critical importance, it is imperative that the services of the service provider are available immediately. Failing to commence with this project immediately from date of notification by CIPC would invalidate the prospective service provider s proposal. 9. No advance payment would be made. CIPC will pay within the prescribed period as according to PFMA. 10. All price quoted must be inclusive of Value Added Tax (VAT) 11. All prices must be valid for 90 days 12. The successful contractor must at all times comply with CIPC s policies and procedures as well as maintain a high level of confidentiality of information. 13. All information, documents, programmes and reports must be regarded as confidential and may not be made available to any unauthorised person or institution without the written consent of the Chief Executive Officer or his delegate. 14. The service provider is restricted to the time frames as agreed with CIPC for the various phases that will be agreed to on signing of the Service Level Agreement. 15. CIPC will enter into Service Level Agreement with the successful service provider. 16. Prospective bidders are required to respond in chronological order to each element of the evaluation criteria in not more than four (4) pages per element, as eluded paragraph 6 (VI). You may include annexure, however for the purposes of the evaluation; focus would be on the four (4) page response to each element. Failing to comply with this condition will invalidate your proposal. 17. Fraud and Corruption: 18. The Service Provider selected through this TOR must observe the highest standards of ethics during the performance and execution of such contract. In pursuance of this policy, CIPC: Terms of Reference: Oracle Version-01: 08 Nov. 2016 Page 2 of 9

Defines, that for such purposes, the terms set forth will be as follows: I. "Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of CIPC or any personnel of Service Provider(s) in contract executions. II. "Fraudulent practice" means a mis-presentation of facts, in order to influence a procurement process or the execution of a contract, to CIPC, and includes collusive practice among bidders (prior to or after Proposal submission) designed to establish Proposal prices at artificially high or non-competitive levels and to deprive CIPC of the benefits of free and open competition; III. Unfair trade practices means supply of services different from what is ordered on, or change in the Scope of Work IV. Coercive practices means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the execution of contract. V. Shall reject a proposal for award, if it determines that the bidder recommended for award, has been engaged in corrupt, fraudulent or unfair trade practices. VI. Shall declare a Service Provider ineligible, either indefinitely or for a stated period of time, for awarding the contract, if it at any time determines that the Service Provider has been engaged in corrupt, fraudulent and unfair trade practice in competing for, or in executing, the contract. I, the undersigned (NAME). certify that : I have read and understood the conditions of this RFT. I have supplied the required information and the information submitted as part of this RFT is true and correct... Signature.. Date Terms of Reference: Oracle Version-01: 08 Nov. 2016 Page 3 of 9

1. INTRODUCTION CIPC s mandate is the registration of companies, close corporations, cooperatives and intellectual property rights. Related services include the disclosure of information as well as dispute resolution arising out of infringements to these rights. CIPC needs to ensure data integrity through the use of state of the art Applications and Databases. CIPC needs to appoint a service provider for the provisioning of licenses and technical support for Oracle 11G Database for 36 months; and support and maintenance for the Exadata Quarter Rack for 12 months - ALL effective 01 April 2017. 2. BACKGROUND The CIPC Intellectual Property (IP) systems run on Oracle 11G Database and the current annual license and technical support contract expires on 31 March 2017 and has to be renewed for the continuity of production operations. 3. SCOPE OF WORK AND OBJECTIVE i. CIPC ICT needs to appoint Oracle SA for the renewal of the Oracle 11G licenses and technical support services as follows: II. Please refer to ANNEXURE A for a detailed bill of quantity (PAGE 9 OF THIS TOR) iii. The main CIPC office is situated at the dti Campus, 77 Meintjes Street, Sunnyside. 4. DURATION OF CONTRACT The duration for licenses and technical support is 36 months; and support and maintenance for the Exadata Quarter Rack is 12 months ALL effective from 01 April 2017 5. COMPETENCY AND EXPERTISE REQUIREMENTS The following competencies and expertise are required for this role: 5.1 Exposure The successful bidder must have relevant exposure in the supply of licenses and technical support of the Oracle 11G Database; and support and maintenance for the Exadata Quarter Rack respectively. 5.2 Experience The successful bidder must have over 5-years experience each in the supply of licenses and technical support of the Oracle 11G Database. 5.3 Qualifications As per experience and accreditation provided by the OEM Terms of Reference: Oracle Version-01: 08 Nov. 2016 Page 4 of 9

