Top Banner
DRAFT 1.0 Date: 6/23/2022 Page: 1 of 35 Ministry of Justice (MOJ) Request for Proposal Operations and Support Services for the MOJ Judicial Enterprise Architecture (JEA)
35
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Introduction

DRAFT 1.0 Date: 4/13/2023Page: 1 of 23

Ministry of Justice (MOJ)

Request for Proposal

Operations and Support Services for the MOJJudicial Enterprise Architecture (JEA)

Page 2: Introduction

TABLE OF CONTENTS

1 Introduction................................................................................................................31.1 Current Status of the MOJ Judicial Enterprise Architecture (JEA).....................31.2 JEA Operations Center........................................................................................41.3 JEA Courts...........................................................................................................41.4 JEA Wide Area Network (WAN)........................................................................51.5 JEA Applications.................................................................................................5

2 Scope of Work............................................................................................................72.1 JEA WAN............................................................................................................92.2 JEA Remote Sites................................................................................................92.3 Services Hours.....................................................................................................92.4 Preventive Maintenance.......................................................................................92.5 Applying Firmware Upgrades.............................................................................92.6 Reporting.............................................................................................................92.7 Support Escalation...............................................................................................92.8 Operations Center KPIs and Bidder’s Response and Restoration Matrix...........92.9 Service Availability of the JEA Operations Center...........................................102.10 Covered Sites and Services................................................................................102.11 Items covered under the Hardware and Software Warranty/Maintenance agreements.....................................................................................................................10

3 Administrative Procedures and Requirements.....................................................113.1 Response Procedure...........................................................................................113.2 Response Format...............................................................................................113.3 Response Submission........................................................................................133.4 Response Evaluation..........................................................................................143.5 Financial Terms.................................................................................................153.6 Legal Terms.......................................................................................................163.7 Conflict Of Interest............................................................................................213.8 Secrecy And Security........................................................................................213.9 Documents Property..........................................................................................22

Appendix A JEA Operations Center Physical Map...............................................23Appendix B JEA Operations Center Technology..................................................24Appendix C JEA Community..................................................................................28Appendix D Wide Area Network Technology........................................................32Appendix E Operations Center Service Procedures..................................................36

DRAFT 1.0 Date: 4/13/2023Page: 2 of 23

Page 3: Introduction

1 Introduction

The Ministry of Justice (MOJ) is soliciting proposals from interested vendors for outsource services for the administration, maintenance and operations of the Ministry’s Judicial Enterprise Architecture (JEA). This solicitation includes operational support services for the Ministry’s production data center at the New Palace of Justice in Amman as well as all networking components between the remote courts and the central data center.

1.1 Current Status of the MOJ Judicial Enterprise Architecture (JEA)

The JEA encompasses a centralized data management and operations center, a judicial wide-area network and remote court locations serving judges and clerks throughout the Kingdom of Jordan. The following diagram provides a high-level view of the JEA. The shaded areas reflect the technologies and services that are currently implemented and available in the JEA. Additional depicted services will be implemented as needed. The blue bars represent firewall technologies used to segment traffic and secure the information resources within the JEA.

Figure 1 - High Level Judicial Enterprise Architecture

DRAFT 1.0 Date: 4/13/2023Page: 3 of 23

Page 4: Introduction

1.2 JEA Operations Center

At the heart of the JEA is the command and control center (central operations) at the New Palace of Justice (NPOJ). This facility provides operational support for;

Application services Data services Reporting services Administration and Management services Operational and Performance Monitoring services Backup and Disaster Recovery services Network Management and Monitoring services 3rd Level support services (see Appendix E-1 for more information)

The physical environment will include two rooms, operator and server room, each independently secured for optimal security. A raised floor exists in each room to facilitate proper wiring of network and electrical components. Sufficient environment and hazard controls exist to support the technology contained within. The winning bidder is expected to support the technology and all services offered by this centralized data center.

Appendix A provides a map of the JEA Operations Center and a brief description of the physical environment. It is expected that the winning vendor will provide operational support services for all technologies and services contained within the center. The vendor is expected to utilize current maintenance and support agreements with hardware and software vendors. Once these agreements expire it is expected that the vendor would evaluate, in cooperation with the MOJ leadership team, existing supplier service agreements for continued and possibly improved service levels.

Appendix B details the technology, hardware and software, contained within the JEA Operations Center. Included in this appendix are the current support and maintenance agreements for each item.

1.3 JEA Courts

The JEA currently supports fifty court locations and a user community of approximately 1485. The users of JEA services are primarily judges, clerks, typists, administrators, prosecutors and support staff within the following courts and departments.

