+ All Categories
Home > Documents > €¦  · Web viewINVITATION TO BID. SBD1. BID NUMBER: NRF|SAASTA / 06 / 2015-2016. CLOSING DATE....

€¦  · Web viewINVITATION TO BID. SBD1. BID NUMBER: NRF|SAASTA / 06 / 2015-2016. CLOSING DATE....

Date post: 18-Jun-2018
Category:
Upload: buianh
View: 215 times
Download: 0 times
Share this document with a friend
31
INVITATION TO BID SBD1 BID NUMBER: NRF|SAASTA / 06 / 2015- 2016 CLOSING DATE 18 September 2015 CLOSING TIME: 11:00 BID DESCRIPTION TO APPOINT A SERVICE PROVIDER TO PRODUCE A BIMONTHLY ELECTRONIC NEWSLETTER FOR THE NANOTECHNOLOGY PUBLIC ENGAGEMENT PROGRAMME FOR A PERIOD OF ONE YEAR. PREFERENTIAL PROCUREMENT SYSTEM: (points for price : points for procurement preference) 80:20 BRIEFNG SESSION: Not Applicable Compulsory Not Compulsory Date and Time: Not applicable Locations: Not applicable SUBMISSION REQUIREMENTS: Submission by hand: Tender Box situated at: Didacta Building 211 Nana Sita Street (formerly Skinner) Pretoria 0002 Submission by Courier: Reception at : As above on Weekdays between 08:00 and 16:00 Required on Envelope: Bid Number (as above) Closing Date and Time Bidder Details: Company Name Postal Addres Contact Name, contact telephone number and contact e-mail address Method of Submision: Two (2) Envelope System: Envelope 1 – Technical (Proposal and SBD Documents) Envelope 2 – Pricing (Written Offer including SBD 3) Important Notes: No bid response received after the PAGE SIGNED BY BIDDER: _________________ Page 1 of 31
Transcript

INVITATION TO BID

SBD1

BID NUMBER:

NRF|SAASTA /

06

/ 2015-2016

CLOSING DATE

18 September 2015

CLOSING TIME:

11:00

BID DESCRIPTION

TO APPOINT A SERVICE PROVIDER TO PRODUCE A BIMONTHLY ELECTRONIC NEWSLETTER FOR THE NANOTECHNOLOGY PUBLIC ENGAGEMENT PROGRAMME FOR A PERIOD OF ONE YEAR.

PREFERENTIAL PROCUREMENT SYSTEM:

(points for price : points for procurement preference)

80:20

BRIEFNG SESSION:

|X| Not Applicable

|_| Compulsory

|_| Not Compulsory

Date and Time:

Not applicable

Locations:

Not applicable

SUBMISSION REQUIREMENTS:

Submission by hand:

Tender Box situated at:

Didacta Building

211 Nana Sita Street (formerly Skinner)

Pretoria

0002

Submission by Courier:

Reception at :

As above on Weekdays between 08:00 and 16:00

Required on Envelope:

Bid Number (as above)

Closing Date and Time

Bidder Details:

Company Name

Postal Addres

Contact Name, contact telephone number and contact e-mail address

Method of Submision:

Two (2) Envelope System:

Envelope 1 Technical (Proposal and SBD Documents)

Envelope 2 Pricing (Written Offer including SBD 3)

Important Notes:

No bid response received after the deadline date and time will be considered.

Please ensure that no price is included in Envelope 1

All bids must be submitted on the unaltered official forms in this invitation with additional information supplied on attached supporting schedules.

This Bid is subject to the preferential procurement policy framework act and its 2011 regulations, the general conditions of contract (NRF website) and special conditions of contract as stipulated in this invitation.

ENQUIRIES:

Technical:

Joanne Riley (012) 392 9300 / [email protected]

Procedural:

Lindie Muller (012) 392 9300 / [email protected]

BIDDER DETAILS

NAME OF BIDDER:

REPRESENTED BY:

POSTAL ADDRESS:

PHYSICAL ADDRESS:

CONTACT DETAILS:

TELEPHONE:

CODE:

NUMBER:

CELLULAR:

CODE:

NUMBER:

FACSIMILE

CODE:

NUMBER:

E-MAIL:

VAT REGISTRATION NUMBER:

COMPANY REGISTRATION:

PRINCIPLE BUSINESS ACTIVITIES:

TYPE OF COMPANY/FIRM:

[tick applicable box]

|_| Partnership / Joint Venutre / Consortium

|_| Sole proprietor / One Person Business

|_| Close Corporation

|_| Company

|_| (Pty) Limited

|_| Other

COMPANY CLASSIFICATION:

[tick applicable box]

|_| Manufacturer

|_| Supplier

|_| Professional Service Provider

|_| Other Service Provider (e.g. transporter)

Has the original and valid tax clearance certificate been submitted: (tick)

|_| Yes

|_| No

Has a Preference Claim form claiming your Preference Points (SBD6.1) been submitted

(a B-BBEE status level verification certificate must support this claim)

|_| Yes

|_| No

If YES, who was the B-BBEE certificate issued by [tick applicable box]

An accounting officer as contemplated in the Close Corporation Act (CCA)

|_|

A verification agency accredited by the South African Accreditation System (SANAS)

|_|

A registered auditor

|_|

Are you the accredited representative in South Africa for the goods/services/works offered?

