request for proposals (rfp) the provision of … › sites › default › files › documents ›...
TRANSCRIPT
CSIR RFP No. 3335/11/10/2019 Page 1 of 24
Request for Proposals (RFP)
The provision of software development and related
support and maintenance services to the CSIR
RFP No. 3335/11/10/2019
Date of Issue 27 September 2019
Compulsory Briefing Session Date: 04 October 2019 Venue: Mopane Boardroom, CSIR Building 10 Time: 10:00 – 11:30 am
Closing Date 11 October 2019
Place Tender box, CSIR Main Reception, Gate 3 ( North Gate)
Enquiries Strategic Procurement Unit E-mail: [email protected]
CSIR business hours 08h00 – 16h30
Category Software
CSIR RFP No. 3335/11/10/2019 Page 2 of 24
TABLE OF CONTENTS
SECTION A – TECHNICAL INFORMATION 3
1 INTRODUCTION 3
2 BACKGROUND 3
3 INVITATION FOR PROPOSAL 6
4 PROPOSAL SPECIFICATION 6
5 FUNCTIONAL EVALUATION CRITERIA 11
6 ELIMINATION CRITERIA 11
7 NATIONAL TREASURY CENTRAL SUPPLIER DATABASE (CSD) REGISTRATION 12
SECTION B – TERMS AND CONDITIONS 13
8 VENUE FOR PROPOSAL SUBMISSION 13
9 TENDER PROGRAMME 13
10 SUBMISSION OF PROPOSALS 14
11 DEADLINE FOR SUBMISSION 14
12 AWARDING OF TENDERS 14
13 EVALUATION PROCESS 14
14 PRICING PROPOSAL 15
15 VALIDITY PERIOD OF PROPOSAL 16
16 APPOINTMENT OF SERVICE PROVIDER 16
17 ENQUIRIES AND CONTACT WITH THE CSIR 16
18 MEDIUM OF COMMUNICATION 16
19 COST OF PROPOSAL 17
20 CORRECTNESS OF RESPONSES 17
21 VERIFICATION OF DOCUMENTS 18
22 SUB-CONTRACTING 18
23 ENGAGEMENT OF CONSULTANTS 18
24 TRAVEL EXPENSES 19
25 ADDITIONAL TERMS AND CONDITIONS 19
26 CSIR RESERVES THE RIGHT TO 20
27 DISCLAIMER 20
DECLARATION BY TENDERER 21
28 ANNEXURE A 22
CSIR RFP No. 3335/11/10/2019 Page 3 of 24
SECTION A – TECHNICAL INFORMATION
1 INTRODUCTION The Council for Scientific and Industrial Research (CSIR) is one of the leading scientific
research and technology development organisations in Africa. In partnership with national and
international research and technology institutions, CSIR undertakes directed and
multidisciplinary research and technology innovation that contributes to the improvement of
the quality of life of South Africans. The CSIR’s main site is in Pretoria while it is represented
in other provinces of South Africa through regional offices.
2 BACKGROUND
The Department of Science and Technology (DST) has requested the CSIR, through its
Hosted National Programmes sub-portfolio, to facilitate the development and pilot testing of
the Innovation Bridge (IB) Portal as well as the Commercialisation Project Management
System (CPMS). This includes all the required support services such as hosting, server
security, updates etc.
Innovation Bridge (IB) Portal:
Close to three phases of the IB Portal have already been developed using Drupal 7 software,
and the current main features include a dynamic content management platform with support
for distributed content creation, editing and publishing workflows of information related to
amongst others, widgets, separate programme pages and content matching, to name but a
few. The IB Portal can be viewed via www.innovationbridge.info for more information.
Conclusion of the third phase of development is required, as well as a software upgrade and
support & maintenance services. Please refer to section 3 below for detailed information. The
development and testing process will be guided by the e-Government technical team, on behalf
of the CSIR as mandated by the DST to implement the IB Portal development project.
CSIR RFP No. 3335/11/10/2019 Page 4 of 24
Commercialisation Project Management System (CPMS):
The first phase of the system has already been developed using Drupal 8 software, and the
current main features are summarized in the table below. Development of the second phase is
required as well as support & maintenance services.
User User Role Functionalities
Applicant
An applicant is any member of the public as an
individual or an organisation that wants
to/does apply for funding from the DST for projects
that aim to do research and development in order to develop a commercial
product/process/service
The applicant (at this stage, any member of the public) opens the web based site via the internet. This person/s is now able to view, search for and interrogate DST requests for
proposals (RFP), before selecting the appropriate RFP to submit an
application/proposal for or close the site if no appropriate RFP is available.