6. Soft Skills The following soft skills are essential: - Communication - Report writing - Relationship management 7. Aptitudes/Personality traits Please provide CVs of your company s technicians who will be assigned to the CIPC account. 8. REPORTING The contracted bidder s account manager will report to the Senior Manager: ICT Infrastructure or his delegate. 9. WORKING CONDITIONS 9.1 Equipment PC, Telephone, and other relevant equipment will be provided by CIPC. 10. Proprietary rights The proprietary right with regard to copyright, patents and any other similar rights that may result from the service rendered by the resource belong to CIPC. The final product of all work done by the resource, shall at the end of service period, be handed over to CIPC. The resource may not copy documents and/or information of the relevant systems for any other purpose than CIPC specific. 11. Indemnity / Protection / Safeguard The resources safeguard and set CIPC free to any losses that may occur due to costs, damage, demands, and claims that is the result of injury or death, as well as any damage to property of any or all contracting personnel, that is suffered in any way, while delivering a service to CIPC. The resources safeguard and set CIPC free to any or all further claims for losses, costs, damage, demands and legal expenses as to the violation on any patent rights, trade marks or other protected rights on any software or related data used by the resources. 12. Government Safety The resources attention is drawn to the effect of government Safety Legislation. The resources must ensure (be sure) that relevant steps are taken to notify the person(s) of this requirement. The resource must at all times follow the security measures and obey the rules as set by the organization. 13. Quality The Senior Manager: Infrastructure Management will subject the quality and standard of service rendered by resources to quality control. Should CIPC, through the Senior Manager: Infrastructure Management, be of the opinion that the quality of work is not to the required level, the service provider will be requested to provide other resources. The service provider will carry all the costs related to these changes. Terms of Reference: Oracle Version-01: 08 Nov. 2016 Page 5 of 9

14. COSTING Prospective bidders must submit a bill of quantities clearly indicating the unit costs and any other costs applicable. The onus is upon the prospective bidders to take into account all costs for the duration and to CLEARLY indicate the price. (Please refer to ANNEXURE A) 15. EVALUATION PROCESS (Criteria) The evaluation process will be done on accordance with the following criteria: Bids will be evaluated in accordance with the 90/10 preference point system contemplated in the Preferential Procurement Policy Framework Act (Act 5 of 2000). Responsiveness Criteria: Failure to provide the following might result in a bid not to be considered: (minimum requirements) a) Bid offers must be properly received on the tender closing date and time specified on the invitation, fully completed and signed in ink as per Standard Conditions of Tender. b) Submission and completion of the Declaration of Interest c) Submission of an original and valid Tax Clearance Certificate d) Submission of the company s registration certificate from the Register of Companies (CIPC). e) Submission of proof of registration with the National Central Supplier Database 16. Evaluation Process (Phases) a) Bids will be evaluated in accordance with the 90/10 preference point system contemplated in the Preferential Procurement Policy Framework Act (Act 5 of 2000). b) The evaluation will be completed in 3 phases: 1. Phase 1: Compliance to minimum requirements 2. Phase 2: Functional evaluation 3. Phase 3: Pricing and Preferential Procurement policy Phase 1: Compliance to minimum requirements During Phase 1 all bidders will be evaluated to ensure compliance to minimum document requirements (ex. Tax Clearance Certificates), ensuring all documents have been completed and that the specified documentation has been submitted in accordance to the bid requirements. All bidders that comply with the minimum requirements will advance to Phase 2. Terms of Reference: Oracle Version-01: 08 Nov. 2016 Page 6 of 9

Phase 2: Functional evaluation All bidders that advance to Phase 2 will be evaluated by a panel to determine compliance to the functional requirements of the bid. The functional evaluation will be rated out of 100 points and will be determined as follows: EVALUATION CRITERIA Rating Weight Total 1 2 3 4 5 Provide OEM accreditation for the Oracle 11G Database support and maintenance 20 Demonstrated experience in Oracle 11G Database support and maintenance (Provide a minimum of three (3) reference letters / testimonial with contactable references from clients) These references must contain the following information which will be scored during evaluation Duration of the contract Duration taken to deliver the service Contract amount The service provided satisfactory / not satisfactory: please indicate from 1- to 10 scale Provide email addresses Provide telephone numbers Provide contact person CIPC may verify reference provided by bidders 40 Points: 3 for 3 references; 4 for 5 references; 5 for > 5 references Provide OEM accreditation for the support and maintenance of the Exadata Database Machine X2-2 10 Demonstrated experience in the support and maintenance of the Exadata Database Machine X2-2 (Provide a minimum of three (3) reference letters / testimonial with contactable references from clients) 30 These references must contain the following information which will be scored during evaluation Duration of the contract Duration taken to deliver the service Contract amount The service provided satisfactory / not satisfactory: please indicate from 1- to 10 scale Provide email addresses Provide telephone numbers Provide contact person CIPC may verify reference provided by bidders Points: 3 for 3 references; 4 for 5 references; 5 for > 5 references Total 100 Bidders scoring less than 60 points in Phase 2 will not be eligible for Phase 3 evaluation i.e. pricing and preferential procurement. Please provide details for all the above information to enable proper evaluation. Terms of Reference: Oracle Version-01: 08 Nov. 2016 Page 7 of 9