If Yes, please enclose proof.

|_| Yes

|_| No

Is the bid pack split into two envelopes Envelope 1 Technical and Evelope 2 Awarding

|_| Yes

|_| No

Are certified copies of Certificate of Incorporation (as per entity type) enclosed?

|_| Yes

|_| No

PAGE SIGNED BY BIDDER: _________________Page 1 of 23

TERMS OF REFERENCE

BACKGROUND TO THE NATIONAL RESEARCH FOUNDATION AND SAASTA

The National Research Foundation (NRF) is a juristic person established in terms of Section 2 of the National Research Foundation Act, Act 23 of 1998 and a Schedule 3A Public Entity in terms of the Public Finance Management Act. The NRF is the governments national agency responsible for promoting and supporting research and human capital development through funding, the provision of National Research Facilities and science outreach platforms and programs to the broader community in all fields of science and technology, including natural science, engineering, social science and humanities.

The South African Agency for Science and Technology Advancement (SAASTA) is a business unit of the National Research Foundation. SAASTAs mission is to promote broad public awareness, appreciation and understanding of science, engineering and technology in South Africa.

BACKGROUND TO THE NANOTECHNOLOGY PUBLIC ENGAGEMENT PROGRAMME (NPEP)

Nanotechnology Public Engagement Programme (NPEP), an initiative of the Department of Science and Technology (DST), is implemented by SAASTAs Science Communication Unit across all sectors of society. The NPEP programme was launched in 2008, with the overall aim to promote a public understanding of nanotechnology, and engagement with the new emerging scientific discipline. NPEP also assists in the translation of academic research in nanotechnology for the public, industry and policy makers, being a service to these diverse groups of stakeholders. NPEP was born out the Governments National Nanotechnology strategy. For more details, visit www.npep.ac.za.

SCOPE / SUMMARY OF SUPPLY

NPEP has been producing an electronic monthly and print-ready quarterly newsletter since June 2013 in support of the objectives of NPEP and to facilitate the dissemination of information to various audiences and facilitate dialogue between stakeholders. Continuing on the success of the newsletters, NPEP will be appointing a service provider to develop, produce and distribute the national nanotechnology bimonthly (one every two months) newsletters for a period of one year.

The production of the newsletter includes the development of all content for the newsletter. Included in the scope of the appointment is the requirement for the appointed service provider to host workshops to encourage and develop scientists and postgraduate students to communicate their science with a variety of stakeholders through the platform of the newsletter and contribute content to the newsletter.

CONTEXT

The overall objectives of this initiative are to:

4.1. Disseminate information about nanotechnology focusing on research activities in South Africa;

4.2. Profile South African scientists in nanotechnology research;

4.3. Share information about events, conferences etc., both local and international, relating to nanotechnology;

4.4. Inform society across all sectors, including industry, policy makers, youth and civil society, of local, continental and international research activities;

4.5. Create awareness around opportunities for industry and research collaborations;

4.6. Generate public awareness of nanotechnology and its applications;

4.7. Encourage and develop scientists of all levels to be able communicate science with a variety of stakeholders and not limited to peer communities;

4.8. Support the development of a science communication profile for scientists involved in the appointed service providers project team.

DETAILED SPECIFICATIONS

(A detailed response [proposal] to the specifications must be attached to this document which, together with this document, will form the bid response).

Bidder Requirements

5.1.1 Interested service providers - science content specialists in the field of nanotechnology, communication specialists and interested nanotechnology researchers - are requested to submit proposals for the development and implementation of the NPEP nanotechnology bimonthly newsletters for a period of one year;

5.1.2 The service provider will be required to include in their team people with track records in science communication initiatives, targeting different audience groups. The team must include a writer and designer, as well as at least one individual who is actively involved in research in the field of nanotechnology, with a track record of scientific papers published in recognised scientific journals. The project team must have at least 3 years combined experience in science communication, and each team member must have at least one years experience within their defined role.

5.1.3 Interested service providers should demonstrate some form of newsletter involvement in the past or provide information on similar previous projects (i.e. in written form) that have been undertaken;

5.1.4 In order to address the organisational mandate on growing local science communication, the project leader must be a South African citizen. The scientist (nanotechnology specialist) on the project team must be a South Africa citizen.

5.1.5 If consortiums/partnerships/joint ventures are formed to address the requirements of this bid, the bidder will be required to submit a copy of the joint venture agreement between all relevant parties and all members will be required to be tax complaint and provide proof thereof (tax clearance certificate). Please refer to the Special Conditions of Contract for all relevant requirements.

