- professional services bid... · web viewbid no: fas/tl/pd/bp/con0716/y16. fasset bid document....

122
REQUEST FOR BID PROFESSIONAL SERVICES BID DETAILS BID NUMBER: FAS/TL/PD/BP/CON0716/Y16 CLOSE Date: 25 June 2015 Time: 11:00 DESCRIPTION: BRIDGING PROGRAMMES FOR ACCESS INTO EMPLOYMENT – NQF 6/7 BRIEFING SESSION: Yes No See Section A, 2 on Bid Submission Conditions and Instructions that the bidder needs to take note of. DETAILS OF BIDDER Organisation/ individual: Please indicated whether it is the original or copy, tick the applicable block ORIGINAL COPY NR: Procurement process administered by Fasset

Upload: trinhnhan

Post on 11-Apr-2018

219 views

Category:

Documents


2 download

TRANSCRIPT

REQUEST FOR BID

2

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section B Part 14: Pricing Schedule

REQUEST FOR BID

PROFESSIONAL SERVICES

BID DETAILS

BID NUMBER:FAS/TL/PD/BP/CON0716/Y16

CLOSEDate:25 June 2015

Time:11:00

DESCRIPTION:BRIDGING PROGRAMMES FOR ACCESS INTO EMPLOYMENT NQF 6/7

BRIEFING SESSION:YesNo

See Section A, 2 on Bid Submission Conditions and Instructions that the bidder needs to take note of.

DETAILS OF BIDDER

Organisation/individual:

Please indicated whether it is the original or copy, tick the applicable block

ORIGINAL

COPY

NR:

Procurement process administered by Fasset

Version 17: Fasset Professional Services Bid document templateMay 2015

GLOSSARY

Award

Conclusion of the procurement process and final notification to the effect to the successful bidder

B-BBEE

Broad-based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003) and the Codes of Good Practice issued thereunder by the Department of Trade and Industry

Bid

Written offer in a prescribed or stipulated form in response to an invitation by Fasset for the provision of goods, works or services

Contractor

Organisation with whom Fasset will conclude a contract and potential service level agreement subsequent to the final award of the contract based on this Request for Bid

Core Team

The core team are those members who fill the non-administrative positions against which the experience will be measured.

dti

Department of Trade and Industry

EME

Exempted Micro Enterprise in terms of the Codes of Good Practice

Fasset

Sector Education and Training Authority (Seta) for Finance, Accounting, Management Consulting and other Financial Services

GCC

General Conditions of Contract

IP

Intellectual Property

NIPP

National Industrial Participation Programme

Original Bid

Original document signed in ink, or

Copy of original document signed in ink, or

Submitted Facsimile of original document signed in ink

Originally certified

To comply with the principle of originally certified, a document must be both stamped and signed in original ink by a commissioner of oaths.

SCM

Supply Chain Management

SLA

Service Level Agreement

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Glossary

Page 18

DOCUMENTS IN THIS BID DOCUMENT PACK

Bidders are to ensure that they have received all pages (85) of this document, which consist of the following sections:

SECTION A

Note: Documents in this section are for information to or the instruction of bidders and must not be returned with bids.

Section A 1: Background

Section A 2: Bid Submission Conditions and Instructions

Section A 3: Terms of Reference

Section A 4: Evaluation Process/Criteria

Section A Part 5: Contract Form (Rendering of Services) (Parts 1 & 2)

(The pro forma contract is only included for bidders to take note of the contents of the contract that will be entered into with the successful contractor)

SECTION B

Part 1: Special Conditions of Bid and Contract: Special conditions that the bidder needs to accept

Part 2: Tax Clearance Certificate (The tax clearance certificate requirements page must not be returned with bids)

Part 3: Additional Registration Certificates

Part 4: Declaration of Interest

Part 5: Declaration of bidders past SCM practices

Part 6: Certificate of Independent Bid Determination

Part 7: HIV and Aids Policy

Part 8: Preference Points Claim form in terms of the Preferential Procurement Regulations 2011

Part 9: Declaration Certificate for Local Production and Content for Designated Sectors

Sub Section: Pre Compliance Checklist

Part 10: Invitation to Bid

Sub Section: Executive Summary

Part 11: Technical Approach including:

Overall implementation strategy

Recruitment and Selection strategy

Placement Strategy

Project Plan and approach to project management

Risk Management Strategy

Monitoring and Reporting

Capability of staff to be used

Part 12: Compulsory CV template

Part 13: Experience in this field

Company Profile

Proof of Accreditation

Detail of relevant experience conducting similar programmes

Part 14: Pricing Schedule (Professional Services)

SECTION A

(This section must not be returned as part of the bid document)

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

SECTION A

BACKGROUND

Fasset is a statutory body established through the Skills Development Act of 1998 to enable its stakeholders to advance the national and global position of the industry for finance, accounting, management consulting and other financial services.

The members of a Seta include employers, trade unions, professional bodies, government departments and bargaining councils, where relevant, from each industrial sector. The Seta landscape was revised to 21 Setas in April 2011.

The objectives of Fasset are:

To develop the competence of employees and potential employees:

Improving the quality of life of employees, their prospects of work and labour mobility

Improving productivity in the workplace and the competitiveness of employers

Promoting self-employment in situations where the sector is experiencing job shrinkage.

To increase the levels of investment in education and training and to optimise the return on this investment

To position this sector as the sector of career choice for prospective learners and entrants into the labour market

To encourage employers and employees to adopt a culture of lifelong learning through:

Using the workplace as an active learning environment

Providing employees with the opportunities to acquire new skills

Providing opportunities for new entrants and potential entrants into the sector labour market and enhancing access to opportunities to gain work experience.

To support the objectives of the Employment Equity Act of 1998

To enhance access to learning opportunities and to facilitate the recognition of prior learning

To ensure the quality of education and training in the sector

To expand the provision of education and training in this sector through sound partnerships with public and private sector service providers

To encourage greater cooperation between the public and private sectors

To co-operate with the South African Qualifications Authority and other Setas, in support of the objectives of the Act

All the bids by Fasset are intended to promote the objectives of Fasset.

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section A 1: Background

BID SUBMISSION CONDITIONS AND INSTRUCTIONS

CONDITIONS AND INSTRUCTIONS THAT BIDDERS NEED TO TAKE NOTE OF

1 FRAUD AND CORRUPTION

1.1 All providers are to take note of the implications of contravening the Prevention and Combating of Corrupt Activities Act, Act No 12 of 2004 and any other Act applicable.

2 BRIEFING SESSION

2.1 Compulsory Briefing Session

2.1.1 A compulsory briefing session will be held from 09H00 to 12H30 on 11 June 2015. People arriving more than 15 minutes late will not be allowed into the venue and will be deemed not to have attended the briefing session.

2.2 General notes related to the Briefing Session

2.2.1 The venue for the briefing session is: Lakeview Airport Hotel

2.2.2 Specific instructions, a map and directions will be published on Fassets website and will be confirmed with each provider upon receiving your RSVP to attend.

2.2.3 Bidders should bring their own copies of the bid documentation to the briefing session as bid documents will not be made available at the session.

2.2.4 Any individual wishing to bid must attend the briefing in person or send a representative. Any organisation wishing to bid must send a representative. For bids from a Consortium or Joint Venture, a representative of at least one of the organisations must attend the briefing. Bids from individuals, organisations or consortia of organisations that have not met the attendance requirements will not be considered.

2.2.5 Any clarification required by a bidder regarding the meaning or interpretation of the Terms of Reference, or any other aspect concerning the bid, is preferably to be requested at the briefing session. Bidders are advised to study this document before attending the briefing session and to have all their questions ready.

