CSIR RFP No. 3264/17/01/2019 Page 1 of 20
Request for Proposals (RFP)
The provision of management, administrative,
logistical and operational services in the implementation of the RECP Internship Programme for
the CSIR
RFP No. 3264/17/01/2019
Date of Issue 03 January 2019
Closing Date 17 January 2019
Place Tender box, CSIR Main Reception, Gate 3 ( North Gate)
Enquiries Strategic Procurement Unit E-mail: [email protected]
CSIR business hours 08h00 – 16h30
Category Professional Services
CSIR RFP No. 3264/17/01/2019 Page 2 of 20
TABLE OF CONTENTS
SECTION A – TECHNICAL INFORMATION 3
1 INTRODUCTION 3
2 BACKGROUND 3
3 INVITATION FOR PROPOSAL 3
4 PROPOSAL SPECIFICATION 4
5 FUNCTIONAL EVALUATION CRITERIA 6
6 ELIMINATION CRITERIA 7
7 NATIONAL TREASURY CENTRAL SUPPLIER DATABASE (CSD) REGISTRATION 7
SECTION B – TERMS AND CONDITIONS 8
8 VENUE FOR PROPOSAL SUBMISSION 8
9 TENDER PROGRAMME 8
10 SUBMISSION OF PROPOSALS 8
11 DEADLINE FOR SUBMISSION 8
12 AWARDING OF TENDERS 9
13 EVALUATION PROCESS 9
14 PRICING PROPOSAL 9
15 VALIDITY PERIOD OF PROPOSAL 10
16 APPOINTMENT OF SERVICE PROVIDER 10
17 ENQUIRIES AND CONTACT WITH THE CSIR 10
18 MEDIUM OF COMMUNICATION 11
19 COST OF PROPOSAL 11
20 CORRECTNESS OF RESPONSES 11
21 VERIFICATION OF DOCUMENTS 11
22 SUB-CONTRACTING 12
23 ENGAGEMENT OF CONSULTANTS 12
24 TRAVEL EXPENSES 12
25 ADDITIONAL TERMS AND CONDITIONS 12
26 CSIR RESERVES THE RIGHT TO 13
27 DISCLAIMER 13
DECLARATION BY TENDERER 14
ANNEXURE A: PROJECT DELIVERABLES 15
1 TRAINING DELIVERABLES 15
2 OPERATIONAL DELIVERABLES 15
ANNEXURE B: PROPOSAL EVALUATION MATRIX 18
CSIR RFP No. 3264/17/01/2019 Page 3 of 20
SECTION A – TECHNICAL INFORMATION 1 INTRODUCTION
The Council for Scientific and Industrial Research (CSIR) is one of the leading scientific
research and technology development organisations in Africa. In partnership with national
and international research and technology institutions, CSIR undertakes directed and
multidisciplinary research and technology innovation that contributes to the improvement of
the quality of life of South Africans. The CSIR’s main site is in Pretoria while it is represented
in other provinces of South Africa through regional offices.
2 BACKGROUND
The National Cleaner Production Centre of South Africa (NCPC-SA) is a key industrial
sustainability programme of the Department of Trade and Industry, hosted at the CSIR. The
work of the NCPC-SA promotes the implementation of Resource Efficiency and Cleaner
Production (RECP) methodologies – identifying and advising on cost saving options through
reduced energy, water and materials usage, as well as more efficient waste management
and use.
This supports the dti’s mandate on promoting South Africa’s industry growth and global
competitiveness as well as the Department of Energy’s National Energy Efficiency Strategy,
and is aligned with the Industrial Policy Action Plan (IPAP 2).
One of the key objectives of the NCPC-SA is to develop critical and scarce Green Skills in
the country. In pursuit of this objective the Internship programme is designed to grow an
increasing pool of competent RECP Practitioners that can conduct RECP audits and
increase the employability of recent graduates and increase awareness amongst
stakeholders about the benefits of RECP.
This document serves to provide the Terms of Reference for the work to be undertaken by
the Consultant. All interested tenderers are invited to submit Proposals in response to this
call as outlined in this Request for Proposal (RFP) document.
3 INVITATION FOR PROPOSAL
Proposals are hereby invited for the provision of management, administrative, logistical and
operational services in the implementation of the RECP Internship Programme on behalf of
the NCPC-SA as outlined in this RFP document.
CSIR RFP No. 3264/17/01/2019 Page 4 of 20
4 PROPOSAL SPECIFICATION
Proposals are to be submitted in a format specified in this document; however, tenderer are
welcome to submit supplementary proposals over and above the originally specified format.
