€¦ · web viewthe nrf/saasta accepts the lowest cost proposal after all price proposals have...
TRANSCRIPT
INVITATION TO BID (SBD 1)
YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS
BID NUMBER: NRF/SAASTA 16/2013-14 CLOSING
DATE: 29 September 2013 CLOSING TIME 00:00
BID DESCRIPTIONTERMS OF REFERENCE FOR DST SCIENCE CENTRE CAPACITY BUILDING TRAINING:
SCIENCE COMMUNICATION - 2013/2014
Bidders are required to fill in and sign the written offer form (SBD7 Contract Form – Part 1) in this Invitation
Preferential Procurement System Applicable (points for price: points for procurement preference) : 80 :20
BID BOX ADDRESS Building SAASTA Road 18A Gill StreetSuburb ObservatoryCity JohannesburgProvince GautengCountry South Africa
Bidders should timeously deliver bids to the correct address. If the bid is late at the NRF address, it will not be considered.
The bid box is open from 08h00 to 16h00 South African time, 5 days a week (Monday to Friday).
ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS IN THIS INVITATION – (NOT TO BE RE-TYPED)
THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL
PROCUREMENT REGULATIONS - 2011, THE GENERAL CONDITIONS OF CONTRACT AND SPECIAL CONDITIONS OF
CONTRACT AS STIPULATED IN THIS INVITATION
Page 1 of 32
.THE FOLLOWING PARTICULARS MUST BE FURNISHED AS LEAD PAGE OF THE BID RESPONSE
BID NUMBER: NRF/SAASTA 16/2013-14 CLOSING DATE:
29 September 2013CLOSING TIME 00:00
NAME OF BIDDER
REPRESENTED BY
POSTAL ADDRESS
PHYSICAL ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELL PHONE NUMBER CODE NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION NUMBER
HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN SUBMITTED? (SBD 2) YES or NO
HAS A PREFERENCE CLAIM FORM BEEN SUBMITTED? (SBD 6.1) YES or NO
(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST SUPPORT PREFERENCE POINTS CLAIMED
IF YES, WHO WAS THE B-BBEE CERTIFICATE ISSUED BY
AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)
A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS); OR
A REGISTERED AUDITOR
[Tick Applicable Box]
ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS/SERVICES/WORKS OFFERED? YES or NO
IF YES ENCLOSE PROOF
SIGNATURE OF BIDDER
NAME of BIDDER
DATE
CAPACITY UNDER WHICH THIS BID IS SIGNED
Page 2 of 32
ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE DIRECTED TO :
Contact Person: Mari-Louise SnymanSCM Co-ordinator
Tel: +27 12 392 9330
Email: [email protected]
ANY ENQUIRIES REGARDING TECHNICAL INFORMATION DIRECTED TO::
Contact Person: Shadrack MkansiManager
Tel: +27 11 551 5948
Email: [email protected]
Contact Person: Teboho ShashaProject Co-ordinator
Tel: +27 11 551 5946
Email: [email protected]
Page 3 of 32
BID RESPONSE SUBMISSION FORMAT / CHECKLISTNo of originals 1 Number of bid pack copies 6
Pack split into “Technical” and “Awarding” Sections Yes / No Two envelope system required Yes / No
PROPOSAL INDEX
Lead Page (page 2 of the Invitation) completed and signed Yes/ No
Proposal – Technical Component Yes/ No
Proposal – The completed specification schedule where stipulated Yes/ No
Proposal – Technical Support to allow validation of capability and capacity:
Examples/evidence of proposed work or equivalent work
Contactable References (minimum of three)
Yes/ No
Proposal – Quotation Schedules completed on the Price Template
The cost schedules clearly stipulate costs by type and breakdown together with all the relevant assumptions and information as outlined in this section of the bid invitation
Signed Preference claim form WITH BBBEE Transformation Certificate
Yes/ No
Proposal – Bidder Profile Yes/ No
Proposal – Bidder’s B-BBEE Transformation Program Yes/ No
Bidder Due Diligence:
Signed Declaration of Bidder’s Past Supply Chain Management Practices.
Signed confirmation that no National Treasury restrictions (both restricted supplier and tender defaulter on the National Treasury Website www.treasury.gov.za) exist on the bidder or on the bidder’s shareholders and management.