Prosecutor State Lawyer Conciliation Criminal Court Conciliation Civil Court First Instance Criminal Court First Instance Civil Court Minor Felonies Court

DRAFT 1.0 Date: 4/13/2023Page: 4 of 23

Page 5: Introduction

Major Felonies Court Appeals Court Cassation Court High-Court of Justice Notary Public Criminal and Civil Execution Departments Ministry of Justice Court Administration and Legal services

Appendix C details the quantity and types of courts and users throughout the Kingdom.

Each court location includes client computing resources sufficient for the location and services provided. The management of client technology, hardware and software, is considered outside the scope of this procurement as these services will be provided by the MOJ Information Technology Directorate. Additionally each location contains a local area network sufficient for supporting the services required. The Local Area Network management and services at each court location are also considered outside the scope of this procurement.

1.4 JEA Wide Area Network (WAN)

Connecting each court location to the JEA Operations Center is the JEA WAN. Each location, remote courts and JEA operations center, contains the necessary routing and communications technology in support of MOJ services. Appendix D details the specifications of the technology and the suppliers of the WAN services. The winning vendor is expected to monitor and support the services provided by the WAN, leveraging expertise within its own organization as well as the suppliers of these services, primarily Jordan Telecomm.

1.5 JEA Applications

As discussed in the JEA Operations Center section above, a number of services will be provided via the JEA to users throughout the Kingdom. The applications that provide these services include but are not limited to; Mizan V2 Case Management System, Civil Execution Case Management System, Notary Public System, Notification Management System, MOJ E-Messaging (SMS), MOJ Judicial Kiosk system and the MOJ Court Accounting system. These applications will leverage logical components within the architecture as depicted in the Figure 2 – Application Services diagram below.

DRAFT 1.0 Date: 4/13/2023Page: 5 of 23

Page 6: Introduction

Figure 2 - Application Services

DRAFT 1.0 Date: 4/13/2023Page: 6 of 23

Page 7: Introduction

2 Scope of Work

The bidder shall base their offer on the scope of work as outlined in this document. The MOJ currently has maintenance and support contracts with various suppliers of technology within the JEA. You will find details of each particular supplier contract in the several appendices provided in the document. The major suppliers of technology within the covered areas of the JEA are;

Fujitsu Siemens (Servers) Hewlett Packard (SAN and Backup) Cisco (LAN, routing and switching) Orange (WAN) Oracle (DBMS) Microsoft (IIS Servers) RedHat Linux (DBMS Servers) Optimiza Monsters Inc.

The winning bidder is required to perform the following detailed activities:

1. JEA Operations Center 24 x7 support & Maintenance, provision of supplies via existing supplier contracts, incident, problem and change management.

Maintenance services for all JEA hardware and relevant software. Round the clock support for all JEA Operations Center hardware and software related issues.

Vendor to provide a team of experts as required by the service levels specified in this RFP. The vendor should propose only those skills and staff required to achieve these service levels. Cost will be one of the major evaluation factors of this procurement so the vendor should be certain to only propose those staff required to achieve the published service levels. Note that up to 3 MOJ ITD staff will be available to assist in day to day operational tasks within the center and as such the vendor should consider whether using these staff for routine tasks is possible. The vendor would have full responsibility for establishing the procedures to be followed by any MOJ ITD staff and any training necessary to carry out those routine tasks.

Response time will be as per KPI and Restoration Matrix set for the JEA Operations Center Center, see Appendix E-2.

Spare parts provision and availability per existing supplier contracts. The maintenance should include hardware relevant Operating System updates, general fixes,

configuration, testing and license management in addition to clustering software and load balancing software included.

Performance, Capacity and Monitoring advice and troubleshooting Backup operation and support Best practice support procedures and policies for proper operation of the JEA Operations

Center. Including but not limited the following subject areas. Change Management Release Management Incident Management Problem Management Service Level Management

DRAFT 1.0 Date: 4/13/2023Page: 7 of 23

Page 8: Introduction

Availability Management Capacity Management IT Service Continuity

Winning bidder to specify a list of critical component parts that should be available for the JEA Operations Center when needed upon critical and emergency situations.

The replacement of any defected item in the specified list (as indicated in the previous bullet point) provided by the winning bidder should be provided immediately

Winning bidder to use all its resources and tools to resolve and implement the requests received from the MOJ ITD leadership team.