The NCPC requires proposals that provide information about the elements listed below that
are relevant to the management of the RECP internship programme over a period of 12
months. To provide for the time needed to recruit companies and interns, as well as the post-
implementation process, the duration of the entire project is expected to be no more than 14
months. Proposals must clearly reflect how the following outcomes will be achieved:
1) Proposals by the same tenderer can be submitted for implementation in one or more of
the provinces where the NCPC-SA’s RECP Internship Programme is implemented.
Nationally, a total of 20 interns are expected to be mentored to successful completion of
the internship. The provinces that has to be included are as follows:
Gauteng;
Western Cape;
KwaZulu Natal; and
Eastern Cape.
2) Recruit and appoint interns as temporary employees, to be placed at manufacturing plants
for experiential workplace based learning purposes, for the duration of the internship.
3) Recruit companies for placement of interns for the full term of the internship and secure
their commitment to all the requirements and obligations associated with the internship
programme, including the payment of a top-up stipend of no less than R2,500.00 per
month. Companies must be recruited from across different provinces with Gauteng,
Western Cape, Kwa-Zulu Natal and Eastern Cape each contributing at least 3 different
companies.
4) Capacitate interns to apply RECP methodologies skills and competences that will
enhance the competitiveness of SA industries. Interns must be trained and mentored to
execute RECP assessments according to established NCPC-SA standards and
guidelines. Interns must be mentored to deliver a comprehensive RECP assessment
report, implementation report and case study. These reports and case studies must
comply with NCPC-SA standards and quality requirements. Mentors employed or used by
the successful bidder(s), therefore, must have experience and knowledge of these
standards and requirements.
5) Utilise the services of mentors, approved by the NCPC-SA, to facilitate the required
transfer of RECP knowledge and skills.
6) Facilitate the provision of logistical requirements, including laptops and personal
protective equipment.
7) As the employer of the interns, provide required Human Resource support in compliance
with relevant labour legislation and regulations. This should include the administration of
stipend payments, leave and other relevant employer/employee responsibilities.
CSIR RFP No. 3264/17/01/2019 Page 5 of 20
4.1 PROJECT DELIVERABLES
SEE ANNEXURE A FOR DETAILS ON PROJECT DELIVERABLES
4.2 PROJECT SCOPE AND ACTIVITIES
The NCPC Internship Programme is implemented over a period of 12 months. The
sequence of learning that interns need to complete is described below:
Description Responsibility
Phase 1: Deliver the following classroom based training, using the NCPC-
SA manuals: RECP, Energy Management 101 and EnPMI.
NCPC-SA approved trainers must be used for each of these.
Service Provider
Phase 2 Plant induction, under the mentorship of a designated supervisor
from the company where the intern is placed, in collaboration
with the dedicated mentor assigned to the student by the Project
management entity that is appointed in terms of this RFP.
Service
Provider/Mentor
and host
company
Phase 3: Classroom based training on relevant professional and life skills,
specifically Presentation Skills, Report Writing, Project
Management, Change Management and Business
Communication.
Service Provider
Phase 4: In-plant individual mentorship on initial RECP activities (pre-
assessment, etc.) to interns during plant visit by the Service
Provider. This constitutes the required experiential training in the
workplace, under the mentorship of a qualified, NCPC-SA
approved RECP practitioner, assigned to the student for the
duration of the Internship.
Service Provider
Phase 5: Detailed RECP plant assessments, under mentorship of a
qualified RECP Consultant, with emphasis on identification and
calculation of RECP cost saving opportunities followed by
presentations and reports to Senior Management of Companies
and NCPC-SA.
Service
Provider/Mentor
Phase 6: Development and presentation of recommendations for
implementing cost-saving solutions, based on opportunities
identified during the RECP assessment, still under mentorship of
a qualified RECP Consultant.
Service
Provider/Mentor
Phase 7: Continued workplace-based application of theoretical knowledge
and achievement of learning objectives through actual
implementation of cost-saving solutions, still under mentorship of
a qualified RECP Consultant.
Service
Provider/Mentor
Phase 8: Classroom-based and individualised career guidance, CV
compilation and preparation for job interviews.
Service
Provider/Mentor
Phase 9: Completion of implementation projects, followed by development
and presentation of final reports and Case Study.
Service
Provider/Mentor
Phase 10: Final exam, graduation and exit from the NCPC Internship
Programme.
Service
Provider/Mentor
and NCPC
CSIR RFP No. 3264/17/01/2019 Page 6 of 20
5 FUNCTIONAL EVALUATION CRITERIA
5.1 The evaluation of the functional / technical detail of the proposal will be based on the
following criteria:
Criteria
Criteria Description Weight
Capacity to recruit interns regionally or nationally.