Signed Declaration of Interest
Signed Competitive bidding declaration
Yes/ No
Written Offer - Contract Form – Standard Bidding Document 7 Part 1. Yes/ No
SUPPLIER ACCREDITATION (Provide evidence of being an Accredited Supplier registered in the NRF Supplier Database or Provide documentation to be registered in the NRF Supplier Database)
Completed Supplier Accreditation Pack (available at WWW.NRF.AC.ZA\BIDS) Yes/ No
An up to date and original tax clearance certificate issued by SARS for the current year Yes/ No
Certified copies of certificate of incorporation (as per entity type)y Yes/ No
B-BEE transformation level certificate for the current year Yes/ No
Page 4 of 32
1. Background to the National Research Foundation
The National Research Foundation (“NRF”) is a juristic person established in terms of section 2 of the National Research
Foundation Act, Act 23 of 1998. The NRF supports and promotes research and human capital development through funding, the
provision of National Research Facilities and science outreach platforms and programs to the broader community in all fields of
science and technology, including natural science , engineering, social science and humanities.
2. Background to SAASTA
The South African Agency for Science and Technology Advancement (SAASTA) is a business unit of the National Research
Foundation (NRF) with the mandate to advance public awareness, appreciation and engagement of science, engineering and
technology (SET) in South Africa. The NRF is the government’s national agency responsible for promoting and supporting
research and development of high-level skills in all fields of humanities, social and natural sciences, engineering and technology.
3. Background to the Department of Science and Technology’s Science Centre Capacity Building Programme
The Science Centre Capacity Building (SCCB) Programme is one of a number of programmes managed by SAASTA on behalf
of the Department of Science and Technology (DST). The aim of the programme is to capacitate the South African science
centre community to operate their centres effectively through a number of initiatives and means, including training.
One of the key and critical roles of science centre staff is to communicate science to all visitors including learners, students,
educators, public and professionals on a daily basis therefore knowledge and understanding of best practice principles in science
communication coupled with practical communication skills and confidence is a key capacity requirement to science centre
personnel. It is against this backdrop that SAASTA requires the services of a qualified and experienced service provider to
provide science communication capacity to science centre staff. Science centre staff have background in science with varying
levels of qualifications from BSc Degree, Honours, Masters and Science Education qualifications, and have varying levels of
experience in working at science centres.
4. Purpose of this Bid/Call
The overall objective is to appoint a service provider to provide an in-service training on how science centre personnel can
effectively communicate science to visitors across the board in science centres.
The training is to take place in Johannesburg from 03 – 04 November 2013.
Appointment of service provider: 03 October 2013.
Page 5 of 32
5. Scope of Work
The appointed service provider(s) will be expected to develop and present a training course to a maximum of 40 science centre
staff.
The appointed service provider must develop and present a training course to science centre staff. The training
must take the form of in-service training, meaning that the emphasis must be on the practical implementation of communicating science within a science centre environment, rather than on theories around science communication. The deliverables will include:
Without being prescriptive or limiting, the course must be designed to cover the following aspects of science
communications:
5.1. Theory, Trends and Tools
5.1.1 Science communication – a historical perspective
5.1.2 Current theory and trends in science communications and public engagement
5.1.3 An overview of science communication research around the globe
5.1.4 The growing importance of visual communication of science – interactive exhibitions
5.1.5 Science communication in South Africa versus other countries
5.1.6 Producing popular science materials – from idea to printed product
5.1.7 Communicating science using existing and evolving social media platforms
5.1.8 Additional modules proposed and appropriately motivated may be considered for further inclusion. Changes
and deviations from this outline will have to be appropriately motivated and should ensure that the overall
objective of the training is reached;
5.1.9 Relevant case studies and best practices that will illustrate and imbed the training
5.2. Science Communication Strategy and Planning
5.2.1 The strategic role of science communications in research organizations
5.2.2 Strategic science communication planning tools
5.3. Presentation and Public Speaking
5.3.1 Talking science – how to make your science presentations memorable and exciting
5.3.2 Innovative approaches to science communication – science cafés, science and art
5.3.3 Science and scientists on stage (how to benefit from theatre skills)
5.3.4 Public speaking
5.4. Media
5.4.1 Science and mass media – working with African print media outlets
5.4.2 Science on air – getting science stories on radio and television – how radio and television work e.g. virtual
tour of radio or television
5.4.3 Tips and tools for high-impact science writing – from press releases and posters to news stories and features
5.4.4 Practical exercises such as: Pitching a story to a journalist & doing a live radio/television interview, writing
press releases or short science features, presenting a popular science talk, social media – Hands-on Twitter,
Page 6 of 32
Flickr, Slide Share, You Tube & podcasting
5.4.5 Virtual field trip
5.5. The approach to the training should address the following aspects:
5.5.1 Using the centre’s background and local resources to design activities for science communication. Refer to
the list of science centres in South Africa (attached).