There will be four annual false alarms for testing service quality, including but not limited to; Power failure Component failover (App Servers, DBMS, Switches, Firewalls, etc) WAN service outage

Work within existing supplier contracts and with those suppliers to provide spare parts and services as needed

Coordinate planned outages with MOJ Provide support to assess requirements for hardware and software changes / expansion and

analyze the different components including services, SAN, software Provide support to monitor and control the Operations center Provide continuous updates regarding change to any system configuration Ensure that the JEA resources are available to users on the published hours of operation Coordinate and support all disaster recovery processes, exercises and events Provide full support, configuration and maintenance of all Storage Area Network (SAN)

components. Provide service for all incident management, problem management, change management,

release management and configuration management. All changes to the JEA, whether in technology or configuration, reported to the JEA

Operations Center, should in no way jeopardize the security, availability or integrity of the JEA systems.

The winning bidder and all staff assigned to the project must sign a Privacy and Non-disclosure Agreement with the MOJ.

The winning bidder must proactively measure capacity of the JEA and recommend where necessary any changes to maintain the service levels required by the JEA.

The winning bidder must provide assistance in diagnosing any hardware or system problem. The winning bidder must plan, coordinate and report on any system hardware, software or

configuration changes to supported environments in the JEA. Construct, revise and provide guidance for data storage management standards and

procedures including production, backup and disaster recovery systems. Provide assistance to MOJ Information Technology Directorate leadership in resolution of

existing problems or changes. Recommendations should be made to MOJ leadership where appropriate and time permits.

Urgent issues should be made known to MOJ leadership as discussed in the service level section of this document.

2.1 JEA WAN

The winning bidder must provide monitoring, escalation and coordination of all WAN related activity. This includes the oversight and reporting of WAN performance to the MOJ ITD

DRAFT 1.0 Date: 4/13/2023Page: 8 of 23

Page 9: Introduction

leadership. Additionally the winning bidder must coordinate with the supplier of the JEA WAN for all issues reported and any service to the planned WAN.

2.2 JEA Remote Sites

The winning bidder is not responsible for monitoring, repairs or configuration of technology within the remote sites. This component of the JEA is outside the scope of this procurement. Any issues reported to the winning bidder related to this component should be immediately forwarded to the MOJ ITD staff responsible for this activity.

2.3 Services Hours

JEA services contained within the JEA Operations Center are to be available to all JEA customers 24x7x365 including public holidays and weekends. Working hours at the JEA Operations Center should cover normal judiciary hours of 8:00am – 3:00pm and any time outside that period necessary to meet the service levels outlined in this procurement.

2.4 Preventive Maintenance

Periodic preventative maintenance tasks should be exercised to insure that the service provided meets those stated in this procurement.

2.5 Applying Firmware Upgrades

Upgrades to all firmware and operating system software should be directed by the winning bidder in coordination with those suppliers and the maintenance and warranty contracts provided. The winning bidder is responsible for;

Testing all upgrades on an environment similar to production to minimize risk in the production cutover of such upgrades

Produce instruction sheets / upgrade procedures that clearly detail the steps required for such an upgrade

2.6 Reporting

Provide necessary reports to MOJ leadership that detail the status of the environment, addressing; past performance, current status and future recommendations for change or procedure.

2.7 Support Escalation

Winning bidder must supply contact information and endorsement of acceptance of the Escalation Matrix presented in Appendix E-7 or a vendor endorsed escalation matrix to replace that presented.

2.8 Operations Center KPIs and Bidder’s Response and Restoration Matrix

The winning bidder must supply an endorsement of the KPIs, Response and Restoration Matrix presented in Appendix E-2 or a vendor endorsed KPI, Response and Restoration matrix to replace that presented.

DRAFT 1.0 Date: 4/13/2023Page: 9 of 23

Page 10: Introduction

2.9 Service Availability of the JEA Operations Center

The winning vendor must agree to a 99% uptime requirement during normal (Core) working hours, where normal (core) working hours are defined as; Sunday – Thursday 8:00am – 3:00pm.

Item HoursHours per day (Sun – Thur : 8:00am – 3:00pm) 7Total Hours (5 days * 7 hours * 52 weeks) 1820% Uptime (99%) 1801Total hours permitted downtime for year 19

The winning vendor must also agree to a 95% uptime requirement during the 24x7x365 (non-core) timeframe, other than hours approved by MOJ for maintenance and support activities (non-core system maintenance).

Item HoursHours per day 24Total Hours ( 24 hours * 365 days ) 8760% Uptime (95%) 8322Total hours permitted downtime for year 438

2.10 Covered Sites and Services

The primary set of components and services covered under this agreement are within the JEA Operations Center. Please see the System Architecture diagram above to understand those components and services.