2.2.6 All those attending will be issued with minutes of the session within one week of the briefing session, forwarded electronically.

3 CLARIFICATIONS/ QUERIES

3.1 Telephonic requests for clarification will not be accepted. Any clarification required by a bidder regarding the meaning or interpretation of the Terms of Reference, or any other aspect concerning the bid, is to be requested in writing (letter, facsimile or e-mail) from Nomandla Mtetwa on [email protected] by not later than 16H00 on Friday, 19 June 2015 A reply will be forwarded within three (3) working days. All questions and answers will be published on the Fasset website and e-mails to all prospective bidders after the above date. The bid number should be mentioned in all correspondence. If appropriate, the clarifying information will be made available to all bidders by e-mail only.

4 SUBMITTING BIDS

4.1 One (1) original plus four (4) hard copies as well as one (1) soft copy (CD) of the bid, (The soft copy format should be either in MS Word or as an editable PDF) i.e. five (5) documents and a CD be handed in/delivered to:

DEPOSITED IN THE BID/TENDER BOX SITUATED AT

(Street address)

Fasset, Building 3, Ground Floor, 299 Pendoring Road, Blackheath, Randburg.

OR

* POSTED TO:

The Core Function Manager, Fasset, P O Box 6801, Cresta, 2118, Gauteng.

OR

HANDED IN AT RECEPTION SITUATED AT

(Street address)

Fasset, Building 3, Ground Floor, 299 Pendoring Road, Blackheath, Randburg, prior to the official closure time and the bidder must complete and sign the Register which is kept by the Receptionist.

No faxed or e-mailed quotations will be accepted

Respondents should ensure that quotations are delivered to Fasset before the closing date and time to the correct physical address. If the quotation is late, it will not be accepted for consideration.

* Refer to Paragraph 5 below

Bids can be delivered and deposited into the tender box between 08:00 and 16:30, Mondays to Thursdays and 08:00 to 16:00 on Fridays, prior to the closing date, and between 08:30 and 11:00 on the closing date.

All bids must be submitted on the official forms (not to be re-typed).

4.2 Only bids that are submitted as one (1) original and four (4) copies will be accepted as valid and responsive. The original and copies will be distributed to the tender evaluation panel, and must contain the same information and must all be nearly marked and professionally presented.

4.3 NB: Bidders must indicate on the cover of each document whether it is the original or a copy. Copies must be numbered, e.g. Copy 1.

4.4 Bids should be submitted in a sealed envelope, marked with:

Bid number (FAS/TL/PD/BP/CON0716/Y16)

Closing date and time 25 June 2015

The name and address of the bidder

4.5 Documents submitted on time by bidders shall not be returned.

5 LATE BIDS

5.1 Bids received late shall not be considered. A bid will be considered late if it arrived even one second after 11:00 or any time thereafter. The tender (bid) box shall be locked at exactly 11:00 and bids arriving late will not be considered under any circumstances. Bids received late shall be returned unopened to the bidder. Bidders are therefore strongly advised to ensure that bids be despatched allowing enough time for any unforeseen events that may delay the delivery of the bid.

5.2 The official Telkom time (dial 1026) will be used to verify the exact closing time.

5.3 Bids sent to the Fasset via normal post or any other mechanism shall be deemed to be received at the date and time of arrival at the Fasset premises (tender/bid box or reception). Bids received at the physical address after the closing date and time of the bid, shall therefore be deemed to be received late.

6 DIRECTIONS TO FASSET OFFICES FOR DELIVERY OF BIDS

Respondents should allow time to access the premises due to security arrangements that need to be observed.

6.1 Directions from N1 Pretoria / Polokwane

Follow the N1 (Ben Schoeman) highway in a southerly direction towards Johannesburg, past Midrand

At the Buccleuch Interchange, follow the signs toward Roodepoort / Bloemfontein onto the N1 highway

Proceed straight on the N1 highway, past the following turnoffs: Rivonia Road, William Nicol, Malibongwe

Take the next turnoff, Beyers Naude Drive and turn left into Beyers Naude Drive

After 1.9kms, turn right into Pendoring Road

Past McDonalds on your left. At the next traffic intersection, turn left into 299 Pendoring ( 300m from the corner).

6.2 Directions from O.R Tambo International Airport

On exiting the airport, follow the signs for Johannesburg, which will lead you onto the R24 highway

The R24 highway links up with the N12 highway just before Gilloolys Interchange

At Gilloolys Interchange, follow the signs for Pretoria, onto the N3 highway

Travel north on the N3 highway, past the following turnoffs, Linksfield, Modderfontein, London Road and Marlboro Drive

At the Buccleuch Interchange, the N3 highway will become the N1 highway. Follow the Roodepoort / Bloemfontein signs

Proceed straight on the N1 highway, past the following turnoffs: Rivonia Road, William Nicol, Malibongwe

Take the next turnoff, Beyers Naude Drive and turn left into Beyers Naude Drive

After 1.9kms, turn right into Pendoring Road

Pass McDonalds on your left. At the next traffic intersection, turn left into 299 Pendoring ( 300m from the corner).

DIRECTIONS TO FASSET

Bidders should allow time to access the premises due to security arrangements that need to be observed.

7 PAYMENTS

7.1 Fasset will pay the Contractor the fees set out in the final contract according to the table of deliverables. No additional amounts will be payable by the Fasset to the Contractor.

7.1.1 The Contractor shall from time to time during the currency of the contract, invoice the Fasset for the services rendered.

7.1.2 The invoice must be accompanied by supporting source document(s) containing detailed information, as Fasset may reasonably require, for the purposes of establishing the specific nature, extent and quality of the services which were undertaken by the Contractor.

7.1.3 No payment will be made to the Contractor unless an original tax invoice complying with section 20 of the VAT Act No 89 of 1991, as amended, has been submitted to the Fasset.

7.1.4 Payment shall be made by bank transfer into the Contractors back account normally 30 days after receipt of an acceptable, original, valid tax invoice. Money will only be transferred into a South African bank account. (Banking details must be submitted as soon as the bid is awarded).

7.2 The Contractor shall be responsible for accounting to the appropriate authorities for its income tax, VAT or other moneys required to be paid in terms of the applicable law.

8 GENERAL CONDITIONS OF CONTRACT

1. The General Conditions of Contract must be accepted. The GCC can be downloaded from the Fasset website. Please refer to link below:

http://www.fasset.org.za/Procurement/Procurement.aspx

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section A 2: Bid submission conditions and instructions

TERMS OF REFERENCE (TOR)

1. OVERALL OBJECTIVE

Fasset requires the services of one or more suitably qualified service providers who are located in South Africa, to provide a Bridging Programme(s) for Access into Employment on NQF level 4/5, aimed at Diplomates and or Graduates (preferably Commerce) who are on NQF levels 6 7. The programme should lead to: placement in employment / on learnerships / internships and to the completion of part of, or a whole qualification, i.e. the programme must be PIVOTAL. Ideally, the programme should be concluded by 31st March 2017.

2. COMPETENCY AND EXPERTISE REQUIREMENTS

2.1 As a minimum criteria, respondents to this bid are required to be fully conversant with and have extensive proven experience in the following:

0. The provision and delivery of training in the area of Life Skills and Soft skills;

0. The provision and delivery of training in the area of the PIVOTAL element proposed as part of the bid;

0. Literacy and Numeracy assessments;

0. Training course development, specifically for programmes aligned to Fasset scarce skills, including Learnerships/Internships;

0. Computer literacy training.

In addition, Providers must:

2.2 Understand Fasset's aims, objectives and values;

2.3 Understand the relevant Government Acts/legislation, including:

0. The Skills Development Act (SDA) of 1998 as amended; and

0. The Public Finance Management Act (PFMA).

2.4 Service Providers must be accredited for the qualification or part qualification they intend to provide.

.