5.5.2 Science communications models used for outreach purposes – outside the science centre environment
5.5.3 Effective ways of communicating science within the context of science centres
5.5.4 How should your organization communicate science and design programmes informed by the environment of
the centre
5.5.5 Sharing of educational resources, experiences and best practices
6. Deliverables
6.1. Development of a training manual or collection of training materials – The manual should be a point of
reference for after training
6.2. Facilitation of an intensive 20 hours training programme on science communication with appropriate modules
to all participating science centres
6.3. The service provider will provide printing and delivery of all training material for 40 participants.
The current estimate is at a maximum of forty participants.
Training to take place from 09:00 to 16:00 on 03 – 04 November 2013 (2 days)
6.4. Evaluation forms to be completed by each participant and attached to the project-end report.
6.5. Submission of three (3) hard copies of the course content and training manuals materials to SAASTA for
review by 24 October 2013 as well as an electronic editable version.
6.6. The facilitator must submit a project-end report one month after the workshop.
6.7. NRF/SAASTA branding must be visible at the workshop venue. The matter will be discussed with the service
provider.
7. Tender Pricing / Costing
7.1. Price is fully inclusive of all costs; value added tax and other taxes.
7.2 Bid price in South African currency. Foreign exchange risk is for the account of the bidder.
7.3. Price summary to be recorded on the Standard Bidding Documents 3 series (pricing) with reference to
annexures which provides all detail required for evaluation.
7.4. A full breakdown of costs, including detailed bill of materials, contingencies etc., must be provided.
7.5. SAASTA requires submission of itemized quotations for the preparation and implementation of science
Page 7 of 32
communications training in the science centres, as well as the development and printing of training manuals,
incorporating all the deliverables above. A clear, well calculated and itemised quotation which will include:
7.5.1. Development and production of training material for a maximum of 40 workshop attendees
7.5.2. Facilitation of training to 40 delegates between 03 – 04 November 2013
7.5.3. Costs associated with travel and accommodation for facilitator/s (where applicable)
7.5.4. Courier costs (if applicable)
7.5.5. Other (please specify)
7.5.6. All prices must include VAT
SAASTA will not be held liable for any costs incurred in the preparation of any proposals.
8. Proposal Requirements
Companies or individuals wishing to respond to this call need to provide the following information in their proposal:
8.1. A draft programme and course outline
8.2. Background of company/individuals
8.3. Letter of motivation stating how the service provider intends to deliver on the objectives of this project.
8.4. Information on the company profile.
8.5. One page CV(s) of all staff involved in programme development and facilitation.
8.6. Information and / or examples of similar or previous training that will illustrate expertise in the field of science
communication
8.7. Information on and / or examples of previous training developed and presented.
8.8. An undertaking to adhere strictly to the time line of the project.
9. Levels of Service / Performance
9.1. A clear, well-articulated training program including all modules
9.2 Clear comprehensive manuals
9.3 Respond to all queries raised within 48 hours
9.4. Prepared to answer / support delegates’ queries at the training
9.5. Prepared to respond to email queries from delegates within 36 hours.
10. Monitoring and Reporting
10.1 SAASTA reserves the right to review and provide input to proposed training and training materials prior to the
Page 8 of 32
actual training by any representative appointed by SAASTA.
10.2 Provide SAASTA with a training report after completion of the training including all copies within four weeks
after completion of training.
11. Contract Period and Payment Intervals
11.1 The NRF/SAASTA requires that invoices are validated by the NRF party receiving the goods or services and
undertakes to pay validated invoices in full within 30 (thirty) days from date of validation.
11.2 A deposit of up to 80% can be negotiated if required by service provider.
11.3. No payment is made for outstanding deliverables or for any unproductive or duplicated time spent by the
service provider. Final payment will be made after submission of training report.
12. Two Stage Evaluation Process for Proposals Received
This bid is evaluated on functional and on price for those bidders that qualified under the functional evaluation.
To enable a fair and unbiased process, this bid’s evaluation requires two envelopes per each proposal submitted:
Stage 1 - Technical/Quality/Functionality Proposal (Envelope 1 - Technical) including bid administrative requirements and
accreditation of supplier requirements (as per the index provided.)
Stage 2 – Pricing evaluation followed by Preference scoring in accordance with the 2011 Preference Regulations
(Envelope 2 - Price).
13. Qualifying Thresholds for Functional Evaluation
Bids scoring less than the minimum threshold of 60% are marked as failed and are not considered in the next stage of
evaluation.
14. Price Evaluation
All bidders qualifying are evaluated in terms of price. All bids are evaluated on a fair comparable basis with the lowest priced bid
being awarded the maximum price score.