The applicant is able to access a page that contains relevant information regarding the application process. The applicant is able to
easily interact with the information before proceeding.
The applicant is able to choose a stage gate for which he/she would like to submit an
application/proposal for. The system automatically provides the correct application
template for the specifically selected stage gate. The applicant is able to proceed to
score his/her application.
The applicant is able to firstly complete the PRL scoring tool and then the PV scoring
tool. Only once the PRL was successful, will the applicant be able to submit his/her
complete application.
The applicant is able to upload his/her completed application/proposal, with
annexures The applicant is then prompted to provide his/her personal details before confirming submission and, receiving a
submission confirmation message on the screen, as well as an e-mail.
Project Champion
The project champion sits within the DST and is normally on a Deputy
Director level. He/she is
Completes a screening step in order to determine whether to issue an RFP through
the use of the CPMS
CSIR RFP No. 3335/11/10/2019 Page 5 of 24
User User Role Functionalities
tasked to execute certain projects in line with the
strategy and plans of the DST.
Project champion has selected to proceed to upload project/RFP details after screening step was successful. Project champion is
able to upload project details to open applications from interested parties.
Project champion is able to receive revision requests from the Quality Manager per
application received.
Project champion is able to complete the PRL scoring tool and then the PV scoring tool for
each application received.
Quality Manager
This person sits within the DST and is the custodian of the CPMS. He/she needs
to ensure that the processes and the quality
of data is in place.
Quality manager receives an alert of a newly uploaded RFP. Quality manager is able to
view RFP content/info and proceed to assign Gate Review (GR) members for the specific
RFP.
Quality manager to review quality of applications and completeness of documents
received and request revisions if needed.
Quality manager is able to schedule the Gate Review (GR) meeting for the specific RFP and upload the necessary documentation.
Each GR member receives all of the meeting information via e-mail.
Quality manager gathers all relevant documentation of the gate review as well as the recommendation to DST Exco. Quality
manager is able to upload all relevant documentation for the specific RFP, capture the decision made by DST Exco and change the status of the application. System saves the record and changes the status of the
application
Quality Manager is able to add and remove users from the CPMS
CSIR RFP No. 3335/11/10/2019 Page 6 of 24
User User Role Functionalities
Gate Review Member
This is a person that has been invited to participate in the review/adjudication
of applications received for a specific RFP. This could
be a person internal to DST, or from outside the
DST (nationally + internationally)
Ability to access applications and to complete the PRL scoring tool and then the PV scoring
tool for each application received.
3 INVITATION FOR PROPOSAL
Proposals are hereby invited for the provision of software development and related support
and maintenance services to the CSIR:
Availability of the appropriate Drupal development expertise and resources for
the entire contract period.
It is expected that at least one of the proposed developers possess CSS
styling/web design expertise.
A combination of Lean and Agile Software Development Approaches will be
followed.
The Service Provider will be expected to report to the CSIR project manager.
No proprietary software will be accepted.
The evaluation of proposals will be based on the criteria given in section 4 below
and, will not be based on possible solutions for the functionalities provided in
section 3 below.
The contract period will not exceed a date of 30 June 2021.
The cv’s of the proposed resources must accompany the proposal.
4 PROPOSAL SPECIFICATION
All proposals are to be submitted in a format specified in this enquiry (if applicable). However,
tenderers are welcome to submit additional / alternative proposals over and above the originally
specified format. Proposals suggesting a partnership/collaboration between organisations are
CSIR RFP No. 3335/11/10/2019 Page 7 of 24
acceptable if the combined effort intends to make use of complementary services in order to offer
a comprehensive service.
The service provider is expected to develop the following functionalities per system as explained
in section 2 above:
Innovation Bridge Portal:
Functionality In scope Out of scope Comments
Track sending of a message
Track when a message is sent through an anonymous contact form.
The content of the communication will
not be tracked.
For each separate piece
of content uploaded to the IBP by a user,
the IBP provides a anonymous
contact form by which the
owner of the content can be
contacted. Once a
submission is made via this
form, the content owner receives an e-
mail.
Record who the message was sent to.
Record who the message was sent from, report on known information in the case of registered users
and report on all possible information that could be extracted from an IP address in the case of
anonymous users.