Proposal Requirements

Organisations, companies or individuals wishing to respond to this call need to provide the following information in their proposal;

5.2.1 Information on the organisational structure/company profile (if applicable);

5.2.2 Details and curriculum vitae of the project leader and individuals fulfilling various roles in the project team, including: writer, designer, nanotechnology specialist (scientist). The details must show the required combined three years experience in science communication initiatives and public awareness of science, and at least one years experience within each defined role.

5.2.3 The proposal must also define the roles of the various team members, in particular clearly laying out the role and involvement of the nanotechnology scientist on the team in the development of the newsletter.

5.2.4 Details of similar projects, with examples and three contactable references, in which the team or team members have been involved.

5.2.5 Design mock-up of possible layout of the newsletter.

5.2.6 The proposal must include a proposed plan for the development of science communication skills in nanotechnology scientists and researchers to feed content to the newsletter.

5.1. Product / Services Specifications

5.3.1 The newsletters shall be in digital format and distributed electronically;

5.3.2 The distribution of bimonthly newsletter should occur by the last day of every second month;

5.3.3 Bimonthly electronic newsletters are to be created in Hyper Text Markup Language (HTML) format, with clickable links to the stories saved in an archive on the SAASTA server. Full stories will need to be created on the server as pages with images. The newsletter will act as a teaser, with a heading, key highlights of the longer article, and thumbnail images to entice readers to click through, thus driving traffic to the NPEP/SAASTA websites.

5.3.4 Articles and content that appears in the newsletter should appear on the NPEP website (www.npep.ac.za);

5.3.5 The newsletter shall be in a bulletin-type format in email providing updates on events, highlighting relevant current news in nanotechnology, profiling current research developments etc. Each monthly newsletter should contain a minimum of four articles of between 700 and 1000 words targeted to various audience groups, excluding information about upcoming events. Each newsletter should provide at one more in-depth and insightful article in the form of an opinion piece from a specialist in the field, of no fewer than 800 words.

5.3.6 The design of the email newsletter template will require approval by nominated SAASTA staff. Content can be placed within the template from edition to edition, with images and links to articles updated;

5.3.7 Each newsletter shall contain content and relevant images of a high quality appropriate to all audience categories, including but not limited to scientists, industry, policy makers, youth and civil society.

5.3.8 The service provider will be required to establish relationships with relevant individuals, institutions, etc. for the purpose of assimilating content. The successful service provider will work with the NPEP programme to identify suitable sources of content;

5.3.9 The appointed service provider should be able to source current hot topics in nanotechnology nationally and globally. The service provider will be required to then contact relevant local specialists for detailed content on these topics. Each newsletter must include content that covers local research. Any coverage of international research must be relevant in the local context and include input from local researchers;

5.3.10 The service provider may appoint appropriate authors for the writing of content, but the responsibility for all content rests with the service provider;

5.3.11 The content of the newsletter shall follow SAASTAs Scientific Editorial Process (SEP) in liaison with the Science Editor, and necessary time must be accorded for this process during planning of each issue;

5.3.12 The Scientific Editorial Process requires that each article is reviewed by two experts in the discipline/field and be checked by SAASTAs Science Editor. The NPEP programme will assist in identifying potential reviewers of content, with whom the service provider will be expected to liaise;

5.3.13 SAASTA will provide a database of recipients of the newsletter. The service provider will be required to verify and expand the current database of stakeholders and recipients of the newsletter. The database of recipients will be managed and updated by the service provider. The service provider should provide SAASTA with an updated database at regular intervals.

5.3.14 The first issue of the newsletter should be distributed within 8 weeks of the appointment of the service provider.

5.3.15 NPEP and SAASTA will be required to approve the proposed content for each newsletter, as well as the final content prior to publishing. Approval will be confirmed by either the NPEP Coordinator or the Science Editor. Necessary time for approval should be accorded for in planning.

5.3.16 All content developed, as well as templates and designs will remain the property of SAASTA. All newsletters must adhere to branding requirements of SAASTA and NPEP.

5.3.17 The newsletter must draw content from the South African nanotechnology research community.

5.3.18 Workshops must be implemented by the appointed service provider to support the nanotechnology research communitys contribution to the newsletter. The development implementations should equip scientists and researchers with skills to be able to write content for the newsletter targeted at various audiences.

5.3.19 A total of three (3) workshops should be hosted, and across different provinces. The successful bidder will be responsible for the preparation, facilitation and sourcing of delegates for the workshops. All travel arrangements, securing of venue and associated costs of one facilitator will be administrated by NRF|SAASTA.

5.3.20 Each workshop should be attended by/reach a minimum of ten students or scientists in the field of nanotechnology. Evidence in the form of attendance registers will be required to support this. A report will be required to be submitted after each development intervention to indicate numbers of participants and outcomes of the intervention.

5.3.21 Each workshop should align to principles of SAASTAs structured writing workshops. The structure of each workshop will be refined in liaison with SAASTA and will require approval by SAASTA. When possible, the workshops may draw on expertise within SAASTA.

5.3.22 The appointed service provider will be required to produce a brief report every six months on items such as, but not limited to, challenges experienced, number of articles produced, distribution, feedback.