3. CONDUCT OF WORK

3.1 The Service Provider is expected to, at all times behave and conduct themselves in a professional manner, with respect to:

1. Presentation;

1. Language;

1. Punctuality;

1. Honesty; and

1. Reporting of any fraud or irregular activities.

4. ROLES AND RESPONSIBILITIES

ROLES

RESPONSIBILITIES

Service provider

Fasset

1. Project Plan

Provide a comprehensive project plan, for approval by Fasset, including, but not limited to the following:

0. The plan must demonstrate a clear solution as proposed by the respondent.

0. The plan must contain sufficient detail to allow an analysis of the solution to determine the sustainability and feasibility of the solution.

0. Provide sufficient details on how the project would be organised.

Vet and approve the project plan.

2.Technical Approach

Detail an implementation strategy that will meet the project objectives and deliverables.

The technical approach should include but is not limited to:

A full description of all the unique elements of the programme being proposed that must contain sufficient detail to allow an analysis of the solution to determine the sustainability and feasibility of the solution.

0. Provide a clear indication of the NQF level(s) being proposed.

0. Demonstrate a clear link to Governments as well as Fassets Strategic Imperatives, as detailed below:

0. A strategic contribution to governments growth, employment and development strategies.

Each project proposal should indicate the geographical region(s)/district(s) to which it will make a contribution. Projects should also indicate a link to Governments Medium Term Strategic Framework (MTSF), the Human Resource Development Strategy for South Africa (HRD SA), the National Development Plan (NDP), as well as the Industrial Policy Action Plan (IPAP) which contributes towards the achievement of the countrys new economic growth and social development goals. Read more at www.info.gov.za.

Alignment to the National Skills Development Strategy (NSDS III).

Each project proposal should indicate the contribution to the achievement of NSDS targets.

0. Fasset will only fund interventions that cater for 100% African Black candidates.

0. Fasset recommends the recruitment ratio of 54% women and 4% people with disabilities.

Alignment to Fassets Scarce & Critical Skills requirements.

Proposals will be given preference according to Fassets Scarce & Critical skills hierarchy, as detailed in our Scarce Skills Update on Fassets website (http://www.fasset.org.za/Research/Scarce_Critical_Skills.aspx).

Evidence should be used to show that the project(s) proposed have the potential to contribute to economic and employment growth and/or social development of the sector.

The lead or primary service provider will be responsible for collating all the discrete levels into a consolidated service pack and managing the service delivery against this consolidated service pack.

3. Value Adds

Respondents are welcome to propose additions to the original scope for consideration by Fasset. This additional value proposition will form part of the overall proposed solution but must be priced separately in the space provided for in the pricing schedule.

Fasset will consider the feasibility of including this over and above the proposed solution.

4. Unique Skill

Sets

Describe any unique skill sets that you will utilise. Elaborate on how these skill sets would differentiate your organisation from its competitors.

Fasset will consider unique skills when evaluating the functionality element of proposed projects.

5. Course

Material

Develop / utilise quality assured / accredited course material.

Vet and approve all course material.

6. Marketing

Market the project in the media e.g. Radio, press, flyers according to Fassets regulations and approval thereof.

Market the project and assist with recruitment through Fassets media e.g. website, newsletters, correspondence.

7. Recruitment

Provide Fasset with a Recruitment Strategy as part of the proposal which highlights a plan for recruiting suitable candidates who have the requisite skills to enter and successfully complete the bridging programme training. Recruitment must take the following into account:

0. The number of learners recruited and trained historically has ranged from 50 to 550 per project. Larger projects have also historically conducted training in groups;

0. Learners have been recruited locally and nationally across all nine provinces;

0. Specific considerations have been made for the recruitment of learners with disabilities;

0. The recruitment methodology has historically been Service Provider initiated and implemented, however assessment methods must be benchmarked against national standards (e.g. SAQA, HET, FET); and

0. Proposed learner numbers which are subsequently accepted may not be amended without Fassets approval.

Vet and approve recruitment strategy as part of the overall strategy proposed.

8. Database

Establish a database that meets Fassets requirements, in order to keep an accurate record of learner attendance throughout the project.

Providers will be required to present information on a monthly and quarterly basis, as per the DHET and Fasset requirements.

This includes but is not limited to:

Copies of learner agreements;

Copies of learner IDs;

Copies of results achieved;

Confirmation of programme completion;

Letters confirming placement at employers.

Review monthly submissions to ensure the on-going success of the project.

Facilitate and co-ordinate quarterly reporting to the DHET.

9. Bridging

Programme

The programme must fulfil the requirements of the definition of a PIVOTAL programme.

Pivotal programmes mean professional, vocational, technical and academic learning programmes that result in qualifications or part qualifications registered on the NQF.

The programme could include outcomes that will be assessed against the Generic Management qualification; http://allqs.saqa.org.za/search.php) at NQF level 4/5.

Fasset recommends that providers apply now to be accredited as assessment and delivery sites for the qualification or part of the qualification that they intend providing as part of the submission. This will be a pre-requisite to apply for funding.

At the conclusion of the intervention:-

The learner will be expected to demonstrate the ability to:

0. Identify and solve problems and make responsible ethical decisions within own limit of authority.

0. Work effectively with others as a member of a team, group, organisation or community to achieve work unit objectives.

0. Organise and manage oneself and one's activities responsibly and effectively to plan, lead, organise and control towards

achievement of work unit objectives.

0. Collect, organise and critically evaluate information in order to measure performance.

0. Communicate effectively using visual, mathematics and language skills in the modes of oral and/or written presentations to lead a team.

The learner will be required to:

0. Demonstrate an understanding of the world as a set of related systems by aligning work unit objectives to organisational strategy.

0. Be culturally and aesthetically sensitive across a range of social contexts in managing and interacting with diverse people in the workplace.

0. Use science and technology effectively in researching, recommending and implementing management solutions, showing responsibility towards the environment and health of others.

The learner will have achieved a qualification or part qualification.

Monitor / Moderate / Quality Assure the programme.

10. Mentorship

Provide a comprehensive mentorship programme for the duration of the project and for a period of no less than 6 months after the project.

Monitor / Moderate / Quality Assure the programme.

11. Learner

Allowances

Meals (& Accommodation)

Make provision for allowances and meals.

Monitor / Moderate / Quality Assure the programme.

12. Monitoring/

Moderating/

Quality

Assurance

0. Conduct regular assessments of learners;

0. Ensure regular assessment of the content of the programme; and

0. Provide regular reporting.

0. Review assessments;

0. Review reports;

0. Arrange regular site visits by Fasset stakeholders;

0. Conduct regular surveys; and

0. Facilitate visits from third party providers; and strategic partners.

13.Placement and Pass rates

0. Provide Fasset with a Placement Strategy as part of the proposal which highlights a plan for a minimum placement of 70% of learners in employment and/or Learnerships and/or Internships, within Fassets sector; AND

0. Provide Fasset with a Pass Rate Strategy as part of the proposal which highlights a plan to achieve a desired pass rate for students being assessed against part of a qualification or ito completing a whole qualification.

The proposal should include:

0. Letters of Commitment from prospective employers to illustrate that the placement will be achieved (a minimum of 33% at the time of submission will be regarded as acceptable).

0. A commitment from the provider to achieve a minimum pass rate of 60% OR a pass rate at least 10% higher than the national pass rate for exams that are nationally benchmarked as well as a strategy for how this will be achieved.

Vet and approve the placement strategy.

Track placement and pass rates throughout the projects life cycle, and verify with learners and employers.