Secondarily the winning bidder must work with the supplier(s) of the JEA WAN to insure that the uptime hours above are covered. Any issue with service provided by the WAN supplier will be counted against both the hours of the MOJ WAN supplier contract and that of the winning bidder.

Not covered under this agreement are the computing resources at each of the 50+ remote court locations as these are supported by the Information Technology Directorate of the MOJ.

2.11 Items covered under the Hardware and Software Warranty/Maintenance agreements

Refer to Appendix B

DRAFT 1.0 Date: 4/13/2023Page: 10 of 23

Page 11: Introduction

3 Administrative Procedures and Requirements

3.1 Response Procedure

Tendering related inquiries with respect to this RFP are to be addressed to the Ministry of Justice’s Special Tendering Committee in writing by hand or fax with the subject "Operations and Support Services for the MOJ Judicial Enterprise Architecture (JEA) Tender using fax number 4643197.

Technical inquiries can only be addressed to the Special Tendering Committee. Responses will be sent in writing. Questions and answers will be shared with all Bidders' primary contacts. All other inquiries, procedural and otherwise, must be addressed to the Tendering Department by fax, or e-mail.

3.2 Response Format

Bidders responding to this RFP should demonstrate up-to-date capabilities and experience in providing similar services and similar engagements of the same scope, size and nature especially in the public sector. These services and engagements are expected to be performed by the bidder during the last 5 years.

Bidders' written response to the RFP must include :

Part 1: Technical and Corporate Capability

A. Corporate capability statement.Corporate capability statement should include the following :

A summary of the organization's capability, including previous experience in similar projects.

Bidders are encouraged to enclose existing marketing materials if appropriate. A reference to at least three relevant and appropriate work samples is mandatory. Current client list, highlighting any potential conflicts of interest.

B. Technical proposalTechnical proposal shall include the following :

Compliance list to all requirements specified within the scope of work of this RFP.

Approach to achieve the scope of work defined in this RFP and delivering each of the major components as specified in the scope of work section.

Staffing matrix, indicating skill required, hours per week planned and cost per hour of resource.

In order for the evaluation to progress quickly and effectively, bidders are requested to provide Part.1 of their proposal in the following format:

Section 1: Introduction

DRAFT 1.0 Date: 4/13/2023Page: 11 of 23

Page 12: Introduction

The bidder's understanding of the terms of reference, scope of work and necessary skills, and company profile.

Section 2: Executive SummaryAn overview of the main points contained in the proposal with references to sections where more detailed discussion of each point can be found.

Section 3: ApproachA detailed explanation of how the bidder will undertake the scope of work, required resources (bidder, ministry and a third party if needed) and any special skills required, use of any methodology and how it will cover the scope, use of any standard tools, duration of any work streams. Technology choices and recommendation should be made in this section too. The bidder will use the section headings, given in the scope of work above, in their proposal.

Section 4: ExperienceThe bidder's experience with similar projects, both in size and nature, and references of suitable clients with contact information (name, title, phone) is required. Bidders may be requested to arrange demos of similar work, as appropriate. (Similar work samples will be included in the appendix).

Section 5: CV's of Project StaffFormat of any proposed team and description of each staff role and their relevant experience, brief CV's of the team who will work on the project (all detailed CV's will be included in an Appendix) The bidder should also indicate the availability of the proposed staff and their area of competency. Proposed staff should be highly qualified engineers with relevant experience.

Any other information that the bidder would like to include as part of the proposal.

Appendix 1: MethodologiesThe Bidder is to provide details of any methodologies, which are felt to be appropriate.

Appendix 2: Work SamplesThe bidder to provide samples of procedural documentation as mentioned in the scope of work above.

Appendix 3: Detailed CV'sThe bidder to provide detailed CV's of staff that are to be part of the team. CV's should map to the organization Chart requested below.

Appendix 4: Organization ChartThe bidder to provide an organization chart to include their team, government officials and third parties if needed.

Appendix 5: Compliance Sheet

DRAFT 1.0 Date: 4/13/2023Page: 12 of 23

Page 13: Introduction

This is a sheet where all the requirements included within the scope of work within this RFP will be listed and the relevant page numbers in the bidders technical proposal where these items are mentioned.

Appendix 6: LegalThe bidder is to provide details of the bidder's normal terms and conditions in addition to a certificate of business registration.

The bidder should provide deliverables in English.