DOWNSTREAM MAINTENANCE SERVICES, SPARES AND SUPPORT (IF APPLICABLE)

6.1. The service provider will be required to hand over all applicable systems (e.g. database of recipients) to SAASTA at the end of the contract and may be required to provide training in the handover process.

6.2. NRF|SAASTA may request to extend the contract for a maximum of a six month period (three issues) at the quoted rate plus a 10% escalation. This however will be confirmed in writing should the need arise. This extension, if agreed upon, will be managed on a bimonthly basis.

QUALITY REQUIREMENTS INCLUDING APPLICABLE STANDARDS (WHERE THESE EXIST)

The scientific editorial process (SEP) of SAASTA must be adhered to in the development of newsletter content with the involvement of the Science Editor at SAASTA. The service provider will be required to provide documentation supporting the adherence to the SEP. The SEP will be made available to the serviced provider.

The planned content for each newsletter must be approved by SAASTA prior to development of content.

The quality of the newsletters presentation and content must be of standard to achieve the objectives and specifications of the newsletter as outlined in this document.

The quality of the newsletter will be monitored by NPEP/SAASTA.

LOCAL CONTENT REQUIREMENTS

The contracted provider is required to be based locally in South Africa.

The newsletter must include content that covers local research. Any coverage of international research must be relevant in the local context and include input from local researchers.

EVIDENCE OF SUPPLY CAPACITY AND CAPABILITY (TECHNICAL MERIT)

Bidders are required to provide a profile of themselves for evaluation of their capacity to supply the required services. Three years combined experience in science communication, and the electronic creation and distribution of newsletters should be clearly highlighted. Bidders are required to provide curriculum vita of project leader and relevant project team members, and demonstrate each team member has at least one years experience within their defined role.

Bidders are required to provide letters from threecontactable references, demonstrating their experience in delivering the work required and the quality of such previous work, in which the previous clients declare the following:

CRITERIA

POOR

AS REQUIRED

ABOVE EXPECTATIONS

Professionalism

Interpersonal skills

Turn around/completion times

Satisfaction with the work done.

Overall Impression (i.e. would use again)

SELECTION AND AWARDING OF CONTRACT

This Bid is evaluated through a two-stage process. The bid proposals should be submitted trough a two-envelope system: Envelope ONE should contain the technical information. Envelope TWO should contain the pricing information. The Bid number, name of bidder and closing date must be clearly indicated on each envelope and labelled as Envelope one and two. The envelopes should consist of one original document and 5 copies.

Stage 1 Selection of Qualified Bidders

The Bidders Bid response/submission is evaluated against the Bid invitation specifications as well as the bidders capacity and capability. The proposal must clearly illustrate the capability to perform the full scope of work. Only bidders who have submitted their tender documents on time will be evaluated. Evaluation is made in accordance to published evaluation criteria and the scoring set.

Stage 2 Awarding of the Contract

Bidders are compared on a fair and equal basis taking into account all aspects of the proposals.

The award criteria are:

Price - with the lowest priced Bid on an equal and fair comparison basis receiving the highest price score as set out in the 2011 Preference Regulations.

Preference - preference points as claimed in the preference claim form are added to the price ranking scores and the highest combined score is nominated for the contract award.

Administration - Contracts are awarded where Bidders have supplied the relevant administrative documentation, especially the original Tax Certificate and original or certified copies of B-BBEEE Certificates (if applicable).

QUALIFYING THRESHOLD FOR SELECTION EVALUATION (STAGE 1)

Bids that have not met a mandatory requirement are marked as failed and will not be evaluated against the technical criteria.

Bids scoring less than the minimum OVERALL threshold of 70%are marked as failed and are not considered for the next stage of evaluation.

Bids scoring less than the minimum CRITERIA threshold (where applicable to a specific criterion) are marked as failed and not considered for the next stage of evaluation

SELECTION ON SPECIFICATIONS AND CAPABILITY AND CAPACITY

Evaluation scoring for all criteria other than the mandatory requirements is scored on the following basis:

TECHNICAL EVALUATION SCALE

0

1

2

3

4

No Information to make assessment

Poor

Average

Meets Requirements

Above Expectations

Total Evaluation Score= [Score x weighting x number of evaluators]/ [Maximum score x 100 x number of Evaluators]

MANDATORY REQUIREMENTS FOR THIS BID (has the bid submission met all mandatory requirements for this bid)

SCORE

NO

ELEMENT

1

The bidder has demonstrated a minimum of three years combined experience of the team in science communication to a variety of audiences, and that each team member has at least one years experience within each defined role.

(Panel will evaluate according to submitted curriculum vita)

|_| Yes

|_| No

2

The bidder has included in the project team at least one scientist actively involved in nanotechnology research.

|_| Yes

|_| No

3

Three contactable references have been provided that addresses capability and capacity in the work required. Any three references are acceptable.

|_| Yes

|_| No

TECHINICAL CRITERIA FOR THIS BID (has the bid submission displayed capability to deliver according to the scope)

WEIGHT

MINIMUM THRESHOLD

4

Proposed plan for development of science communication in the field of nanotechnology

Workshops aimed to develop the nanotechnology research community to feed content to the newsletter, including but not limited to, how participants will be recruited and how participants will contribute to the newsletter.