Phase 3: Preferential Procurement Policy and Pricing Please Note: CIPC 6.1 Preference Points Claim Form in terms of the PPPFA is attached for claiming above mentioned points, if not completed the company will automatically score 0 points Preferential Procurement Policy The bidders that have successfully progressed through to Phase 2 will be evaluated in accordance with the 90/10 preference point system contemplated in the Preferential Procurement Policy Framework Act (Act 5 of 2000). Pricing Pricing will be calculated using the lowest price quoted as the baseline, thus the lowest price quoted will achieve full marks, while all other quotes will achieve a weighted average mark based on the lowest price. Description Total Price 90 BBBEE 10 Total 100 The bidder with the highest score will be recommended as the successful vendor. 17. SUBMISSION OF PROPOSALS Sealed proposals will be received at the Tender Box at the Reception, 77 Meintjies Street, Sunnyside, the dti campus, Block F. Proposals should be addressed to: Manager (Supply Chain Management) Companies and Intellectual Property Registration Office Block F, the dti Campus, 77 Mentjies Street, Sunnyside PRETORIA ENQUIRIES A. Supply Chain Enquiries Mr Solomon Motshweni OR Ms Ntombi Maqhula Contact No: (012) 394 5233 /45344 E-mail: SMotshweni@cipc.co.za OR Nmaqhula@cipc.co.za B. Technical Enquiries Mr Evans Mojanaga Contact No: (012) 394 5272 E-mail: Emojanaga@cipc.co.za Terms of Reference: Oracle Version-01: 08 Nov. 2016 Page 8 of 9

ANNEXURE A FAILURE TO COMPLY WITH THE REQUIREMENTS BELOW SHALL IMMEDIATELY INVALIDATE THE BID. PRICING SCHEDULE: (MUST BE PRINTED AND SUBMITTED IN A SEPARATE SEALED ENVELOP TOGETHER WITH SBD 3) The total bid price (inclusive of VAT) must be written in the SBD3 form together with the following information Price validity period Duration of the contract written in the space provided in the SBD 3 form Note: Service providers will be responsible for all costs; e.g. transportation and other disbursements for ALL activities/ meetings associated with this quote and must include this cost in the pricing for this quote. Prospective bidders must submit a bill of quantities clearly indicating the unit costs and any other costs applicable for the duration of the contract as stated below o Licensing and Technical Support: 36 months o Maintenance and Support Exadata: 12 months CIPC ICT needs to appoint Oracle SA for the renewal of the Oracle 11G licenses and technical support services as follows SOFTWARE UPDATE LICENSE & SUPPORT PRODUCT DESCRIPTION QUANTITY LICENSE LEVEL/ TYPE Oracle Database Enterprise Edition Processor Perpetual 8 FULL USE Oracle Diagnostics Pack - Processor Perpetual 12 FULL USE Oracle Partitioning - Processor Perpetual 12 FULL USE Oracle Real Application Clusters - Processor Perpetual 12 FULL USE Oracle Tuning Pack - Processor Perpetual 12 FULL USE Oracle Database Enterprise Edition - User Plus Perpetual 80 FULL USE Oracle Database Enterprise Edition - Processor Perpetual 4 FULL USE Exadata Storage Server Software Disk Drive Perpetual 12 months FULL USE PREMIER SUPPORT EXADATA X2-2: MODEL FAMILY (1 YEAR ONLY CONTRACT) PRODUCT DESCRIPTION Exadata Database Machine X2-2 (HC Quarter Rack) SERIAL No. Ser #: AK00050418 ASSY, KVM, SWITCH, EXADATA Ser #: 0520072969 FAILURE TO COMPLY WITH THE ABOVE SHALL IMMEDIATELY INVALIDATE THE BID. Terms of Reference: Oracle Version-01: 08 Nov. 2016 Page 9 of 9