Part.2: Financial proposalThe financial proposal should include a cost summary and a detailed cost analysis section. The cost summary must provide a fixed lump sum price for the overall project. The supporting detailed cost analysis should provide a breakdown and details of the financials. The daily rates and expenses for any project staff should be included separately, along with the time for which they will be required. The bidder will provide all professional fees and expenses (travel, Project equipment, accommodation and subsistence) for the duration of the project. This section must show the proposed linkage between deliverables and payments.The offer should be inclusive of the General Sales Tax and all applicable fees and taxes.

Part.3: Bid SecurityPart three of the proposal should be the Bid Security.

3.3 Response Submission

Bidders must submit proposals to this RFP by hand to the Ministry of Justice on date and time specified in the tender announcement .

Special tendering committeeMinistry of JusticeJabal Amman third circle opposite to Ministry of PlanningAmman JordanTel: 4603630Fax: 4643197

Proposals should be submitted as 3 separate parts each part in a separate well-sealed and wrapped envelope clearly marked, respectively, as follows:

Part.1 – "Request for proposal for Operations and Support Services for the MOJ Judicial Enterprise Architecture (JEA) – Technical and Corporate Capability Proposal"This part (envelop) should contain 3 hard copies (1 original and 2 copies) and a soft copy (CD) [in Microsoft Office 2003].

This part should not contain any reference to cost or price. Inclusion of any cost or price information in the technical proposal will result in the bidder's proposal being disqualified as irresponsive.

Part.2 – "Request for proposal for JEA Operations Center Outsourcing – Financial proposal"

DRAFT 1.0 Date: 4/13/2023Page: 13 of 23

Page 14: Introduction

This part (envelop) should contain 3 hard copies (1 original and copies) and a softcopy (CD) [in Microsoft Office 2003].

Note: Each CD should be enclosed in the relevant envelop.

Part.3 – " Operations and Support Services for the MOJ Judicial Enterprise Architecture (JEA) – Bid Security"This part should contain an original hard copy.

This part should not contain and Reference to cost or process. Inclusion of any cost or price information in the technical proposal will result in the bidder's proposal being disqualified as irresponsive.

Late submissions will not be accepted nor considered and in case of discrepancy between the original hard copy and other copies and/or the soft copy of the proposal, the hard copy marked as original will prevail and will be considered the official copy. Proposals may be withdrawn or modified and resubmitted in writing any time before the submission date. Regardless of method of delivery, the proposals must be received by MOJ no later than 2:00 on 15/6/2008.

MOJ will not be responsible for premature opening of proposals not clearly labeled.

3.4 Response Evaluation

All responses to the RFP will be evaluated technically and financially and the winning proposal will be selected on the basis of "best value" in terms of technical superiority as well as cost effectiveness.

Technical and financial proposal shall be reviewed by the Special Tendering Committee at the Ministry and evaluated in accordance with the following procedure :

A bidder proposal can be disqualified if it does not address one or more of the major areas of the scope of work or is missing key components of the proposal including :

1. Support staff for all technologies and services as outlined in Appendix B.

2. Providing the maintenance and support services for the above item 1 as 24*7 including holidays and weekends.

3. Providing the maintenance and support services for the above item 1 and provide genuine spare parts per current warranty schedules in place with suppliers.

4. Providing periodic preventive maintenance and support services for the above item 1.

5. Abide by the Contract Center Procedures, KPIs, Remuneration and Notification Matrices as specified in the RFP.

6. Acknowledgment for providing Reporting for all maintenance and support activities.

DRAFT 1.0 Date: 4/13/2023Page: 14 of 23

Page 15: Introduction

7. Providing Highly qualified and experienced staff covering all required within the scope of this RFP.

The over all proposal will be evaluated according to the following criteria :Overall Technical Proposal 50%Overall Financial Proposal 50%

Only those bidders that qualify in the technical proposal will have their financial offers reviewed. The financial proposal will be evaluated only for companies who qualify, based on a minimum acceptable score that will be defined later by the special tendering committee. The financial offer of those who do not qualify will not be opened and will be returned.

The Ministry of Justice reserves the right not to select any offer. The Ministry of Justice also assumes no responsibility for costs of bidders in preparing their submissions.

3.5 Financial Terms

Bidders should take into consideration the following general financial terms when submitting their proposal :

All prices/rate should be quoted in Jordanian Dinars inclusive of all expenses, governmental fees and taxes, including sales tax, Prices should not be linked to any other currency. Proposals that link the Jordan Dinar to any other currency will be rejected.

They type of contract will be a fixed lump sum price contract including both professional fees and expenses.

A clear breakdown (table format) of the price should be provided.

The bidder shall bear all costs associated with the preparation and submission of its proposal and MOJ will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the proposal process.