(Panel will evaluate the content of the plan against the above criteria)

15

5

Supply a design or mock-ups of the electronic newsletter.

(Panel will evaluate on the layout and design)

15

6

Proposed plan for sourcing and management of content.

(Panel will evaluate based on the content of the plan in relation to the objectives of the newsletter)

15

7

Proposal provides information on how the service provider will accommodate a variety of audiences by means of the appropriate content and style of the electronic newsletter.

(Panel will evaluate the approach to different audiences refer to section 4)

15

8

Proposed plan for expansion of database of recipients of the newsletter.

(Panel will evaluate the approach to expanding the database)

10

TRACK RECORD

9

Quality of past work.

(Panel will evaluate the previous similar projects as indicated by the bidder as well as the content of the written references supplied)

30

TOTAL WEIGHT:

100

CONTRACT MANAGEMENT

13.1 The award of this contract to the selected supply provider establishes the contract between the NRF and the appointed supply provider. General conditions of contract apply.

13.2 The contract is inclusive of potential downstream work as specified in this document where the nature and quantity of supplies are not determinable at the commencement of this contract. Such potential downstream supplies follows the process of a detailed quotation of the supply required, evaluation of the supply quotation received and, where necessary, request either further detail or negotiate upon value of supply quoted and the issue of an official Purchase Order for the agreed supply prior to the commencement of such supply.

13.3 The appointed service provider will report to the specified SAASTA project manager.

13.4 Meetings, where needed, will be scheduled between both parties.

13.5 Design template for bimonthly newsletters must be approved by SAASTA.

13.6 Proposed plans for articles should be provided to SAASTA prior to the development of content, at least six weeks in advance of distribution date of newsletter. Proposed plans will require approval by SAASTA.

13.7 The service provider is required to follow SAASTAs Scientific Editorial Process, in liaison with the Science Editor of SAASTA. The SAASTA project manager and Science Editor must approve all content prior to distribution of each newsletter.

13.8 The service provider is required to provide a report every six months, summarising article topics, writers and reviewers, and development workshops, as well as reporting any challenges.

13.9 The service provider is required to provide attendance registers of each workshop hosted.

13.10 The successful bidder will be required to attend two performance management meetings during the contract period to ensure that all requirements as agreed upon have been met according to standard.

13.11 The performance of successful bidder will be evaluated against the following criteria:

a. Has the service provider complied with all the terms of the contract for the period under review?

b. Has the service provider consistently delivered the required service/product by the stipulated deadline?

c. Has the service provider consistently delivered the required service/product according to the purchasers standards?

d. Has the service provider responded to and resolved any issues raised by the purchaser in an efficient manner?

e. Has the service provider attempted to improve on the requirements of the purchaser?

PERFORMANCE RATING SCALE

0

1

2

3

4

No Information to make assessment

Poor

Average

Meets Requirements

Above Expectations

Performance Criteria

Weight

Minimum Threshold

Contract Compliance

50%

75%

Customer Satisfaction

40%

50%

Continuous Improvement

10%

0%

Total:

100%

62.5%

i. Contract Compliance the appointed bidder must score at least a 3 interpreted as Meets Requirements.

ii. Customer Satisfaction the appointed bidder must score at least a 2 interpreted as Average.

iii. Continuous Improvement this is not mandatory but any improvement on the stipulated agreement without deviation from the agreed upon terms of the contract will be interpreted as Above Expectations.

iv. If the appointed bidder does not meet the minimum threshold set for the performance measures, the performance will be deemed unsatisfactory (refer to the special conditions of contract).

CONTRACT PERIOD

The contract will commence with immediate effect upon the signing of the Acceptance of Written Offer and will continue until 6 issues of the newsletter have been produced and distributed, or until extended or terminated as provided for in this contract.

SUPPLY DELIVERY VALIDATION

The certificate and the related report of delivery/installation/progress milestone/commissioning will be validated by a NRF representative prior to payment of final invoices.

PAYMENT INTERVALS

The NRF undertakes to pay delivery validated invoices in full within thirty (30) days from the monthly statement date or upon agreed payment intervals as accepted in this contract.

Payments will be made after completion of each newsletter. Payments relating to development workshops will be made after the completion of the workshop and receipt of the attendance register to verify the workshops have met the minimum targets.

Payments will only be made if all required reports are up to date and have been submitted to SAASTA.

No invoices for outstanding deliverables or for any unproductive or duplicated time spent by the service provider will be validated for payment. The NRF does not accept predating of invoices.

PRICING SCHEDULE FOR DURATION OF CONTRACT (ENVELOPE 2)

(STANDARD BIDDING DOCUMENT 3.1 AND 3.3)

SBD 3

IMPORTANT NOTE

Only firm prices will be accepted. The price quoted is fully inclusive of all costs and taxes. No changes or extensions or additional ad hoc costs are accepted once the contract has been awarded.