15. Preference System
15.1 In terms of the PPPFA Regulations 2011, preference points are added to the price ranking score obtained from the
price evaluation.
15.2 The preference system used is the 80 (price):20 point system, which is used for bids under R 1 million including vat
and the 90 (price):10 point system for bids exceeding R 1 million.
15.3. The allocation of preference points is according to the PPPFA Regulations 2011 utilising the B-BBEE Transformation
Levels as the award base.
Page 9 of 32
15.4. This call will be evaluated according to 80:20 point system
16. Presentation of Proposal
16.1. If deemed necessary, short listed service providers may be requested to give a presentation of their bid proposal to the
Evaluation Committee.
16.2 The Evaluation Committee reserves the right to request evidential documentation to support any or all of the technical
criteria to enable it to evaluate the bidder’s competence and ability to deliver the scope of work in the Bid Invitation
document.
16.3 Such presentations may include proof of concept including the testing of the service provider’s expertise and
functionality utilising the NRF’s resources.
17. Technical / Functional Evaluation Scoring
This call will be evaluated on the 80:20 principle
Technical / Quality Evaluation Scoring scored on a rating scale of 0 to 5 with:
0 – Non-compliance, 1 – Poor, 2 – Average, 3 – Good, 4 – Very Good 5 – Excellent
The Total Technical Points Scored is the evaluations score per category multiplied by the weighting percentage for the category.
Total Technical Score is the sum of the categories expressed as a percentage. Each evaluator’s total score percentage is
aggregated and divided by the number of evaluators to establish an overall percentage mark.
Evaluation Criteria for Technical / Functional Evaluation
Qualifying Criteria
Item Yes/No
Verifiable proof of prior experience in communication training and development
Has the bidder included the programme and course content?
Has the bidder included compulsory accreditation forms SBD 4,8 and 9?
Page 10 of 32
NO. ELEMENT 0 1 2 3 4 5 WEIGHT SCORE
A) TECHNICAL 100
TECHNICAL REQUIREMENTS RELATING TO DESIGN AND CONCEPT
Coverage of course outline in relation to scope of work
20
Track Record and Experience of previous
training
Examples of relevant previous
training provided e.g. have at least
three references for similar training
provided in the past three years
10
Supply a track record of having the
capacity to deliver on a project of
this scope
25
Letter of motivation 15
Company/individual profile(s) 5
One page CV(s) of programme
developer and facilitator25
B) PRICE 100
C) PREFERENCE 20
Page 11 of 32
Page 12 of 32
18. Documents Required
Envelope 1 – Functional / Technical Proposal
The following printed documents must accompany the bid documents in Envelope 1 for technical evaluation:
a) An invitation to bid (SBD 1 form attached).
b) Proposal – One original as well as 5 copies.
c) The names and contact details of a minimum of three contactable references for similar training undertaken in the
past three years.
d) Information/examples of past similar training development and facilitation.
e) All terms, conditions and paperwork requiring legal review should be included in the response.
f) Contract Form – Standard Bidding Document 7 (SBD 7 form attached).
g) Supplier Profile, including currently procured services.
h) B-BBEE status level of contribution certificate.
i) Valid tax clearance certificate
j) Accreditation forms:
i) An up to date and original tax clearance certificate issued by SARS (attached is explanation to obtain the
tax certificate – SBD 2).
ii) Certified copies of certificates of incorporation (as per entity type - Pty, etc.)
iii) Confirmation that no National Treasury restrictions (both restricted supplier and tender defaulter) exist on
the bidder or on the bidder’s shareholders. Refer to the database link on the National Treasury Website
www.treasury.gov.za.
iv) Declaration of interest (SBD 4 form attached).
v) Preference claim form (SBD 6.1 form attached) supported by your B-BEE contribution level certificate. Refer
to the SBD 6.1 form for further details.
vi) Declaration of Bidder’s Past Supply Chain Management Practises (SBD 8 form attached).
vii) Competitive bidding declaration (SBD 9 form attached).
Envelope 2 – Tender Price
The following printed documents must accompany the bid documents in envelope 2 for pricing evaluation:
a) A price schedule (SBD 3 forms attached). As the envisaged details will not fit on the form, attach detail schedules to
the form.
b) The cost schedules must clearly stipulate costs by type and breakdown together with all the relevant assumptions and
information as outlined in this bid invitation.
Page 13 of 32
19. General Conditions of Contract
a) The National Treasury General Conditions of Contract, as attached, apply to this contract.