The bidders shall finish detailed information listing all commissions and gratuities, if any, paid or to be paid to agents relating to this proposal and to contract execution if the bidder is awarded the contract. The information to be provided shall list the name and address of any agents, the amount and currency paid and the purpose if the commission or gratuity.

The bidder shall submit a (Tender Bond) proposal security on a form similar to the attached format in Jordanian Dinars for a percentage of (3%) of the total value of the contract in a separate sealed envelope. The bond will be in the form of a certified cheque or bank guarantee from a registered bank, operating in Jordan. The bidder shall ensure that the (tender bond) proposal security shall remain valid for a period of 90days after the bid closing date or 30days beyond any extension subsequently requested by the tendering committee, and agreed on by the bidder.

DRAFT 1.0 Date: 4/13/2023Page: 15 of 23

Page 16: Introduction

Any proposal not accompanied by an acceptable proposal security (tender bond) shall be rejected by the tendering committee as being non-responsive pursuant to RFP.

The proposal security of the unsuccessful bidders will be returned not later than 30days after the expiration of the proposal validity period.

The winning bidder is required to submit a performance security bond of 10 % of the total value of the contract.

The proposal security of the successful bidder will be returned when the bidder had signed the contract and has furnished the required performance security.

The proposal security may, in the sole discretion of the tendering committee, be forfeited :

If the bidder withdraws its proposal during the period of proposal validity as set out in the RFP; or

In the case of successful bidder, if the bidder fails within the specified time limit to furnish the required performance security as set out in the contract or to sign the contract.

The winning bidder has to pay the fees of the RFP advertisement issued in the newspaper.

MOJ is not bound to accept the lowest price bid and will reserve the right to reject any bids without the obligation to give any explanation.

3.6 Legal Terms

Bidders should take into consideration the following general legal terms when preparing their proposal :

The bidders shall not submit alternative proposal. Alternative proposals will be returned unopened or unread. If the bidder submits more than one proposal and it is not obvious, on the sealed envelop(s), which is the alternative proposal, in lieu of returning the alternative proposal, the entire submission will be returned to the bidder and the bidder will be disqualified.

The proposal shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the contract. The latter authorization shall be indicated by duly-legalized power of attorney and a certified copy of this authorization is to be attached to technical proposal. All of the pages of the proposal, except un-amended printed literature, shall be initiated by the person or persons signing the proposal.

Any interlineations, erasures or overwriting shall only be valid if they are initialed by the authorized signatory (ies) to the proposal.

DRAFT 1.0 Date: 4/13/2023Page: 16 of 23

Page 17: Introduction

Bidders must submit a Non Disclosure Agreement signed by a duly authorized representative of the company as part of the response to this request for proposal (RFP). All members of the bidder's team, their agents and business partners involved in the project much each sign an individual Non Disclosure Agreement. All bidders are obliged to maintain the confidentiality of information obtained and/or exchanged while working on the RFP. All of the information contained in this RFP shall be deemed to be "confidential information" within the meaning of the NDA and shall be treated accordingly. Such information may not be copied, disclosed or distributed to any other person without the prior written consent of MOJ.

The MOJ requires that all parties to the contracting process observe the highest standard of ethics during the procurement and execution process. MOJ will reject a proposal for award if it determines that the bidder had engaged in corrupt or fraudulent practices in competing for the contract in question.

Corrupt Practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution.

Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of government of Jordan, and includes collusive practice among bidders (prior to or after proposal submission) designed to establish proposal prices at artificial non-competitive levels and to deprive government of Jordan of the benefits of free and open competition.

The successful bidder shall perform the services and carry out their obligations with all due diligence, efficiency, and economy, in accordance with the highest generally accepted professional techniques and practices, and shall observe sounds management practices, and employ appropriate advanced technology and safe methods. The successful bidder shall always act, in respect of any matter relating to the execution of the services, as faithful adviser to MOJ, and shall at all time support and safeguard MOJ’s legitimate interests in any dealings with third parties.

No bidder shall contact MOJ, or its employees, members of the tendering or the technical committees on any matter relating to its proposal to the time the contract is awarded. Any effort by a bidder to influence MOJ. Its employees, members of the tendering or the technical committees in the tendering committee's proposal evaluation, proposal comparison, or contract award decision will result in rejection of the bidder's proposal and forfeiture of the proposal security.