Detailed information is optional and is provided as annexures to the details provided below unless specific templates have been supplied.

Bid price in South African currency, foreign exchange risk is for the account of the Bidder.

Pricing is subject to the addition of Preference Points as stipulated in the section below - Standard Bidding Document 6.1 Preference claim form

Other: Pricing should be broken down per newsletter and per workshop.

OFFER VALID FOR

150 DAYS

FROM CLOSING DATE OF THIS BID

BID PRICE IN REPUBLIC OF SOUTH AFRICA (RSA) CURRENCY AND ALL APPLICABLE TAXES ARE INCLUDED

Item

Quantity

Description of Supplies

Rate/Unit Price

Bid/Quote Price

1

6

Bimonthly Electronic Newsletters

(including all associated costs and/or requirements as per the specifications)

2

3

Development Workshops

(including all associated costs and excluding all travel)

Total:

B-BBEE STATUS LEVEL OF CONTRIBUTION (as per SBD6.1 below)

Level

Preference Points Claimed

Does the offer comply with the specification(s)?

|_| Yes

|_| No

If the offer does not comply with specification, indicate deviation(s) in a separate attached schedule.

IMPORTANT NOTE: Extract the SBD 3.1 and include this page in envelope 2 marked Envelop 2 Pricing

PREFERENCE POINTS CLAIM FORM

(STANDARD BIDDING DOCUMENT 6.1)

SBD 6.1

IMPORTANT NOTE

Bidders will only be awarded B-BBEE points if an original or original certified copy (copy bearing the original stamp and signature of a commissioner of oaths) is included in the bid submission.

If no B-BBEE certificate or copy of a certified B-BBEE certificate or copy of uncertified B-BBEE certificate is included, the Bidder will score 0 (zero points) for the B-BBEE Status Level of Contribution.

(Points claimed must be in accordance with the table reflected above and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).

In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points must be awarded to a Bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points(80/20 system)

Number of points(90/10 system)

1

20

10

2

18

9

3

16

8

4

12

5

5

8

4

6

6

3

7

4

2

8

2

1

0

0

0

EME - Level 3

16

8

EME- Level 4

12

5

Non-compliant

0

0

B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF THE ABOVE TABLE

B-BBEE Status Level of Contribution:

=

(maximum of 10 or 20 points)

SUB-CONTRACTING

Will any portion of the contract be sub-contracted

|_| Yes

|_| No

If YES, indicate:

(i) The name of the sub-contractor?

(ii) What percentage of the contract will be subcontracted?

%

(iii) The B-BBEE status level of the sub-contractor?

(iv) Whether the sub-contractor is an EME?

|_| Yes

|_| No

I/we, the undersigned, who is/are duly authorised to do so on behalf of the company/firm, certify that the points claimed, based on the B-BBEE status level of contribution of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I/we acknowledge that:

i. The information furnished is true and correct;

ii. The preference points claimed are in accordance with the General Conditions as indicated in Paragraph 1 of this form.

iii. In the event of a contract being awarded as a result of points claimed as shown above, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

iv. If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have

a) Disqualify the Bidder from the bidding process;

b) Recover costs, losses or damages it has incurred or suffered as a result of that Bidders conduct;

c) Cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

d) Restrict the Bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding ten (10) years, after the audialterampartem(hear the other side) rule has been applied; and forward the matter for criminal prosecution

v. A Bidder will not be awarded points for B-BBEE status level if it is indicated in the Bid documents that such a Bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a Bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub-contract.

vi. A Bidder 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 Bidder concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.

THE NATIONAL RESEARCH FOUNDATIONs CONDITIONS OF CONTRACT

a) National Treasury General Conditions of Contract

General Conditions of Contract, as issued by National Treasury, are part of this contractual agreement and are made available on the NRF Website (www.nrf.ac.za. Click on Bids and select Call for Bids).

The Conditions of Contract stipulated in this Bid invitation form part of the Conditions of Contract applying to this document.

b) Bid response preparation costs

The NRF is NOT liable for any costs incurred by a bidder in the process of responding to this Bid, including on-site presentations and the proposal a service provider may make and/or submit.

c) Cancellation prior to awarding

The NRF has the right to withdraw and cancel the Bid.

d) Late bids

Bids submitted after the stipulated closing date and time are not considered.

e) Collusion, fraud and corruption

Any effort by Bidder/s to influence Bid evaluation, Bid comparisons or Bid award decisions in any manner may result in the rejection of the Bid concerned.

f) Confidentiality

The successful Bidder agrees to sign a general confidentiality agreement with the NRF.

g) Validity period

The Bid has a validity period of 150 days from date of closure of the Bid.

h) Validation of submitted documentation

The NRF has the right to have any documentation submitted by the Bidders inspected by another technical body or organisation.

i) Presentations and proof of concept

The NRF has the right to call interviews/presentations/pitching sessions as well as proof of concept sessions with short-listed service providers before the final selection is done.

j) Intellectual property provided in the bid invitation

All the information contained in this document is intended solely for the purposes of assisting Bidders to prepare their Bids. Any use of the information contained herein for other purpose than those stated in this document is prohibited.