14.Risk Management

0. Provide Fasset with a Risk Management Strategy as part of the proposal which highlights a plan for risk mitigation.

Vet and approve the risk management strategy

15. Ceremonies/ Graduations

Plan and arrange opening ceremonies, as well as graduation / certification ceremonies (where appropriate), in accordance with Fassets policies, as well as availability.

Attend and communicate to Fasset stakeholders as appropriate.

16. Reporting &

Invoicing

Reports on progress, together with invoices, are to be submitted electronically and in hard copy to the Fasset Project Manager on a monthly basis. This is to include a day to day management of the service delivery, based on the approved Table of Deliverables, whereby the Service Provider will be expected to gather performance statistics, information on service delivery, learner detail, risk mitigation and a financial update in accordance with Fasset requirements.

Review and approve Project Progress Reports, approve monthly deliverables and facilitate payment in respect thereof.

17. Meetings

Attend Progress Meetings / Feedback Sessions.

Facilitate and attend regular Progress Meetings / Feedback Sessions.

18. Provisions

Provide all printed training material, supplies and other training equipment as required for the learners of this project.

Monitor / Moderate / Quality Assure the programme.

5. SCOPE OF THE PROJECT

SERVICE PROVIDERS WILL BE REQUIRED TO:

5.1 Ensure that the programme is concluded by 31st March 2017. Ensure that a tracking and monitoring report is submitted by 30 September 2017. Any extension of time should be discussed and agreed with Fasset prior to the time.

5.2 Ensure that the programme fulfils the requirements of the definition of a PIVOTAL programme.

5.3 Conduct a Bridging Programme for Access into Employment.

5.4 Provide technical and/or academic support as required.

5.5 Align the programme to achieve National Skills Development Strategy III (NSDS III) transformation objectives i.e.

0. Each project proposal should indicate the contribution to the achievement of the NSDS III targets.

0. Fasset will only fund interventions that cater for 100% African Black candidates.

0. Fasset recommends a recruitment ratio of 54% women and 4% people with disabilities.

5.6 Align the programme to address Fassets Scarce & Critical Skills requirements:

0. Proposals that address Fassets Scarce & Critical skills hierarchy, will be given preference. Refer details on Fassets website (http://www.fasset.org.za/Research/Scarce_Skills_Guidelines.aspx).

5.7 Recruit suitable candidates with a 3-year qualification as a pre-requisite who have the requisite skills to enter and successfully complete the bridging programme training.

5.7.1 The number of learners recruited and trained historically has ranged from 50 to 550 per project. Larger projects have also historically conducted training in groups.

5.7.2 Learners have been recruited locally and nationally.

5.7.3 Specific considerations must be made for the recruitment of learners with disabilities.

5.7.4 The recruitment methodology has historically been Service Provider initiated and implemented, however assessment methods must be benchmarked against national standards (e.g. SAQA, HET, FET).

5.7.5 Proposed learner numbers which are subsequently accepted may not be amended without Fassets approval.

5.8 Monitor/Moderate/Quality Assure the programme based on the following:

0. Conduct regular assessments of learners;

0. Ensure regular assessment of the content of the programme; and

0. Provide regular reporting.

5.9 For students being assessed against part of a qualification or ito the completion of a whole qualification: Obtain a minimum pass rate of 60% OR a pass rate at least 10% higher than the national pass rate for exams that are nationally bench-marked.

5.10 Place a minimum of 70% of learners in employment and/or on Learnerships and/or on Internships, within Fassets sector (include learner tracking and monitoring, for at least 6 months after completion).

5.11 Providers need to be aware that Fasset research might be conducted on the project(s) at the project venue. This would require an additional 6 days to be included in the project schedule and providers are required to account for these days in their project plans.

6. EXPECTED OUTCOMES AND DELIVERABLES

6.1 A comprehensive project plan is produced and approved.

6.2 A complete set of course material appropriate to the delivery of the programme is available.

6.3 Suitable learners are recruited and assessed according to preset programme criteria.

6.4 Bridging programme training is delivered in accordance with the SLA.

6.5 Academic/technical support is provided in accordance with the SLA.

6.6 Learners are mentored throughout the programme and for 6 months after the programme has ended.

6.7 Learners are assessed at the completion of the bridging programme against part of the qualification or for the completion of a whole qualification in accordance with the SLA.

6.8 A minimum pass rate of 60% OR a pass rate at least 10% higher than the national pass rate for exams that are nationally bench-marked.

6.9 A minimum placement rate of 70% of the learners into employment / learnerships and/or internships in the Fasset sector, is expected in accordance with the SLA.

6.10 Programme risks are monitored, evaluated and mitigated regularly in accordance with the SLA.

6.11 Learners are certificated at the successful completion of the programme.

6.12 Reports are produced monthly, are vetted and accepted.

6.13 Meetings are attended as required.

6.14 Comprehensive closure report submitted in accordance with the SLA.

6.15 A monitoring and tracking report is produced within 6 months after closure.

(This report should be linked to the table of deliverables and should be budgeted for.)

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section A 3: Terms of Reference

ALL BIDDERS MUST TAKE NOTE OF THE EVALUATION PROCESS THAT WILL BE FOLLOWED

1 EVALUATION PROCESS

1.1 COMPLIANCE WITH MINIMUM REQUIREMENTS

1.1.1 All bids duly lodged as specified in the Request for Bid will be examined to determine compliance with bidding requirements and conditions. Bids with obvious deviations from the requirements/conditions, will be eliminated from further consideration.

1.2 COMPLIANCE WITH MINIMUM REQUIREMENT FOR LOCAL PRODUCTION AND CONTENT FOR THE DESIGNATED SECTOR (IF APPLICABLE)

1.2.1 The Declaration Certificate for Local Production and Content (SBD6.2) together with the Annex C (Local Content Declaration: Summary Schedule) must be completed, duly signed and submitted by the bidder at the closing date and time of the bid.

1.2.2 The rates of exchange quoted by the bidder in paragraph 4.1 of the Declaration Certificate will be verified for accuracy.

1.2.3 Bids will be evaluated in terms of the minimum threshold stipulated in the bid document. Bids submissions that do not meet the minimum threshold as stipulated will be eliminated from further evaluation.

1.3 DETERMINATION OF SCORE FOR FUNCTIONALITY

1.3.1 The evaluation criteria and weights for functionality as indicated in the table below, will apply.

Functionality

100

Is the programme proposed a Pivotal programme?

YES/NO

Is the programme proposed at the correct NQF level?

YES/NO

Is the Provider or associates of the provider accredited?

YES/NO

Experience of prospective contractor

10.00

Core business of service provider applicable to this bid, i.e. appropriate experience in Bridging Programmes for Access into Employment as well as in Education and Training

2.00

Capacity to manage a programme of this size

2.00

Relevant experience in delivery of Bridging Programmes and course development

2.00

Experience with Setas, education and training environment as well as National Skills Development III imperatives.

2.00

Alignment to Government's Medium Term Strategic Framework (MTSF), the Human Resource Development Strategy for South Africa (HRD SA), the National Development Plan (NDP), as well as the Industrial Policy Action Plan (IPAP) which contributes towards the achievement of the countrys new economic growth and social development goals

2.00

Technical approach / Methodology

25.00

The proposed implementation strategy appears to meet the project objectives and deliverables, i.e. the Bridging Programme is at NQF level 4/5 or higher, aimed at Diplomates and / or Graduates at NQF 6/7.

5.00

The project plan contains sufficient detail to allow an analysis of the solution to determine the sustainability and feasibility of the solution proposed.

5.00

Evidence is provided of quality-assured / accredited technical and academic training delivery proficiency specifically IRO the PIVOTAL element of the programme.

5.00

Evidence is provided of proficiency in the delivery of soft skills training.