The remuneration of the successful bidder stated in the decision of award of the bid shall constitute the successful bidder sole remuneration in connection with this project and/or the services, and the successful bidder shall not accept for their own benefit any trade

DRAFT 1.0 Date: 4/13/2023Page: 17 of 23

Page 18: Introduction

commission, discount, or similar payment in connection with activities pursuant to this contract or to the services or in the discharge of their obligations under the contract, and the successful bidder shall use their best efforts to ensure that the personnel, any sub-contractors, and agents of either of them similarly shall not receive any such additional remuneration.

Neither the successful bidder nor their subcontractors shall engage, either directly or indirectly, in any of the following activities :

o During the term of the contract, any business or professional activities in Jordan or

abroad which would conflict with the activities assigned to them under this bid; or

o After the termination of this project, such other activities as may be specified in the

contract.

A business registration certificate should be provided with the technical proposal.

The laws and regulations of the Hashemite Kingdom of Jordan shall apply to awarded contracts.

MOJ takes no responsibility for the costs of preparing any bids and will not reimburse any bidder for the cost of preparing its bid whether successful or otherwise.

Proposals shall remain valid for a period of (90) days from the closing date for the receipt of proposal as established by the Tendering Committee.

The tendering committee may solicit the bidders' consent to an extension of the proposal validity period. The request ad responses thereto shall be made in writing or by fax. If a bidder agrees to prolong the period of validity, the proposal security shall also be suitably extended. A bidder may refuse the request without forfeiting its proposal security; however, in its discretion, the tendering committee may cease further review and consideration of such bidders' proposal. A bidder granting the request will not be required nor permitted to modify its proposal except as provided in this RFP.

MOJ reserves the right to accept, annual or cancel the bidding process and reject all proposals at any time without any liability to the bidders or any other party and/withdraw this tender without providing reasons for such action and with no legal or financial implications to MOJ.

MOJ reserves the right to disregard any bid which is not submitted in writing by the closing date of the tender. An electronic version of the technical proposal will only be accepted if a written version had also been submitted by the closing date.

MOJ reserves the right to disregard any bid which does not contain the required number of proposal copies as specified in this RFP. In case of discrepancies between the original hard copy and/or other copies or the soft copy of the proposals, the original hard copy will prevail and shall be considered the official copy.

DRAFT 1.0 Date: 4/13/2023Page: 18 of 23

Page 19: Introduction

MOJ reserves the right to enforce penalties on the winning bidder in case of any delay in delivery defined in accordance with the terms set in the Arabic Sample Contract (Annex.5).

Bidders may not object to the technical or financial evaluation criteria set forth for this tender.

The bidder will be expected to provide a single point of contract to which all issues can be escalated. MOJ will provide a similar point of contact.

MOJ reserves the right to meet (in person or via telephone) each member of the contractor team prior to any work, taking place. Where project staff is not felt to be suitable, either before starting or during the execution of the contract, MOJ reserves the right to request an alternative staff with proper qualification at no extra cost to MOJ.

The bidder will be responsible for providing their own equipment, secretarial and other resources, insurance, medical provision, visas and travel arrangements, etc. MOJ will take no responsibility for any non-MOJ resources either within Jordan or during travel to/from Jordan.

MOJ reserves the right to furnish all materials presented by the successful bidder at any stage of the project, such as reports, analyses or any other materials, in whole or part, to any person. This shall include publishing such materials in the press, for the purpose of informing, promoting, advertisement and/or influencing any third party, including the investment community.

Bidders are responsible for the accuracy of information submitted in their proposal. MOJ reserves the right to request original copies of any documents submitted for review and authentication prior to awarding the tender.

The bidder may modify of withdraw its proposal after submission, providing that written notice of the modification or withdrawal is received by the tendering committee prior to the deadline prescribed for proposal submission. Withdrawal of a proposal after the deadline prescribe for proposal submission or during proposal validity as set in the tender documents will result in the bidder's forfeiture of all of its proposal security (bid bond).

A bidder wishing to withdraw its proposal shall notify the tendering committee in writing prior to the dead line prescribed for proposal submission. A withdrawal notice may also be sent by fax, but it must be followed by a signed confirmation copy, postmarked not later than the deadline for submission for proposals.

The notice of withdrawal shall be addressed to the tendering committee at the address in RFP, and bear the contract name "Request for proposal for JEA Operations Center" and the words "Withdrawal Notice".

Proposal withdrawal notices received after the proposal submission deadline will be ignored, and the submitted proposal will be deemed to be a validly submitted proposal.

DRAFT 1.0 Date: 4/13/2023Page: 19 of 23

Page 20: Introduction

No proposal may be withdrawn in the interval between the proposal submission deadline and the expiration of the proposal validity period. Withdrawal of a proposal during this interval will result in forfeiture of the bidder's proposal security.