Data sharing with other
systems/websites
Basic API to push or pull data between the IBP and one other websites/systems
N/A This might not be needed and is a guestimate
Machine learning
The development of a machine learning component with the main purpose of enhancing user
experience, in terms of finding relevant content. The aim of this component is to learn user trends to
provide useful suggestions and to report on user behaviour.
The development of large amounts of
training data. Necessary training
data will be developed to test the component,
however, the component will optimally “learn” with live data.
N/A
Optimisation of matchmaking
Develop the capability to not only match tags or hard coded fields within the IBP database, but also
employ artificial intelligence to match all available data.
N/A N/A
CSIR RFP No. 3335/11/10/2019 Page 8 of 24
Functionality In scope Out of scope Comments
Mobile friendliness Continuously ensuring that the IBP is mobile and
tablet friendly N/A
IBP is already mobile friendly,
but as new functionalities are developed
and the software
updated, the mobile
friendliness must also be implemented.
Enhancements
1. Optimise the current curator and user administrator approvals/processes for better user
experience
N/A N/A
2. Automation of emails and/or an interface that allows the curator to communicate
directly with IBP users while editing their content
3. More user friendly layout for the resources page on the Portal, that currently exists
4. Automatic user logout after a configurable time
Remove deprecated data
and functionalities
Investigate, report and removal of modules, functionalities, fields and content types not in use
anymore. N/A
Remove only after approved by the CSIR following a report of
unused data and
functionalities
Migration to Drupal 9
Develop code previously provided by Drupal 7, but not available under Drupal 9 which includes module development and core functionality. Also includes custom developed code from previous phases not
working correctly on Drupal 9.
N/A
This is only for the Innovation Bridge Portal
system
Ad hoc as it becomes apparent
N/A N/A This should be
7% of your budget
CSIR RFP No. 3335/11/10/2019 Page 9 of 24
Commercialisation Project Management System (CPMS):
Functionality In scope
Ability to capture application content in the system itself
4 different types of applications as per the 4 stage gates for which an applicant can request funding
Ability to capture application budget/financials in the system
As part of the above mentioned application, but providing a certain format/template
Extended workflow ability in order to handle all approvals and communications inside the system
Starts with the DST Deputy Director getting approval from his/her Chief Director to proceed
with a project, and ends either: 1. application rejected by DST Exco
2. application approved and in this instance the system needs to track certain project milestones
until the close-out of the project
Enhancement of current two scoring tools to make it more user-friendly and to enable customisation
for different RFP's
Currently based on an excel spreadsheet with calculations. Need to be able to customise it per
RFP i.e change weighting given to questions/sections
Addition of a training and support section for applicants and project champions to:
1. understand the CPMS and related process 2. solicit expert assistance in preparing an
application i.e finance expert to help with techno-economic evaluation calculations etc.
Video and visual in order to explain the application process. Access to almost a call
centre/database of experts paid by the DST who need to support the applicant in preparing certain sections of an application, and/or assist the DST project champion to verify information given in an
application.
Overall enhancement and user orientation across all functionalities
Only for existing functionalities that do not form part of the new functionalities as described
above.
Customisation of the system for one other organisation
Max of 25% of system to be customised
Ad hoc as it becomes apparent This should be 7% of your budget
The service provider is further expected to provide the following maintenance and support for both
systems:
CSIR RFP No. 3335/11/10/2019 Page 10 of 24
Item In scope Out of scope Comments
Hosted server
Transfer the IB Portal from current hosting platform,
ongoing hosting and upgrade of server software (including security kernel patches) as
required. Installation of the CPMS
Drupal software on a self-managed server. The new
hosting platform should contain the latest and compatible
server software including, but not limited to, the latest LTS (Long Term Support) version
of Ubuntu, PHP and Postgres.
N/A
The current hosting service expires on 31
May 2020. The service provider needs to take
over the server hosting of the
IBP as of 1 June 2020 until the
end of the contract period with the CSIR.
E-mail packages Provide unlimited e-mail
packages. Monitor mailbox sizes.
N/A
The current email service is
valid until August 2020 after which
the service provider must
provide an email hosting service.
Required server and system security
SSL certificates and general server security.
N/A N/A
Support and maintenance Ongoing bug fixes and small
changes.
Limited by the service level
agreement and associated
budget.
N/A
Domain names
Ownership of the three domains currently active for the Innovation Bridge Portal. Purchase of two new domain
names for the CPMS.