20. Special Conditions of Contract
b) The NRF/SAASTA has the right to have any documentation submitted by the bidders inspected by another technical
body or organisation.
c) The NRF/SAASTA has the right to call interviews/ presentations with short-listed bidders before the final selection is
done.
d) The NRF/SAASTA is not be liable for any cost incurred by a service provider in the process of responding to this bid,
including on-site presentations and the proposal a service provider may make and/or submit.
e) The NRF/SAASTA has the right to withdraw and cancel the bid.
f) The NRF/SAASTA does not consider late bids.
g) Any effort by a bidder to influence bid evaluation, bid comparisons or bid award decisions in any manner, may result
in rejection of the bid concerned.
h) Once the bid award committee has reached the decision, the successful bidder is informed through a written letter of
acceptance, which in conjunction with elements detailed in the Standard Bidding Document 7 forms the contract
between the NRF and the Bidder.
i) The NRF/SAASTA will distil the above contract into a single memorandum of understanding.
j) The NRF/SAASTA accepts the lowest cost proposal after all price proposals have been compared on an equal
comparison basis which is fair and equal amongst qualifying bidders. The NRF has the right to award the bid based
on demonstrated value for money, defined as price proposed divided by determined value received.
k) The successful bidder signs a general confidentiality agreement with the NRF/SAASTA.
l) The bid has a validity period of 150 days from date of closure of the call / bid.
21. Intellectual Property
a) All the information contained in this document is intended solely for the purposes of assisting bidders to prepare their
bids. Any use of the information contained herein for other purpose than those stated in this document is prohibited.
b) The ownership and intellectual property rights of all designs, specifications, programming code and all other
documentation provided by the NRF/SAASTA to the bidder, both successful and unsuccessful, remains the property
of the NRF/SAASTA..
c) All training material developed belongs to NRF/SAASTA. SAASTA can reprint, reproduce or edit the manuals.
Page 14 of 32
SUPPLIER DUE DILIGENCE
DECLARATION OF INTEREST (STANDARD BIDDING DOCUMENT 4)
1. Any legal person, including persons employed by the state¹, or persons having a kinship with persons employed by the state,
including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes an advertised competitive
bid, a limited bid, a proposal or written price quotation). In view of possible allegations of favouritism, should the resulting bid,
or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required
that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority
where-
the bidder is employed by the state; and/or
the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who are/is
involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between
the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or
adjudication of the bid.
2. In order to give effect to the above, the following questionnaire must be completed and submitted with this bid.
2.1 Full Name of bidder or his or her representative:
2.2 Identity Number:
¹“State” means –(a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of
the Public Finance Management Act, 1999 (Act No. 1 of 1999);(b) any municipality or municipal entity;(c) provincial legislature;(d) national Assembly or the national Council of provinces; or(e) Parliament..
²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over the enterprise.
2.3 Position occupied in the Company (director, trustee, shareholder², member):
2.4 Registration number of company, enterprise, close corporation, partnership agreement or trust:
Page 15 of 32
2.5 Tax Reference Number:
2.6 VAT Registration Number:
2.6.1 The names of all directors/trustees/shareholders/members, their individual identity numbers, tax reference numbers and, if
applicable, employee/PERSAL numbers must be indicated in paragraph 3 below.
2.7 Are you or any person connected with the bidder presently employed by the state? YES/NO
2.7.1 If so, furnish the following particulars:
Name of person/director/trustee/shareholder/member:
Name of state institution at which you or the person connected to the bidder is employed
Position occupied in the state institution:
Any other particulars:
2.7.2If you are presently employed by the state, did you obtain the appropriate authority to undertake remunerative work outside employment in the public sector? YES/NO
2.7.2.1 If yes, did you attach proof of such authority to the bid document? YES/NO
(Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid.)
2.7.2.2 If no, furnish reasons for non-submission of such proof:
Page 16 of 32
2.8Did you or your spouse, or any of the company’s directors/ Trustees /shareholders /members or their spouses conduct business with the state in the previous twelve months? YES/NO
2.8.1 If so, furnish particulars:
2.9Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid?
YES/NO
2.9.1 2.9.1 If so, furnish particulars.
2.10Are you, or any person connected with the bidder, aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?
YES/NO
2.10.1 If so, furnish particulars:
2.11Do you or any of the directors/trustees/shareholders/members of the company have any interest in any other related companies whether or not they are bidding for this contract? YES/NO
2.11.1 If so, furnish particulars:
3. Full details of directors/trustees/members/shareholders.
Page 17 of 32
Full Name Identity Number Personal Income Tax
Reference Number
State Employee
Number/ Payroll
(Persal) Number
Schedule attached with the above details for all directors / members / shareholders YES NO
DECLARATION
I, THE UNDERSIGNED (NAME)
CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT.