2.00

The assessment strategy must indicate how learners will achieve the skills and competencies required to enter into employment.

5.00

The proposed programme is clearly aligned to Fassets Scarce & Critical Skills requirements.

3.00

Recruitment Strategy

10.00

The recruitment strategy highlights a plan for recruiting suitable candidates who have the requisite skills to enter and successfully complete the bridging programme, and will be ready to enter into employment and/or Learnerships and/or Internships, within Fassets sector.

2.00

Proposed learner number is feasible as benchmarked against similar past projects.

2.00

The proposed strategy and plan includes consideration of recruitment of learners from rural areas.

2.00

The recruitment strategy proposes specific geographical areas including possible employers.

2.00

The recruitment strategy specifies a marketing and communications campaign for obtaining interest and commitment from employers.

2.00

Selection Strategy

10.00

The selection strategy highlights a plan for shortlisting of applicants, and includes interviews, credit and criminal checks, psychometric assessment, and numeracy/literacy/computer literacy assessment at a minimum. Proof of proficiency / possible arrangements with named sub-contractors, where applicable, is included.

5.00

The selection strategy highlights a process of evaluation of employer ability and capacity to host the number of learners for which expression of interest / commitment has been received.

5.00

Placement Strategy

15.00

The provider has a robust placement strategy to place a minimum of 70% of the learners into employment and/or Learnerships and/or Internships, within Fassets sector.

10.00

Letters of Commitment from prospective employers to illustrate that the placement will be achieved (a minimum of 33% at the time of submission will be regarded as acceptable).

5.00

Risk Management Strategy

10.00

A full risk register is provided.

5.00

Risk mitigation is sufficiently detailed. (Failure to detail mitigations may result in the bid being considered non-responsive).

5.00

Monitoring and Evaluation Strategy

10.00

A comprehensive mentorship and coaching programme has been included for the duration of the project and for a period of no less than 6 months after the project

5.00

At minimum, the monitoring strategy includes a sampling methodology in relation to the placement strategy. Ideally, the monitoring strategy ensures that all learners are sufficiently monitored on an individual basis, through a variety of tools and processes

5.00

Capability of staff to be used

10.00

CVs indicating relevant expertise and experience of team (lecturers / trainers / facilitators).

5.00

CVs, expertise and experience of project manager / team leader

5.00

1.3.2 The score for functionality should be calculated as follows:

Each panel member shall award values for each individual criterion on a score sheet. The value scored for each criterion shall be multiplied with the specified weighting for the relevant criterion to obtain the marks scored for the various criteria. These marks should be added to obtain the total score for functionality.

The score of each panel member shall be added together and divided by the number of panel members to establish the average score obtained by each individual bidder for functionality.

1.4 DETERMINATION OF SCORE FOR PRESENTATIONS

1.4.1 The Fasset may decide to have compulsory presentations made either by all bidders who have obtained at least 70% of the marks for functionality, or by the bidders ranked first to a maximum of six, but not less than the three highest scoring bidders, once the price and preference marks have been combined.

1.4.2 Presentations shall only affect the marks awarded for functionality. If the Fasset wishes to use presentations to discriminate between bidders, the evaluation criteria to be affected shall be determined in advance and due allowance made in the mark scheme and indicated in paragraph 1.3.1.

1.4.3 Points determined by the presentation will be awarded to each bidder by each member of the Bid Evaluation Committee and then an average calculated. Such score will be added to the original score for functionality.

1.4.4 A bidder will be disqualified if the combined score for functionality fails to meet the minimum threshold for functionality as per paragraph 1.5.1.

1.5 ELIMINATION OF PROPOSALS ON GROUNDS OF FUNCTIONALITY

1.5.1 Bids that score less than 70% of the marks available for functionality will be eliminated from further consideration. Marks will therefore not be awarded for their cost proposals or for preference.

1.6 PRICE AND B BBEE STATUS LEVEL POINTS

1.6.1 All remaining bids will be evaluated as follows:

1.6.2 The 90/10 preference point system will be applied. Points for price and B-BBEE status level certificate will be awarded in accordance with the stipulations in the Preference Point Claim Form in terms of the Preferential Procurement Regulations, 2011.

1.6.3 If appropriate, implied contract price adjustments will be made to the cost proposals of all remaining quotations.

1.6.4 The point scored for the B-BBEE status level certificate for each acceptable quotation will now be added to the price point.

1.6.5 The Evaluation Committee may recommend that the contract be awarded to the respondent obtaining the highest aggregate mark as determined by 1.6.4 or to a lower scoring quotation on justifiable grounds.

1.7 ADJUDICATION OF BID

1.7.1 The Bid Adjudication Committee will consider the recommendations and make the final award. The successful bidder will usually be the service provider scoring the highest number of points or it may be a lower scoring bid on justifiable grounds or no award at all.

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section A 4: Evaluation Process/Criteria

Page 67

Section divider and / or Tab

Section A 5

Contract Forms

The Contract Forms Below are only a sample

If you are awarded a project, the contract forms below will be signed.

I FULLY UNDERSTAND THIS SECTION!

CONTRACT FORM: RENDERING OF SERVICES

THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE SERVICE PROVIDER (PART 1) AND THE PURCHASER (PART 2). BOTH FORMS MUST BE SIGNED IN THE ORIGINAL SO THAT THE SERVICE PROVIDER AND THE PURCHASER WOULD BE IN POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR THEIR RESPECTIVE RECORDS.

PART 1 (TO BE FILLED IN BY THE SERVICE PROVIDER)

1. I/we hereby undertake to render services described in the attached bidding documents to Fasset in accordance with the requirements and task directives/proposals specifications stipulated in Bid Number FAS/TL/PD/BP/CON0716/Y16 at the price/s quoted. My/our offer/s remain binding upon me/us and open for acceptance by the Purchaser during the validity period indicated and calculated from the closing date of the bid.

Example

1. The following documents shall be deemed to form and be read and construed as part of this agreement:

1. Bidding documents, viz

0. Invitation to bid

0. Tax clearance certificate

0. Pricing schedule(s)

0. Technical Specification, terms of reference/task directive/proposal

0. Preference claims for Broad Based Black Economic Empowerment Status Level of Contribution in terms of the Preferential Procurement Regulations 2011;

0. Certificate: Local Production and Content (if applicable)

0. Declaration of interest

0. Declaration of bidders past SCM practices

0. Certificate of Independent Bid Determination

0. Special Conditions of Contract

1. General Conditions of Contract

1. Other (specify)

1. I/we confirm that I/we have satisfied myself as to the correctness and validity of my/our bid; that the price(s) and rate(s) quoted cover all the services 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.

1. I/we accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me/us under this agreement as the principal liable for the due fulfilment of this contract.

1. I/we declare that I/we have no participation in any collusive practices with any bidder or any other person regarding this or any other bid.

1. I confirm that I am duly authorised to sign this contract.

NAME (PRINT)

WITNESSES

CAPACITY

1

SIGNATURE

2

NAME OF FIRM

DATE:

DATE

CONTRACT FORM: RENDERING OF SERVICES

PART 2 (TO BE FILLED IN BY THE PURCHASER)

1. I .. in my capacity as .. accept your bid under reference number . dated . for the rendering of services indicated hereunder and/or further specified in the annexures.

1. An official order indicating service delivery instructions is forthcoming.

Example

1. I undertake to make payment for the services rendered in accordance with the terms and conditions of the contract within 30 (thirty) days after receipt of an invoice.