N/A N/A
Dedicated support on the days of the Innovation Bridge
Portal event: 4 - 6 December 2019
Monitor system to make sure it is up and running all the time and integrates with the mobile
Event app.
Support of the mobile
Event app. N/A
CSIR RFP No. 3335/11/10/2019 Page 11 of 24
Item In scope Out of scope Comments
Ongoing system monitoring
Monitoring and maintenance of the system to
ensure system stability, including but not limited to:
1. Server health (disk space, memory, etc.)
2. Data integrity of the systems (check duplicate data,
check data links, etc.)
3. Monitoring the error log for both systems, etc.
4. Backups of both systems 5. Continuous server uptime.
N/A N/A
5 FUNCTIONAL EVALUATION CRITERIA
5.1 Proposals with functionality / technical points of less than the pre-determined minimum
overall percentage of 70% and less than 50% on any of the individual criteria will be
eliminated from further evaluation. Proposals without demonstrated capability in Drupal
development will be eliminated from further evaluation.
5.2 Refer to Annexure A for the scoring sheet that will be used to evaluate functionality.
4.3 The use of proprietary software to substantiate proposals will not be considered.
6 ELIMINATION CRITERIA
Proposals will be eliminated under the following conditions:
Submission after the deadline;
Proposals submitted at an incorrect location;
Comprehensive CV’s not attached;
Resources do not have the required skills; and
Use of proprietary software proposed
CSIR RFP No. 3335/11/10/2019 Page 12 of 24
7 NATIONAL TREASURY CENTRAL SUPPLIER DATABASE (CSD) REGISTRATION
Before any negotiations will start with the winning bidder it will be required from the winning
bidder to:
be registered on National Treasury’s Central Supplier Database (CSD). Registrations
can be completed online at: www.csd.gov.za;
provide the CSIR of their CSD registration number; and
provide the CSIR with a certified copy of their B-BBEE certificate. If no certificate can
be provided, no points will be scored during the evaluation process. (RSA suppliers
only)
CSIR RFP No. 3335/11/10/2019 Page 13 of 24
SECTION B – TERMS AND CONDITIONS
8 VENUE FOR PROPOSAL SUBMISSION
All proposals must be submitted at:
CSIR GATE 03 - Main Reception Area (in the Tender box) at the following address
Council for Scientific and Industrial Research (CSIR)
Meiring Naudé Road
Brummeria
Pretoria
9 TENDER PROGRAMME
The tender program, as currently envisaged, incorporates the following key dates:
Issue of tender documents: 27 September 2019
Last date for submission of queries: 04 October 2019
Compulsory briefing session: 04 October 2019
Closing / submission Date: 11 October 2019
Estimated contract duration: +/- 24 months
CSIR RFP No. 3335/11/10/2019 Page 14 of 24
10 SUBMISSION OF PROPOSALS
10.1 All proposals are to be sealed. No open proposals will be accepted.
10.2 All proposals are to be clearly marked with the RFP number and the name of the tenderer on
the outside of the main package. Proposals must consist of two parts, each of which is placed
in a separate sealed package clearly marked:
PART 1: Technical Proposal:
PART 2: Pricing Proposal, B-BBEE and other Mandatory Documentation:
10.3 Proposals submitted by companies must be signed by a person or persons duly authorised.
10.4 The CSIR will award the contract to qualified tenderer(s)’ whose proposal is determined to
be the most advantageous to the CSIR, taking into consideration the technical (functional)
solution, price and B-BBEE.
11 DEADLINE FOR SUBMISSION
Proposals shall be submitted at the address mentioned above no later than the closing date of
11 October 2019 during CSIR’s business hours. The CSIR business hours are between
08h00 and 16h30.
Where a proposal is not received by the CSIR by the due date and stipulated place, it will be
regarded as a late tender. Late tenders will not be considered.
12 AWARDING OF TENDERS
12.1 Awarding of tenders will be published on the National Treasury e-tender portal or the CSIR’s
tender website. No regret letters will be sent out.
13 EVALUATION PROCESS
13.1 Evaluation of proposals
All proposals will be evaluated by an evaluation team for functionality, price and B-BBEE.
Based on the results of the evaluation process and upon successful negotiations, the CSIR
will approve the awarding of the contract to successful tenderers.
A two-phase evaluation process will be followed.
The first phase includes evaluation of elimination and functionality criteria.