I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME SHOULD THIS DECLARATION PROVE
TO BE FALSE.
Signature Date
Position Name of bidder
November 2011
Page 18 of 32
DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (STANDARD BIDDING DOCUMENT 8)
1 It serves as a declaration used by institutions in ensuring that when goods and services are being procured, all
reasonable steps are taken to combat the abuse of the supply chain management system.
2 The bid of any bidder may be disregarded if that bidder, or any of its directors have-
a. abused the institution’s supply chain management system;
b. committed fraud or any other improper conduct in relation to such system; or
c. failed to perform on any previous contract.
3 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid
Item Question Yes No
4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of
Restricted Suppliers as companies or persons prohibited from doing business with the
public sector?
(Companies or persons who are listed on this Database were informed in writing of
this restriction by the Accounting Officer/Authority of the institution that imposed the
restriction after the audi alteram partem rule was applied).
The Database of Restricted Suppliers now resides on the National Treasury’s
website(www.treasury.gov.za) and can be accessed by clicking on its link at the
bottom of the home page.
Yes No
4.1.1 If so, furnish particulars:
4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in
terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12
of 2004)?
Yes No
Page 19 of 32
The Register for Tender Defaulters can be accessed on the National Treasury’s
website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.
4.2.1 If so, furnish particulars:
4.3 Was the bidder or any of its directors convicted by a court of law (including a court
outside of the Republic of South Africa) for fraud or corruption during the past five
years?
Yes No
4.3.1 If so, furnish particulars:
4.4 Was any contract between the bidder and any organ of state terminated during the
past five years on account of failure to perform on or comply with the contract?
Yes No
4.4.1 If so, furnish particulars:
CERTIFICATION
I, THE UNDERSIGNED (FULL NAME)
………………………………………………..........................................................…
CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.
I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST
Page 20 of 32
ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
………………………………………... …………………………..
Signature Date
………………………………………. …………………………..
Position Name of Bidder
Js365bW
a. CERTIFICATE OF INDEPENDENT BID DETERMINATION (STANDARD BIDDING DOCUMENT 9)
1 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement
between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties
in a horizontal relationship and if it involves collusive bidding (or bid rigging).
Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds. Bid rigging
(or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly
conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to
acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement
between competitors not to compete.
2 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all
reasonable steps to prevent abuse of the supply chain management system and authorizes accounting
officers and accounting authorities to:
a. disregard the bid of any bidder if that bidder, or any of its directors have abused the institution’s
supply chain management system and or committed fraud or any other improper conduct in
relation to such system.
b. cancel a contract awarded to a supplier of goods and services if the supplier committed any
corrupt or fraudulent act during the bidding process or the execution of that contract.
4 This SBD serves as a certificate of declaration that would be used by institutions to ensure that, when
bids are considered, reasonable steps are taken to prevent any form of bid-rigging.
Page 21 of 32
5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be
completed and submitted with the bid:
CERTIFICATE OF INDEPENDENT BID DETERMINATION
I, the undersigned, in submitting the accompanying bid:
_________________________________________________________________________________________
____________
(Bid Number and Description)
in response to the invitation for the bid made by NATIONAL RESEARCH FOUNDATION do hereby make the
following statements that I certify to be true and complete in every respect:
I certify, on behalf
of:________________________________________________________________________________that:
(Name of Bidder)
1. I have read and I understand the contents of this Certificate;
2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and
complete in every respect;
3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of
the bidder;
4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to
determine the terms of, and to sign the bid, on behalf of the bidder;
5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor”
shall include any individual or organization, other than the bidder, whether or not affiliated with the
bidder, who:
(a) has been requested to submit a bid in response to this bid invitation;
(b) could potentially submit a bid in response to this bid invitation, based on their qualifications,
abilities or experience; and
(c) provides the same goods and services as the bidder and/or is in the same line of business
Page 22 of 32
as the bidder
6. The bidder has arrived at the accompanying bid independently from, and without consultation,
communication, agreement or arrangement with any competitor.However communication between
partners in a joint venture or consortium³ will not be construed as collusive bidding.
³ Joint venture or Consortium means an association of persons for the purpose of combining their
expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.
7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation,
communication, agreement or arrangement with any competitor regarding:
(a) prices;
(b) geographical area where product or service will be rendered (market allocation)
(c) methods, factors or formulas used to calculate prices;
(d) the intention or decision to submit or not to submit, a bid;
(e) the submission of a bid which does not meet the specifications and conditions of the bid; or
(f) bidding with the intention not to win the bid.