DESCRIPTION OF SERVICE

PRICE (ALL APPLICABLE TAXES INCL)

COMPLETION DATE

B-BBEE STATUS LEVEL OF CONTRIBUTION

1. I confirm that I am duly authorised to sign this contract.

SIGNED AT

ON

NAME (PRINT)

SIGNATURE

OFFICIAL STAMP

WITNESSES

1

2

DATE:

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section A 5: Contract Forms

Section B

Bid Submission Template

Notes: Documents in this section must be completed and returned or supplied with bids as prescribed.

The submission template is compulsory and represents the minimum requirements for submission.

Incomplete submissions or omission of any of the required sections may result in the bid being deemed non-responsive.

Bidders may add any such additional information/ documents as deemed applicable as annexures where appropriate.

Documents in this section must be completed and returned or supplied with bids as prescribed.

Tick to verify criteria met

All the required details below have been submitted and / or typed in Arial font, 11 pt as required

Fasset has been contacted via email to clarify any discrepancy iro the requirement

OR

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

SECTION B

SPECIAL CONDITIONS OF BID AND CONTRACT

SPECIAL CONDITIONS

1

GENERAL

1.1

The bidder must clearly state if a deviation from these special conditions are offered and the reason therefor. If an explanatory note is provided, the paragraph reference must be indicated in a supporting appendix to the application submission.

1.2

Should the bidder fail to indicate agreement/ compliance or otherwise, Fasset will assume that the bidder is in compliance or agreement with the statement(s) as specified in this bid.

1.3

Bids not completed in this manner may be considered incomplete and rejected.

1.4

Fasset shall not be liable for any expense incurred by the bidder in the preparation and submission of a bid.

2

CANCELLATION OF PROCUREMENT PROCESS

2.1

This procurement process can be postponed or cancelled at any stage at the sole discretion of Fasset provided that such cancellation or postponement takes place prior to entering into a contract with a specific service provider to which the bid relates.

3

BID SUBMISSION CONDITIONS, INSTRUCTIONS AND EVALUATION PROCESS/CRITERIA

3.1

Bid submission conditions and Instructions as well as the evaluation process/criteria have been noted.

4

NEGOTIATION AND CONTRACTING

4.1

Fasset or its authorised representatives have the right to enter into negotiation with one or more bidders regarding any terms and conditions, including price(s), of a proposed contract.

4.2

Under no circumstances will negotiation with any bidders, including preferred bidders, constitute an award[footnoteRef:1] or promise/ undertaking to award the contract. [1: See GLOSSARY.]

4.3

Fasset shall not be obliged to accept the lowest or any bid, offer or proposal.

4.4

A contract will only be deemed to be concluded when reduced to writing in a formal contract and Service Level Agreement (if applicable) signed by the designated responsible person of both parties. The designated responsible person of Fasset is the CEO.

4.5

Fasset also reserves the right to enter into one contract with a bidder for all required functions or into more than one contract with different bidders for different functions.

5

ACCESS TO INFORMATION

5.1

All bidders will be informed of the status of their bid once the procurement process has been completed.

5.2

Requests for information regarding the bid process will be dealt with in line with the Fasset SCM Policy and relevant legislation.

5.3

Fasset will facilitate such communication.

6

REASONS FOR REJECTION

6.1

The Fasset shall reject a proposal for the award of a contract if the recommended bidder has committed a proven corrupt or fraudulent act in competing for the particular contract.

6.2

The Fasset may disregard the bid of any bidder if that bidder, or any of its directors:

Have abused the SCM system of the Fasset.

Have committed proven fraud or any other improper conduct in relation to such system.

Have failed to perform on any previous contract and the proof exists.

Such actions shall be communicated to the National Treasury.

7

GENERAL CONDITIONS OF CONTRACT

7.1

The General Conditions of Contract must be accepted.

8

ADDITIONAL INFORMATION REQUIREMENTS

8.1

During evaluation of the bids, additional information may be requested in writing from bidders. Replies to such request must be submitted, within 3 (three) working days or as otherwise indicated. Failure to comply, may lead to your bid being disregarded.

8.2

No additional information will be accepted from any individual bidder without such information having been requested

9

CONFIDENTIALITY

9.1

The bid and all information in connection therewith shall be held in strict confidence by bidders and usage of such information shall be limited to the preparation of the bid. Bidders shall undertake to limit the number of copies of this document.

10

INTELLECTUAL PROPERTY, INVENTIONS AND COPYRIGHT

10.1

Copyright of all documentation relating to this contract belongs to Fasset. No bidder may disclose any information, documentation or products to other clients without the written approval of the accounting authority or the delegate.

10.2

This paragraph shall survive termination of this contract.

11

NON-COMPLIANCE WITH DELIVERY TERMS

11.1

As soon as it becomes known to the contractor that he/she will not be able to deliver the professional services within the delivery period and/or against the quoted price and/or as specified, the Fasset must be given immediate written notice to this effect. The Fasset reserves the right to implement remedies as provided for in the GCC.

12

WARRANTS

12.1

The Contractor warrants that it is able to conclude this Agreement to the satisfaction of the Fasset.

12.2

Although the contractor will be entitled to provide services to persons other than Fasset, the contractor shall not without the prior written consent of Fasset, be involved in any manner whatsoever, directly or indirectly, in any business or venture which competes or conflicts with the obligations of the contractor to provide Services.

13

PARTIES NOT AFFECTED BY WAIVER OR BREACHES

13.1

The waiver (whether express or implied) by any Party of any breach of the terms or conditions of this contract by the other Party shall not prejudice any remedy of the waiving party in respect of any continuing or other breach of the terms and conditions hereof .

13.2

No favour, delay, relaxation or indulgence on the part of any Party in exercising any power or right conferred on such Party in terms of this contract shall operate as a waiver of such power or right nor shall any single or partial exercise of any such power or right under this agreement.

14

RETENTION

14.1

On termination of this agreement, the contractor shall, on demand hand over all documentation provided as part of the project and all deliverables, etc., without the right of retention, to the Fasset.

14.2

No agreement to amend or vary a contract or order or the conditions, stipulations or provisions thereof shall be valid and of any force and effect unless such agreement to amend or vary is entered into in writing and signed by the contracting parties. Any waiver of the requirement that the agreement to amend or vary shall be in writing, shall also be in writing.

15

FORMAT OF BIDS

15.1

Bidders must complete all the necessary bid documents and undertakings required in this bid document. Bidders are advised that their proposal should be concise, written in plain English and simply presented.

15.2

Bidders are to set out their proposal in the format prescribed hereunder. This means that the proposal must be structured in the parts noted below. Relevant information not submitted in the relevant part, may not be considered for evaluation purposes.

15.3

Part 1: Special conditions of bid and contract

15.3.1

Bidders must complete and return the Special Conditions of Bid and Contract.

Bids submitted without a completed Special Conditions of Bid form may be deemed to be non-responsive.

15.4

Part 2: SARS Tax Clearance Certificate(s)

15.4.1

An original valid SARS Tax Clearance Certificate must accompany the proposal and must be valid at the date of closing of the bid. In case of a consortium/ joint venture, or where sub-contractors are utilised, an original valid SARS Tax Clearance Certificate for each consortium/ joint venture member and/or sub-contractor (individual) must be submitted. The certificate requirements page should not be returned as part of the submission.

Bids submitted without an original valid Tax Clearance Certificate will be deemed to be non-responsive unless Fasset is already in possession of such an original valid Tax Clearance Certificate.

15.5

Part 3: Additional Registration Certificates

15.5.1

A valid copy of Business (company) registration certificate must be submitted, if applicable.

15.5.2

A valid copy of VAT registration certificate (VAT103) must be submitted, if applicable.

15.5.3

Copy of company incorporation certificate(s) must be submitted, if applicable.

15.5.4

A list of the directors/ owners of the bidder or in the case of a consortium/ joint venture, a list of the directors/ owners of each party to the consortium/ joint venture. This list must be aligned to the company registration certificate, if applicable. Fasset reserves the right to request each bidder to, after closing, forward such list of directors/ owners to Fasset in electronic (word) format.