The second phase includes the evaluation of price and B-BBEE status.
CSIR RFP No. 3335/11/10/2019 Page 15 of 24
Pricing Proposals will only be considered after functionality phase has been adjudicated
and accepted. Only proposals that achieved the specified minimum qualification scores for
functionality will be evaluated further using the preference points system.
14 Preference points system
The 80/20 preference point system will be used where 80 points will be dedicated to
price and 20 points to B-BBEE status.
14 PRICING PROPOSAL
14.1 Pricing proposal must be cross-referenced to the sections in the Technical Proposal. Any
options offered must be clearly labelled. Separate pricing must be provided for each option
offered to ensure that pricing comparisons are clear and unambiguous.
14.2 Price needs to be provided in South African Rand (excl. VAT), with details on price elements
that are subject to escalation and exchange rate fluctuations clearly indicated.
14.3 Price should include additional cost elements such as freight, insurance until acceptance,
duty where applicable.
14.4 Only firm prices* will be accepted during the tender validity period. Non–firm prices**
(including prices subject to rates of exchange variations) will not be considered.
*Firm price is the price that is only subject to adjustments in accordance with the actual
increase or decrease resulting from the change, imposition, or abolition of customs or excise
duty and any other duty, levy, or tax which, in terms of a law or regulation is binding on the
CSIR RFP No. 3335/11/10/2019 Page 16 of 24
contractor and demonstrably has an influence on the price of any supplies, or the rendering
costs of any service, for the execution of the contract;
**Non-firm price is all prices other than “firm” prices.
14.5 Payment will be according to the CSIR Payment Terms and Conditions.
15 VALIDITY PERIOD OF PROPOSAL
Each proposal shall be valid for a minimum period of three (3) months calculated from the
closing date.
16 APPOINTMENT OF SERVICE PROVIDER
16.1 The contract will be awarded to the tenderer who scores the highest total number of points
during the evaluation process, except where the law permits otherwise.
16.2 Appointment as a successful service provider shall be subject to the parties agreeing to
mutually acceptable contractual terms and conditions. In the event of the parties failing to
reach such agreement CSIR reserves the right to appoint an alternative supplier.
16.3 Awarding of contracts will be announced on the National Treasury website and no regret
letters will be sent to unsuccessful bidders.
17 ENQUIRIES AND CONTACT WITH THE CSIR
Any enquiry regarding this RFP shall be submitted in writing to CSIR at [email protected] with
“RFP No 000/11/10/2019 - The provision of software development and related support
and maintenance services to the CSIR as the subject.
Any other contact with CSIR personnel involved in this tender is not permitted during the RFP
process other than as required through existing service arrangements or as requested by the
CSIR as part of the RFP process.
18 MEDIUM OF COMMUNICATION
All documentation submitted in response to this RFP must be in English.
CSIR RFP No. 3335/11/10/2019 Page 17 of 24
19 COST OF PROPOSAL
Tenderers are expected to fully acquaint themselves with the conditions, requirements and
specifications of this RFP before submitting proposals. Each tenderer assumes all risks for
resource commitment and expenses, direct or indirect, of proposal preparation and
participation throughout the RFP process. The CSIR is not responsible directly or indirectly
for any costs incurred by tenderers.
20 CORRECTNESS OF RESPONSES
20.1 The tenderer must confirm satisfaction regarding the correctness and validity of their
proposal and that all prices and rates quoted cover all the work/items specified in the RFP.
The prices and rates quoted must cover all obligations under any resulting contract.
20.2 The tenderer accepts that any mistakes regarding prices and calculations will be at their
own risk.
CSIR RFP No. 3335/11/10/2019 Page 18 of 24
21 VERIFICATION OF DOCUMENTS
21.1 Tenderers should check the numbers of the pages to satisfy themselves that none are
missing or duplicated. No liability will be accepted by the CSIR in regard to anything arising
from the fact that pages are missing or duplicated.
21.2 One hard copy and one electronic copy (CD or USB memory key) of each proposal must
be submitted. In the event of a contradiction between the submitted copies, the hard copy
shall take precedence.
21.3 Pricing schedule and B-BBEE credentials should be submitted with the proposal, but as a
separate document and no such information should be available in the technical proposal.
21.4 If a courier service company is being used for delivery of the proposal document, the RFP
description must be endorsed on the delivery note/courier packaging to ensure that
documents are delivered to the tender box, by the stipulated due date.