The ownership and intellectual property rights of all designs, specifications, programming code and all other documentation provided by the NRF to the Bidder, both successful and unsuccessful, remain the property of the NRF.

k) Intellectual property contained in the deliverables

The ownership and intellectual property rights of all designs, specifications, programming code and all other documentation required as part of the delivery to the NRF reside with the NRF.

SPECIAL CONDITIONS OF CONTRACT PERTAINING TO THIS BID

a) All clauses including those pertaining to unsatisfactory performance and delivery as well as penalties as per the Treasury General Conditions of Contract apply unless stipulated otherwise in this document.

b) The successful bidder will be required to attend at least two performance management meetings during the contracted period where the bidder will be measured according to the criteria stipulated under point 13 Contract Management.

c) In the event that the performance of the appointed bidder is declared unsatisfactory or should the appointed bidder fail to deliver the required service, the following clauses from the Treasury General Conditions of Contract will be enforced:

i. Clause 21 Delays in Supplier Performance

ii. Clause 22 Penalties

iii. Clause 23 Termination by default

Penalties shall be calculated as follows:

CONTRACT PERIOD

RATE PER R100 OF ESTIMATE

12 Months

2.75 cents

11 Months

3 cents

10 Months

3.5 cents

09 Months

3.75 cents

08 Months

4 cents

07 Months

4.75 cents

06 Months

5.75 cents

05 Months

6.25 cents

4.5 Months

7.5 cents

04 Months

8.5 cents

3.5 Months

9.5 cents

03 Months

11 cents

2.5 Months

13.5 cents

02 Months

16.5 cents

1.5 Months

22 cents

01 Month

27.5 cents

Penalty per day rounded off as follows:

PENALTY AMOUNT

ROUNDED

R 0 R 500

Nearest R5

R 501 R 1 000

Nearest R 10

R 1001 R 5 000

Nearest R 50

R 5001 and above

Nearest R 100

Example of Calculation

Estimated Contract Value:=R 400000.00 (excluding VAT)

Contract Period=12 Months

Calculation=R 400000 x

=R 110.00 per day

Rounded:=R 110.00 per day

Penalties will be calculated proportionally on the estimated contract value of each phase.

d) In the instance where a joint venture is established to address the requirements of this bid the following conditions will apply:

i. A copy of the joint venture agreement must be submitted as part of the bid response.

ii. All members of the consortium / joint venture / partnership must be tax compliant and be able to submit valid and original tax clearance certificates.

iii. The joint venture will be required to submit a consolidated BBBEE certificate (if applicable)

iv. All members will be required to complete and sign all relevant Standard Bidding Documents (as per the Supplier Registration Pack).

v.

SUPPLIER DUE DILIGENCE

21.1 DECLARATION OF INTEREST

(STANDARD BIDDING DOCUMENT 4)

SBD 4

a) Any legal person, including persons employed by the State, or persons having a kinship with persons employed by the State, including a blood relationship, may make an offer or offers in terms of this invitation to Bid (includes an advertised competitive Bid, a limited Bid, a proposal or written price quotation). In view of possible allegations of favouritism, should the resulting Bid, or part thereof, be awarded to persons employed by the State, or to persons connected with or related to them, it is required that the Bidder or his/her authorised representative, declare his/her position in relation to the evaluating/adjudicating authority where:

i. The Bidder is employed by the State; and/or

ii. The legal person on whose behalf the Bidding Document is signed, has a relationship with persons/s person who is/are 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.

b) In order to give effect to the above, the following questionnaire must be completed and submitted with this Bid.

i. Full Name of Bidder or his/her representative:

ii. Identity Number:

iii. Position occupied in the Company (director, trustee, shareholder, member):

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

v. Tax Reference Number:

vi. VAT Registration Number:

vii. 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 a separate schedule including the following questions:

Schedule attached with the above details for all directors/members/shareholders

|_| Yes

|_| No

c) Are you or any person connected with the Bidder presently employed by the state? If so, furnish the following particulars in an attached schedule:

|_| Yes

|_| No

i. Name of person/ director/ trustee/ shareholder/member:

ii. Name of state institution at which you or the person connected to the Bidder is employed

iii. Position occupied in the state institution

iv. Any other particulars:

d) If you are presently employed by the State, did you obtain the appropriate authority to undertake remunerative work outside employment in the public sector?