8. In addition, there have been no consultations, communications, agreements or arrangements with any
competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the
products or services to which this bid invitation relates.
9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or
indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of
the contract.
10. I am aware that, in addition and without prejudice to any other remedy provided to combat any
restrictive practices related to bids and contracts, bids that are suspicious will be reported to the
Competition Commission for investigation and possible imposition of administrative penalties in terms
of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting
Authority (NPA) for criminal investigation and or may be restricted from conducting business with the
public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of
Corrupt Activities Act No 12 of 2004 or any other applicable legislation
………………………………………………… …………………………………
Signature Date
Page 23 of 32
…………………………………………………. …………………………………
Position Name of Bidder
Js914w 2
PREFERENCE POINTS CLAIM FORM (STANDARD BIDDING DOCUMENT 6.1)
NB: This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution.
Before completing this form, bidders must study the general conditions, definitions and directives applicable in respect of B-BBEE, as prescribed in the Preferential Procurement Regulations, 2011
1. GENERAL CONDITIONS
1.1 The following preference point systems are applicable to all bids:
- the 80/20 system for requirements with a Rand value of up to R1 000 000 (all applicable taxes
included); and
- the 90/10 system for requirements with a Rand value above R1 000 000 (all applicable taxes
included).
1.2 The value of this bid is estimated to exceed/not exceed R1 000 000 (all applicable taxes included) and
Page 24 of 32
therefore the……………………system shall be applicable.
1.3 Preference points for this bid shall be awarded for:
(a) Price; and
(b) B-BBEE Status Level of Contribution.
1.3.1 The maximum points for this bid are allocated as follows:
POINTS
1.3.1.1 PRICE
1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION
Total points for Price and B-BBEE must not exceed 100
1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification
Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or
a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an
Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be
interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.
1.5 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time
subsequently, to substantiate any claim in regard to preferences, in any manner required by the
purchaser.
2. ADJUDICATION USING A POINT SYSTEM
2.1 The bidder obtaining the highest number of total points will be awarded the contract.
2.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into
account all factors of non-firm prices and all unconditional discounts;.
2.3 Points scored must be rounded off to the nearest 2 decimal places.
2.4 In the event that two or more bids have scored equal total points, the successful bid must be the one
scoring the highest number of preference points for B-BBEE.
2.5 However, when functionality is part of the evaluation process and two or more bids have scored equal
points including equal preference points for B-BBEE, the successful bid must be the one scoring the
highest score for functionality.
2.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots.
3. POINTS AWARDED FOR PRICE
Page 25 of 32
3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10
Ps=80(1− Pt−PminPmin )
orPs=90(1−Pt−Pmin
Pmin )Where
Ps = Points scored for comparative price of bid under consideration
Pt = Comparative price of bid under consideration
Pmin = Comparative price of lowest acceptable bid
4 POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTION
4.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points
must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the
table below:
B-BBEE Status Level of Contributor
Number of points(90/10 system)
Number of points(80/20 system)
1 10 202 9 183 8 164 5 125 4 86 3 67 2 48 1 2
Non-compliant contributor 0 0
4.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an
Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a
Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for
the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.
4.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate
or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved
by IRBA or a Verification Agency accredited by SANAS.
Page 26 of 32
4.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity,
provided that the entity submits their B-BBEE status level certificate.
4.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an
unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they
were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate
bid.
4.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in
terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.
4.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that
such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise
that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-
contractor is an EME that has the capability and ability to execute the sub-contract.
4.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any
other enterprise that does not have an equal or higher B-BBEE status level than the person concerned,
unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-
contract.
5. BID DECLARATION
5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete 7.1 below:
6 B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1 AND 5
6.1 B-BBEE Status Level of Contribution: …………. = ……………(maximum of 10 or 20 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph
5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency
accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as
contemplated in the CCA).
7 SUB-CONTRACTING
7.1 Will any portion of the contract be sub-contracted? YES / NO
(delete which is not applicable)
7.1.1 If yes, indicate:
(i) what percentage of the contract will be subcontracted? ..................................
……………….…%
Page 27 of 32
(ii) the name of the sub-contractor?
……………………………………………………………………………..
(iii) the B-BBEE status level of the sub-contractor?
……………..
(iv) whether the sub-contractor is an EME? YES
/ NO
(delete which is not applicable)
8 DECLARATION WITH REGARD TO COMPANY/FIRM
8.1 Name of company/firm
…………………………………………….................................................................................
8.2 VAT registration number:
……………………………………………..................................................................................
8.3 Company registration number
……………………………………………....................................................