22 SUB-CONTRACTING
22.1 A tenderer will not be awarded points for B-BBEE status level if it is indicated in the tender
documents that such a tenderer 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
tenderer qualifies for, unless the intended sub-contractor is an exempted micro enterprise
that has the capability and ability to execute the sub-contract.
22.2 A tenderer 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 exempted micro
enterprise that has the capability and ability to execute the sub-contract.
23 ENGAGEMENT OF CONSULTANTS
The consultants will only be remunerated at the rates:
CSIR RFP No. 3335/11/10/2019 Page 19 of 24
23.1 Determined in the "Guideline for fees", issued by the South African Institute of Chartered
Accountants (SAICA); or
23.2 Set out in the "Guide on Hourly Fee Rates for Consultants", by the Department of Public
Service and Administration (DPSA); or
23.3 Prescribed by the body - regulating the profession of the consultant.
24 TRAVEL EXPENSES
24.1 All travel expenses for the CSIR’s account, be it directly via the CSIR’s travel agent or
indirectly via re-imbursements, must be in line with the CSIR’s travel policy. The following
will apply:
24.1.1 Only economy class tickets will be used.
24.1.2 A maximum of R1300 per night for accommodation, dinner, breakfast and parking will be
allowed.
24.1.3 No car rentals of more than a Group B will be accommodated.
25 ADDITIONAL TERMS AND CONDITIONS
25.1 A tenderer shall not assume that information and/or documents supplied to CSIR, at any
time prior to this request, are still available to CSIR, and shall consequently not make any
reference to such information document in its response to this request.
25.2 Copies of any affiliations, memberships and/or accreditations that support your submission
must be included in the tender.
25.3 In case of proposal from a joint venture, the following must be submitted together with the
proposal:
Joint venture Agreement including split of work signed by both parties;
The original or certified copy of the B-BBEE certificate of the joint venture;
The Tax Clearance Certificate of each joint venture member;
Proof of ownership/shareholder certificates/copies; and
Company registration certificates.
CSIR RFP No. 3335/11/10/2019 Page 20 of 24
25.4 An omission to disclose material information, a factual inaccuracy, and/or a
misrepresentation of fact may result in the disqualification of a tender, or cancellation of any
subsequent contract.
25.5 Failure to comply with any of the terms and conditions as set out in this document will
invalidate the Proposal.
26 CSIR RESERVES THE RIGHT TO
26.1 Extend the closing date;
26.2 Verify any information contained in a proposal;
26.3 Request documentary proof regarding any tendering issue;
26.4 Give preference to locally manufactured goods;
26.5 Appoint one or more service providers, separately or jointly (whether or not they submitted
a joint proposal);
26.6 Award this RFP as a whole or in part;
26.7 Cancel or withdraw this RFP as a whole or in part.
27 DISCLAIMER
This RFP is a request for proposals only and not an offer document. Answers to this RFP must
not be construed as acceptance of an offer or imply the existence of a contract between the
parties. By submission of its proposal, tenderers shall be deemed to have satisfied themselves
with and to have accepted all Terms & Conditions of this RFP. The CSIR makes no
representation, warranty, assurance, guarantee or endorsements to tenderer concerning the
RFP, whether with regard to its accuracy, completeness or otherwise and the CSIR shall have
no liability towards the tenderer or any other party in connection therewith.
CSIR RFP No. 3335/11/10/2019 Page 21 of 24
DECLARATION BY TENDERER
Only tenderers who completed the declaration below will be considered for evaluation.
RFP No: 3335/11/10/2019 I hereby undertake to render services described in the attached tendering documents to CSIR in
accordance with the requirements and task directives / proposal specifications stipulated in RFP
No: 3335/11/10/2019 at the price/s quoted. My offer/s remains binding upon me and open for
acceptance by the CSIR during the validity period indicated and calculated from the closing date
of the proposal.
I confirm that I am satisfied with regards to the correctness and validity of my proposal; that the
price(s) and rate(s) quoted cover all the services specified in the proposal 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.
I accept full responsibility for the proper execution and fulfilment of all obligations and conditions
devolving on me under this proposal as the principal liable for the due fulfilment of this proposal.
I declare that I have no participation in any collusive practices with any tenderer or any other person
regarding this or any other proposal.
I accept that the CSIR may take appropriate actions, deemed necessary, should there be a conflict
of interest or if this declaration proves to be false.