If Yes, did you attach proof of such authority to the Bid document? If No, furnish reasons for non-submission of such proof as an attached schedule

|_| Yes

|_| No

(Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the Bid)

e) 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 months? If so, furnish particulars as an attached schedule:

|_| Yes

|_| No

f) Do you, or any person connected with the Bidder, have any relationship (family, friend, other) with a person employed by the State and who may be involved with the evaluation and or adjudication of this Bid? If so, furnish particulars as an attached schedule.

|_| Yes

|_| No

g) 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 who may be involved with the evaluation and or adjudication of this Bid? If so, furnish particulars as an attached schedule:

|_| Yes

|_| No

h) 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? If so, furnish particulars as an attached schedule:

|_| Yes

|_| No

21.2 DECLARATION OF BIDDERS PAST SUPPLY CHAIN MANAGEMENT PRACTICES

(STANDARD BIDDING DOCUMENT 8)

SBD 8

a) 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? If Yes, furnish particulars as an attached schedule:

Note: The Database of Restricted Suppliers and Register for Tender Defaulters resides on the National Treasurys website (www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

|_| Yes

|_| No

b) 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)? If Yes, furnish particulars as an attached schedule:

|_| Yes

|_| No

c) 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? If Yes, furnish particulars as an attached schedule:

|_| Yes

|_| No

d) 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? If Yes, furnish particulars as an attached schedule:

|_| Yes

|_| No

21.3 CERTIFICATE OF INDEPENDENT BID DETERMINATION

(STANDARD BIDDING DOCUMENT 9)

SBD 9

I, the undersigned, in submitting this Bid in response to the invitation for the Bid made by the NATIONAL RESEARCH FOUNDATION, do hereby make the following statements that I certify to be true and complete in every respect:

a) I have read and I understand the contents of this Certificate;

b) I understand that the Bid will be disqualified if this Certificate is found not to be true and complete in every respect;

c) I am authorised by the Bidder to sign this Certificate, and to submit the Bid, on behalf of the Bidder;

d) Each person whose signature appears on the Bid has been authorised by the Bidder to determine the terms of, and to sign, the Bid on behalf of the Bidder;

e) For the purposes of this Certificate and the accompanying Bid, I understand that the word competitor shall include any individual or organisation, other than the Bidder, whether or not affiliated with the Bidder, who:

i. Has been requested to submit a Bid in response to this Bid invitation;

ii. Could potentially submit a Bid in response to this Bid invitation, based on their qualifications, abilities or experience; and

iii. Provides the same goods and services as the Bidder and/or is in the same line of business as the Bidder

f) 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 will not be construed as collusive bidding.

g) In particular, without limiting the generality of paragraphs above, there has been no consultation, communication, agreement or arrangement with any competitor regarding:

i. Prices;

ii. Geographical area where product or service will be rendered (market allocation);

iii. Methods, factors or formulas used to calculate prices;

iv. The intention or decision to submit or not to submit a Bid;

v. The submission of a Bid which does not meet the specifications and conditions of the Bid; or

vi. Bidding with the intention not to win the Bid.

h) 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.

i) The terms of this 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.

j) 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

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.

22. CONTRACT FORM PURCHASE OF GOODS / WORKS / SERVICES

(STANDARD BIDDING DOCUMENT 7)

SBD 7

22.1 PART 1 WRITTEN OFFER (TO BE COMPLETED BY THE BIDDER)

I, the undersigned, hereby undertake to supply all or any of the goods and/or works described in the attached bidding documents to the NATIONAL RESEARCH FOUNDATION in accordance with the requirements and specifications stipulated in this Bid document at the price/s quoted. My offer/s remains binding upon me and open for acceptance by the purchaser during the validity period indicated and calculated from the closing time of Bid.

The following documents shall be deemed to form and be read and construed as part of this agreement even where integrated in this document:

SBD1

Invitation to Bid

SBD3

Pricing Schedule

SBD6.1

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

SBD4

Declaration of Interest

SBD8

Declaration of Bidders Past Supply Chain Management Practices

SBD9

Certificate of Independent Bid Determination

Other:

Treasury General Conditions of Contract

NRF Conditions of Contract

Special Conditions of Contract

Any and all Annexures attached to this document including the proposal submitted by the Bidder

Any subsequent service level agreement agreed upon by both parties (if applicable)

Joint Venture Agreement and individually completed SBD forms

Original Tax Clearance Certificate

Original or original certified copy of the BBBEE certificate (if applicable)

I confirm that I have satisfied myself as to the correctness and validity of my Bid; that the price(s) and rate(s) quoted cover all the goods and/or works specified in the bidding documents; that the price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and calculations will be at my own risk.

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

I declare that I have had no participation in any collusive practices with any Bidder or any other person regarding this or any other Bid.

I certify that the information furnished in these declarations (SBD4, SBD6.1, SBD 6.2 where applicable, SBD8, SBD9) is correct and I accept that the state including the NRF may reject the Bid or act against me should these declarations prove to be false.

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

NAME: (PRINT)

WITNESSES

CAPACITY:

1.

NAME OF FIRM:

DATE:

SIGNATURE:

2:

DATE:

DATE

22.2 PART 2 WRITTEN OFFER

The National Research Foundation acceptance of this written offer is authorised by a duly delegated official of the NRF and is communicated through either a written Letter of Award or, dependent on the complexity, a written purchase order and such proof of authority is available upon request.

This contract will only be binding once the NRF issues a Letter of Award appointing the successful bidder.


Recommended