15.6

Part 4: Declaration of Interest

15.6.1

Each party to the bid must complete and return the Declaration of Interest. Bids submitted without a complete and signed Declaration of Interest may be deemed to be non-responsive.

15.7

Part 5: Declaration of bidders past Supply Chain Management practices

15.7.1

Each party to the bid must complete and return Declaration of bidders past Supply Chain Management practices. Bids submitted without a completed and signed Declaration of bidders past Supply Chain Management practices may be deemed non-responsive.

15.8

Part 6: Certificate of Independent Bid Determination

15.8.1

Each party to the bid must complete and sign the Certificate. Bids submitted without a completed and signed Certificate of Independent Bid Determination may be deemed non-responsive.

15.9

Part 7: HIV and Aids policy

15.9.1

Bidders must provide a copy of their HIV and Aids policy

15.10

Part 8: Preference Points Claim Form in terms of the Preferential Procurement Regulations 2011

15.10.1

Compliance option 1:

Bidders other than Exempted Micro Enterprises (EME) in terms of the B-BBEE Act must provide proof of their B-BBEE status level in the form of a certificate.

Such certificate must be an original or a certified copy (the certification stamp and certification signature must be original) and issued by a SANAS accredited B-BBEE verification agency or IRBA accredited auditor.

15.10.2

Compliance option 2:

Bidders who qualify as Exempted Micro Enterprises in terms of the B-BBEE Act must, if measured under the old Codes of Good Practice, submit a certificate issued by a registered auditor, Accounting Officer (as contemplated in the Close Corporation Act, Act No 69 of 1984) or an accredited verification agency providing its status by confirming that the total revenue of the contracting entity does not exceed R5 million in the case of the generic score card or that it does not exceed the thresholds as stipulated and approved by the Sector Codes.

Such certificate must be an original or an originally certified copy (the certification stamp and certification signature must be original).

15.10.3

Compliance option 3

If measured under the new Codes of Good Practice, as published on 11 October 2013 in the Government Gazette, EMEs and QSEs can submit a sworn affidavit, obtained on an annual basis, confirming the following:

For an EME:

Annual Total Revenue of R10 million or less; and

Level of black ownership.

For a QSE:

Annual Total Revenue of between R10 million and R50 million; and

Level of black ownership.

15.10.4

Notes:

All certificates submitted must be valid at the closing date of the submission.

Requirements for a valid Auditor or Accounting Officer certificate are that the following information should be detailed on the face of the certificate:

The Auditors/Accounting Officers letter head with full contact details

The Auditors/Accounting Officers practice number

The name and the physical location of the measured entity

The registration number and, where applicable, the VAT number of the measured entity

The date of issue and date of expiry

The B-BBEE Status Level of Contribution obtained by the measured entity

The total black shareholding and total black female shareholding.

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 tender.

Non-compliance may result in a bidder scoring zero (0) for this element. (0) for this element.

15.11

Part 9: Declaration Local production and content

15.11.1

The service procured through this bid is not relevant to any of the identified sectors as published by the dti. There is no compulsory local production involved in this bid. Please confirm on the declaration certificate to indicate not applicable and sign the relevant certificate. OR

15.11.2

The service procured through this bid is relevant to some of the identified sectors as published by the dti. There is compulsory local production involved in this bid. Complete and sign the Certificate. Bids submitted without a completed and signed Certificate may be deemed non-responsive.

15.12

Part 10: Invitation to Bid

15.12.1

Bidders must complete, sign and return the full Invitation to Bid document. Bids submitted without a completed and signed Invitation to Bid may be deemed to be non-responsive.

15.13

Part 11: Technical approach

15.13.1

Bidders must submit a description of the methodology and approach that will be used to perform the work as set out in the Terms of Reference. This methodology and approach must demonstrate the bidders understanding of the requirement and also of the environment.

15.13.2

Bidders must, at least cover the under-mentioned in their technical approach and return as part of their submission:

Describe, in detail, exactly how they propose to carry out the activities to achieve the outcomes identified in the terms of reference. They should identify any possible problems that might hinder delivery and indicate how they will avoid, or overcome such problems.

Describe how the work will be managed. Provide an organisation chart clearly indicating:

The lines of reporting and supervision within the bidders team.

The lines of reporting between the bidder and the Fasset and other stakeholders, if applicable.

Identify the position(s) involved in the direct delivery of the service to be provided and in the overall management of the work and name the people who will fill these positions.

15.13.3

Provide a project plan of activities. In addition to providing details of the estimated number of work days for each activity, bidders are to supply a detailed timetable that identifies when certain activities will be undertaken and over what period they will be spread. The timing of activities, the time needed to complete them, and the order in which they will be undertaken must be explained and justified.

15.13.4

Please note that part 12 should be no longer than 30 single-sided A4 pages in Arial 11 (font size).

15.14

Part 12: Team details

15.14.1

In this part that must be returned as part of the submission, bidders must provide details of the team named in the previous part.

15.14.2

For each team member there must be:

A complete curriculum vitae confirming suitability for the position. A format is provided for the compilation of the CVs.

15.15

Part 13: Experience in this field

15.15.1

Bidders should provide in this part, and return as part the submission, at least the following information.

Details of contracts for similar work within the last 5 years.

Contact details of a maximum of 3 organisations for which work was done.

15.16

Part 14: Pricing Schedule

15.16.1

Any budget amount that may be indicated in this document shall be deemed to be a guide only and bidders are expected to submit a costing that is fair and reasonable.

15.16.2

All costs related to this assignment are to be allowed for in the pricing schedule and in the formats prescribed and must be returned as part of the submission.

15.16.3

Rates for the first year of the contract must be firm and must be indicated in the formats prescribed. All normal operating costs and out of pocket expenses such as photocopies, telephone calls, printing, travel, etc. must be covered in the rates quoted.

15.16.4

A pricing schedule with one of the specified elements (fees and reimbursable costs) omitted from the costing, may be considered non-responsive.

15.16.5

Fees:

The budgeted days/hours and applicable rates of all team members as per the pricing schedule. The rates applicable to consultants may only be in accordance with the following:

As determined in the Guideline for fees, issued by SAICA

as set out in the Guide on Hourly Fee Rates for Consultants, by the DPSA

as prescribed by the body regulating the profession of the consultant

15.16.6

Reimbursable costs

Travel (Where Applicable)

Only economy class flights and preferably GroupA hire cars, otherwise GroupB are to be used.

A rate to be indicated per kilometre for the use of a personal car. Only rates as approved by the Automobile Association of South Africa will be accepted

Accommodation/meals (Where Applicable)

Only hotels, or other equivalent accommodation, with a rating of up to three stars are to be booked. A maximum of R1300 per night per person will be allowed, this includes dinner, breakfast and parking.

A maximum daily per diem for meals and incidentals of either R120,00 (incl VAT) per day for lunch and dinner or R150,00 (incl VAT) per day for breakfast, lunch and dinner will be paid for period in excess of 24 hours and thereafter in cycles of 24 hours away from original location.

Note: Hotel room calls, pay channel utilisation, alcohol consumption are for the bidders own account.

Communication costs (indicate a maximum allocation or whether proof will be submitted up to a ceiling amount)

Office supplies

Computer software

Postage, telephones, faxes

Couriers

Reproduction costs (indicate a maximum allocation or whether proof will be submitted up to a ceiling amount)

Printing/copying costs (estimates of cost per page and number of pages must be provided, where applicable).

Note 1: The cost of travel and accommodation for persons who are not part of the prospective contractors team should not be included. These costs will be borne by the Client.