The bidder accepts to comply with all provisions, whether explicitly stated in this RFP or otherwise, stipulated in the public works By-Law No.71 of 1986 and its amendments, the general tendering instruction of 1987, and any other provisions stated in the standard Arabic contracting sample contract annexed to this RFP including general and special conditions.

The successful bidder's total remuneration shall not exceed the contract price and shall be a fixed lump sum price including all staff costs, subcontractors' costs, printing, communications, travel, accommodation, and the like, and all other costs incurred by the successful bidder in carrying out the services required. Payments will be made to the account of the successful bidder in Jordanian Dinars and according to the payment schedule stated in the Arabic Sample Contract annexed hereto.

If the winning bidder (second party) doesn't fix escalated defects within the KPIs, success factors, restoration matrix and notification matrix specified in Appendix E-2, MOJ is entitled to fix such defects in any ways it sees fit and is authorized to deduct the cost of repairing from the maintenance guarantee or any other money of the second party in addition to applying other tender conditions.

The winning bidder shall provide service availability at least 90% per month, not meeting this criterion will lead to monthly deductions from the total cost of that month as specified in the penalties matrix (for more details, refer to Appendix E-4 and E-5).

Of Liability:

The liability of either party for breach of the contract or for any other statutory cause of action arising out of the operation of the contract will be determined under the relevant law in Hashemite Kingdom of Jordan as at present in force.\This liability will survive the termination or expiry of this contract.Successful bidder's total liability relating to contract shall in no event exceed the contract price successful bidder receives, such limitation shall not apply in the following cases (in addition to the case of willful breach of the contract) :

a. Gross negligence or willful misconduct on the part of the winning bidder or on the of any person or firm acting on behalf of the winning bidder in carrying out the services.

b. An indemnity in respect of third party claims for damage to third parties caused by the winning bidder or any person or firm acting on behalf of the winning bidder in carrying out the services.

c. Infringement of intellectual property rights.

Sample Arabic contract approval :

DRAFT 1.0 Date: 4/13/2023Page: 20 of 23

Page 21: Introduction

Bidders must fill out the payment schedule form ( 3الملحق ) which is part of the Arabic sample contract version provided with the RFP, sign and stamp it, and enclose it with the financial proposal according to the instructions detailed in the response submission section. Bidders must review the sample Arabic contract version provided with the RFP which shall be binding and shall be the contract to be signed with successful bidder.

3.7 Conflict Of Interest

The successful bidder warrants that to the best of its knowledge after making diligent inquiry, at the date of signing the contract no conflict of interest exists or is likely to arise in the performance of its obligations under the contract by itself or by it's employees and that based upon reasonable inquiry it has no reason to believe that any sub-consultants has such a conflict.

If during the course of the contract a conflict or risk of conflict of interest arises, the successful bidder undertakes to notify in writing MOJ immediately that conflict or risk of conflict becomes know.

The successful bidder shall not, and shall use their best endeavors to ensure that any employee, agent or sub-contractor shall not, during the course of the contract, engage in any activity it obtain any interest likely to conflict with, or restrict the fair and independent performance of obligations under the contract and shall immediately disclose to MOJ such activity or interest.

If the successful bidder fails to notify MOJ or is unable or unwilling to resolve or deal with the conflict as required, MOJ may terminate this contract in accordance with the provision of termination set forth in the contract.

3.8 Secrecy And Security

The successful bidder shall comply and shall ensure that any sub-contractor complies, so far as compliance is required, with the secrecy and security requirements of MOJ, or notified by MOJ to the successful bidder from time to time.

3.9 Documents Property

All documents and software submitted by the successful bidder in accordance with the contract shall become and remain the property of MOJ, and the successful bidder shall, not later than upon termination or expiration of the contract, deliver all such documents and software to MOJ, together with a detailed inventory thereof. Restrictions about the future use of these documents, if any, shall be specified in the special conditions of the contract.

يتبع))

DRAFT 1.0 Date: 4/13/2023Page: 21 of 23

Page 22: Introduction

Appendix A JEA Operations Center Physical Map

The primary Operations Center will be located at the New Palace of Justice in Amman. This center will support all technology related issues for the technology and information resources housed within the Center. The following diagram depicts, at a high level, the location and components housed within the Operations Center.

Figure 3 - JEA Operations Center Floor plan

DRAFT 1.0 Date: 4/13/2023Page: 22 of 23

Page 23: Introduction

DRAFT 1.0 Date: 4/13/2023Page: 23 of 23