8.4 TYPE OF COMPANY/ FIRM
Partnership/Joint Venture / Consortium One person business/sole propriety Close corporation Company (Pty) Limited
[Tick applicable box]
8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES
………….....................................................................................................................................................................
...................................................................................................................................................................................
...................................................................................................................................................................................
...................................................................................................................................................................................
...................................................................................................................................................................................
...................................................................................................................................................
8.6 COMPANY CLASSIFICATION
Manufacturer Supplier Professional service provider Other service providers, e.g. transporter, etc.
[Tick applicable box]
Page 28 of 32
8.7 Total number of years the company/firm has been in business?
…………………………………………………….……………
8.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that
the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the
foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge
that:
(i) The information furnished is true and correct;
(ii) The preference points claimed are in accordance with the General Conditions as indicated in
paragraph 1 of this form.
(iii) In the event of a contract being awarded as a result of points claimed as shown in paragraph 7,
the contractor may be required to furnish documentary proof to the satisfaction of the
purchaser that the claims are correct;
(iv) If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis or
any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any
other remedy it may have –
(a) disqualify the person from the bidding process;
(b) recover costs, losses or damages it has incurred or suffered as a result of that
person’s conduct;
(c) cancel the contract and claim any damages which it has suffered as a result of having
to make less favourable arrangements due to such cancellation;
(d) restrict the bidder or contractor, its shareholders and directors, or only the shareholders
and directors who acted on a fraudulent basis, from obtaining business from any organ
of state for a period not exceeding 10 years, after the audi alteram partem (hear the
other side) rule has been applied; and
(e) forward the matter for criminal prosecution
WITNESSES:
1.
Page 29 of 32
SIGNATURE(S) OF BIDDER(S)
2.
DATE
ADDRESS
CONTRACT FORM - PURCHASE OF GOODS / WORKS / SERVICES (STANDARD BIDDING DOCUMENT 7)
THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE BIDDER (PART 1) AND THE NATIONAL
RESEARCH FOUNDATION AS THE PURCHASER (PART 2). BOTH FORMS MUST BE SIGNED IN THE
ORIGINAL SO THAT THE SUCCESSFUL BIDDER AND THE PURCHASER WOULD BE IN POSSESSION OF
ORIGINALLY SIGNED CONTRACTS (PARTS 1 AND 2) FOR THEIR RESPECTIVE RECORDS.
PART 1 – WRITTEN OFFER (To Be Filled In By the Bidder)
1. I hereby undertake to supply all or any of the goods and/or works described in the attached bidding
documents to NATIONAL RESEARCH FOUNDATION in accordance with the requirements and
specifications stipulated in bid number………..……….. at the price/s quoted. My offer/s remains binding
upon me and open for acceptance by the purchaser during the validity period indicated and calculated
from the closing time of bid.
2. The following documents shall be deemed to form and be read and construed as part of this agreement:
(i) Bidding documents, viz
Invitation to bid;
Tax clearance certificate;
Pricing schedule(s);
Technical Specification(s);
Preference claims for Broad Based Black Economic Empowerment Status Level of
Contribution in terms of the Preferential Procurement Regulations 2011;
Declaration of interest;
Declaration of bidder’s past SCM practices;
Certificate of Independent Bid Determination
Special Conditions of Contract;
Page 30 of 32
(ii) General Conditions of Contract; and
(iii) Other (specify)
3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the price(s) and
rate(s) quoted cover all the goods and/or works specified in the bidding documents; that the price(s) and
rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and
calculations will be at my own risk.
4. I accept full responsibility for the proper execution and fulfilment of all obligations and conditions
devolving on me under this agreement as the principal liable for the due fulfilment of this contract.
5. I declare that I have no participation in any collusive practices with any bidder or any other person
regarding this or any other bid.
6. I confirm that I am duly authorised to sign this contract.
NAME (PRINT) ………………………………………….
CAPACITY ………………………………………….
SIGNATURE ………………………………………….
NAME OF FIRM ………………………………………….
DATE …………………………………………..
PART 2 – ACCEPTANCE OF WRITTEN OFFER
The National Research Foundation issues a written Letter of Award or, dependent on the complexity, a written
purchase order signed by delegated authoriser (in accordance with the Public Finance Management Act, 1999)
detailing the supply of services / works / goods specified in this bid invitation and in annexures forming part of the
bid invitation, the delivery instructions applying to this contract and payment of validated invoices as set out in
Page 31 of 32
WITNESSES
1 …….……………
this bid invitation.as well as the minimum threshold for local production and content, if applicable.
Page 32 of 32