I confirm that I am duly authorised to sign this proposal.
NAME (PRINT) …………………………. CAPACITY ……………………….
SIGNATURE ……………………………. NAME OF FIRM ………………………….….
DATE ……………………………….
CSIR RFP No. 3335/11/10/2019 Page 22 of 24
28 ANNEXURE A
CRITERIA DESCRIPTION
SCORING RATING
%
0 2 5 7 8 10
Weight No
response
Poor
Average
Good
Very good
Excellent
Responsive design for mobile phones, tablets and PC (multi- device, multi-browser)
10 No information provided
Knowledge without any track record
1 year experience with multi-device, multi-browser development (proof provided)
3 years’ experience with multi-device, multi-browser development (proof provided)
5 years’ experience with multi-device, multi-browser development (proof provided)
More than 5 years’ experience with multi-device, multi-browser development (proof provided)
Development, configuration, customisation, including theme and module development for Drupal
35 No information provided
Knowledge without any track record
1 year experience (proof provided)
3 years’ experience (proof provided)
5 years’ experience (proof provided)
More than 5 years’ experience (proof provided)
Experience in the design and development of attractive, user friendly website and UX Capabilities
15 No information provided
Experience without any track record
1 year experience (proof provided)
3 years’ experience (proof provided)
5 years’ experience (proof provided)
More than 5 years’ experience (proof provided)
Quality portfolio/track record of similar professional, attractive and user friendly websites and web applications designed and built
15 No information provided
Portfolio with no evidence of professional website design and content management workflow
Not applicable Portfolio includes evidence of attractive and useable websites with professional design and content management workflow capabilities
Not applicable Portfolio includes evidence of excellent, high profile attractive and useable websites with similar functionality to that specified in section 4
Webserver monitoring and maintenance
15 No information provided
Experience without any track record
1 year experience (proof provided)
3 years’ experience (proof provided)
5 years’ experience (proof provided)
More than 5 years’ experience (proof provided)
Client testimonials showing appropriate track record
10 No information provided
Unverifiable testimonials
Not applicable 1 Verified testimonial 2 Verified testimonials
2 Verified testimonials from reputable, high volume and high profile websites with similar functionality to that specified in section 4
CSIR RFP No. 3335/11/10/2019 Page 23 of 24
PART A SBD 1
INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE CSIR
BID NUMBER: CSIR RFP No. CLOSING DATE: CLOSING TIME: 04:30
DESCRIPTION
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)
CSIR GATE 03 - Main Reception Area (in the Tender box)
Meiring Naude Road
Brummeria
Pretoria
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
CONTACT PERSON CSIR STRATEGIC PROCUREMENT UNIT CONTACT PERSON CSIR STRATEGIC PROCUREMENT UNIT
TELEPHONE NUMBER 012 841 2400 TELEPHONE NUMBER 012 841 2400
FACSIMILE NUMBER N/A FACSIMILE NUMBER N/A
E-MAIL ADDRESS [email protected] E-MAIL ADDRESS [email protected]
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELLPHONE NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION NUMBER
SUPPLIER COMPLIANCE STATUS TAX COMPLIANCE SYSTEM PIN:
OR
CENTRAL SUPPLIER DATABASE No: MAAA
B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE
TICK APPLICABLE BOX]
Yes No
B-BBEE STATUS LEVEL SWORN AFFIDAVIT
[TICK APPLICABLE BOX]
Yes No
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
1.1.1.1 ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES ENCLOSE PROOF]
1.1.1.2 ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES, ANSWER PART B:3 ]
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
CSIR RFP No. 3335/11/10/2019 Page 24 of 24
IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO
DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO
IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.
PART B
TERMS AND CONDITIONS FOR BIDDING
1. BID SUBMISSION: 1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR
CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED IN THE MANNER PRESCRIBED IN THE BID DOCUMENT.
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.
1.4. THE SUCCESSFUL BIDDER WILL BE ENGAGED WITH NEGOTIATIONS BY THE CSIR THAT MIGHT RESULT IN THE ISSUING OF A PURCHASE ORDER.
2. TAX COMPLIANCE REQUIREMENTS 2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE CSIR TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.
2.6 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.
2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE STATE
NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. SIGNATURE OF BIDDER:
……………………………………………
CAPACITY UNDER WHICH THIS BID IS SIGNED:
……………………………………………
(Proof of authority must be submitted e.g. company resolution) DATE:…………………………………………