Note 2: No handling fee on disbursements will be considered

VAT: Value Added Tax must be included and shown separately.

16

dti Requirements in terms of the National Industrial Participation Programme (NIPP)

16.1

In order to ensure effective implementation of the NIPP, the successful bidder will be required to immediately after the award of this contract in excess of R10 million, submit details of such contract to the dti for reporting purposes.

17

Logistics for presentations

17.1

The Fasset or its authorised representative reserves the right to invite bidders for presentations before the award of the bid.

17.2

Shortlisted bidders will be given three (3) days advance notice to attend the presentation. The date as well as the detail for the venue and the agenda for the presentations will be provided.

17.3

Presentations will be made to the full Bid Evaluation Committee.

17.4

Under no circumstances will a presentation by any bidder constitute and award or promise/undertaking to award the contract.

I/we herewith accept all the above-mentioned special conditions of the bid. If I/we do consider a deviation therefrom, I have noted those as per the instruction in paragraph 1 (General) above.

Name of applicant:

Signature of applicant:

Date:

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

Section divider and / or Tab

Tax Clearance Certificate

Section B Part 2

Tick to verify criteria met

Expiry date must be valid on the bid closing date

Certificate must be valid and original

A valid and original tax clearance certificate has been submitted for each of the entities participating in a consortium / joint venture

Tax exempt organisation are also required to provide an original Tax Clearance Certificate issued by SARS

Fasset has been contacted to clarify any discrepancy iro the requirement

OR

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

TAX CLEARANCE CERTIFICATE REQUIREMENTS

It is a condition of bid (tender) that the taxes of the successful bidder must be in order, or that satisfactory arrangements have been made with South African revenue Services (SARS) to meet the bidders tax obligations.

1. In order to meet this requirement, bidders are required to complete in full the form TCC 001 Application for a Tax Clearance Certificate and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders/ individuals who wish to submit bids.

1. SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one) year from date of approval.

1. The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable.

1. In bids where Consortia / Joint ventures / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate.

1. Copies of the TCC 001 Application for a Tax Clearance Certificate form are available from any SARS branch office nationally or on the website www.sars.gov.za.

1. Applications for Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section B 2: Tax Clearance Certificate

Section divider and / or Tab

Additional Registration Certificates

Section B Part 3

Tick to verify criteria met

A valid copy of Business (company) registration certificate must be submitted, if applicable.

A valid copy of VAT registration certificate (VAT103) must be submitted, if applicable.

Copy of company incorporation certificate(s) must be submitted, if applicable.

A list of the directors/ owners of the bidder or in the case of a consortium/ joint venture, a list of the directors/ owners of each party to the consortium/ joint venture. This list must be aligned to the company registration certificate, if applicable. Fasset reserves the right to request each bidder to, after closing, forward such list of directors/ owners to Fasset in electronic (word) format.

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section B 3: Additional Registration Certificates

DECLARATION OF INTEREST

1. Any legal person, including persons employed by the State[footnoteRef:2], 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, limited bid or proposal or a 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 [2: State meansAny 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);Any municipality or municipal entity;Provincial legislature;National Assembly or the National Council of Provinces;Parliament.]

1.1. The bidder is employed by the State; and/or

1.2. The bidder is a Management Board member of Fasset and/or

1.3. 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 the bid.

2.1.

Full Name of bidder or his or her representative:

2.2.

Identity Number:

2.3.

Position occupied in the Company (director, trustee, shareholder, member, etc[footnoteRef:3]): [3: 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]

2.4.

Registration number of company, enterprise, close corporation, partnership agreement or trust

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:

2.7.2.

If 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.)

2.7.3.

If no, furnish reasons for non-submission of such proof:

2.8.

Did you or your spouse, or any of the companys directors/trustees/ shareholders/ members or their spouses conduct business with the State in the previous twelve (12) months?

YES / NO

2.8.1.

If so, furnish the following particulars.

2.9.

Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person employed by the State or Deloitte Consulting[footnoteRef:4] (Pty) Ltd and who may be involved with the evaluation and or adjudication of this bid? [4: Deloitte Consulting (Pty) Ltd is the Procurement Administrator ]

YES / NO

2.9.1.

If so, furnish the following particulars.

2.10.

Are 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 or Deloitte Consulting (Pty) Ltd who may be involved with the evaluation and or adjudication of this bid?

YES / NO

2.10.1.

If so, furnish the following particulars.

2.11.

Do 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 the following particulars.

3. Full details of directors/ trustees/ members/ shareholders.

Full Name

Identity Number

Personal Income Tax Reference No

State Employee Number/ PERSAL Number

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

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section B 4: Declaration of Interest

DECLARATION OF BIDDER'S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1. This declaration will be used by institutions to ensure that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

1. The bid of any bidder may be disregarded if that bidder, or any of its directors have:

1. abused the Fassets supply chain management system;

1. committed fraud or any other improper conduct in relation to such system; or

1. failed to perform on any previous contract.

1. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item

Question

Yes

No

2.

Is the bidder or any of its directors listed on the National Treasurys 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 Treasurys website (www.reatury.gov.za) and can be accessed by clicking on its link at the bottom of the homepage.

Yes

No

0.

If so, furnish particulars:

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)?

The Register for Tender Defaulters can be accessed on the National Treasurys website, (www.treasury.gov.za) by clicking on its link at the bottom of the homepage.

Yes

No

1.

If so, furnish particulars:

2.

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

2.

If so, furnish particulars:

2.

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

3.

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 ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

Signature

Date

Position

Name of Bidder

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section B 5: Declaration Of Bidder's past SCM Practices

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

FAS/TL/PD/BP/CON0716/Y16

in response to the invitation for the bid made by:

FASSET

(Name of Institution)

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:

has been requested to submit a bid in response to this bid invitation;

could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and

provides the same goods and services as the bidder and/or is in the same line of business 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 consortium[footnoteRef:5] will not be construed as collusive bidding. [5: 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:

prices;

geographical area where product or service will be rendered (market allocation)

methods, factors or formulas used to calculate prices;

the intention or decision to submit or not to submit, a bid;

the submission of a bid which does not meet the specifications and conditions of the bid; or

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.

SignatureDate

.

Position Name of Bidder

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section B 6: Certificate of Independent Bid Determination

Section divider and / or Tab

HIV / Aids Policy

Section B Part 7

Tick to verify criteria met

HIV / Aids Policy Document

I HAVE COMPLIED WITH THE REQUIREMENTS OF THIS SECTION!

Bid No:

FAS/TL/PD/BP/CON0716/Y16

Fasset Bid Document

Section B 7: HIV / Aids Policy

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2011

NB: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 R1 000 000 (all applicable taxes included) and therefore the 90/10 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

90

1.3.1.2

B-BBEE Status Level of Contribution

10

Total points for Price and B-BBEE must not exceed

100

1.4Failure on the part of a bidder to fill in and/or to sign this form and submit a valid original or certified 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.DEFINITIONS

2..1all applicable taxes includes value-added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies;

2.2B-BBEE means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

2.3B-BBEE status level of contributor means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

2.4bid means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;

2.5Broad-Based Black Economic Empowerment Act means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

2.6comparative price means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration;

2.7consortium or joint venture 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;

2.8contract means the agreement that results from the acceptance of a bid by an organ of state;

2.9EME means any enterprise with an annual total revenue of R5 million or less .

2.10Firm price means 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 the law or regulation, is binding on the 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;

2.11functionality means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder;

2.12non-firm prices means all prices other than firm prices;

2.13person includes a juristic person;

2.14rand value means the total estimated value of a contract in South African currency, calculated at the time of bid invitations, and includes all applicable taxes and excise duties;

2.15sub-contract means the primary contract