Evidence of access to database of students. 2
Evidence of access to database of suitable companies. 2
Capacity to provide management, administrative, logistical and
operational support for the RECP Internship Programme.
Evidence of capacity and experience to place interns in workplaces and provide mentorship.
5
Evidence of capacity to provide management and administrative support for the RECP Internship Programme and achievement of learning objectives
5
Evidence of capacity to provide logistical and operational support for the RECP Internship Programme
5
Detailed Project Plan
Project Management and preliminary project plan presented, addressing the expected outcomes and key activities, milestones and timeframes
15
Highlight a detailed innovative value addition that would contribute and increase the potential impact of this Internship Project
15
Detailed description of training resources, including expertise of trainers and quality of training material
Detailed description of resources, learning outcomes and quality of training material, covering all the topics listed in Paragraph 1 of Annexure A on Page 16
10
Detailed description of expertise, qualifications, experience and affiliations of trainers to be used for each topic/subject to be delivered.
15
Detailed description of resources, capacity and expertise, including
qualifications, experience and affiliations of personnel to be
used as mentors on RECP methodology and practices
Detailed description of resources, experience and capacity of personnel to be used to mentor and coach interns on RECP methodology and practices
15
Detailed description of qualifications of personnel to be used to mentor and coach interns on RECP methodology and practices
5
Ability of mentors to physically meet with all interns for the purpose of individual mentoring.
5
References from previous projects of similar nature
References from previous projects of similar nature are provided. 1
Total 100
5.2 Proposals with functionality/technical points of less than the pre-determined minimum
overall percentage of 70% and less than 50% on any of the individual criteria will be
eliminated from further evaluation.
5.3 Refer to Annexure B for the scoring sheet that will be used to evaluate functionality.
CSIR RFP No. 3264/17/01/2019 Page 7 of 20
6 ELIMINATION CRITERIA
Proposals will be eliminated under the following conditions:
Submission after the deadline;
Proposals submitted at incorrect location; and
7 NATIONAL TREASURY CENTRAL SUPPLIER DATABASE (CSD) REGISTRATION
Before any negotiations will start with the winning bidder it will be required from the winning
bidder to:
be registered on National Treasury’s Central Supplier Database (CSD). Registrations
can be completed online at: www.csd.gov.za;
provide the CSIR of their CSD registration number; and
provide the CSIR with a certified copy of their B-BBEE certificate. If no certificate can
be provided, no points will be scored during the evaluation process. (RSA suppliers
only)
CSIR RFP No. 3264/17/01/2019 Page 8 of 20
SECTION B – TERMS AND CONDITIONS 8 VENUE FOR PROPOSAL SUBMISSION
All proposals must be submitted at:
CSIR GATE 03 - Main Reception Area (in the Tender box) at the following address
Council for Scientific and Industrial Research (CSIR)
Meiring Naudé Road
Brummeria
Pretoria
9 TENDER PROGRAMME
The tender program, as currently envisaged, incorporates the following key dates:
Issue of tender documents: 21 December 2018
Closing / submission Date: 17 January 2019
Estimated contract duration (in months/years) 14 Months
10 SUBMISSION OF PROPOSALS
10.1 All proposals are to be sealed. No open proposals will be accepted.
10.2 All proposals are to be clearly marked with the RFP number and the name of the tenderer
on the outside of the main package. Proposals must consist of two parts, each of which is
placed in a separate sealed package clearly marked:
PART 1: Technical Proposal: RFP No.: 3264/17/01/2019
PART 2: Pricing Proposal, B-BBEE and other Mandatory Documentation:
RFP No.: 3264/17/01/2019
10.3 Proposals submitted by companies must be signed by a person or persons duly authorised.
10.4 The CSIR will award the contract to qualified tenderer(s)’ whose proposal is determined to
be the most advantageous to the CSIR, taking into consideration the technical (functional)
solution, price and B-BBEE.
11 DEADLINE FOR SUBMISSION
Proposals shall be submitted at the address mentioned above no later than the closing date
of Thursday, 17 January 2019 during CSIR’s business hours. The CSIR business hours are
between 08h00 and 16h30.
Where a proposal is not received by the CSIR by the due date and stipulated place, it will be
regarded as a late tender. Late tenders will not be considered.
CSIR RFP No. 3264/17/01/2019 Page 9 of 20
12 AWARDING OF TENDERS
12.1 Awarding of tenders will be published on the National Treasury e-tender portal. No regret
letters will be sent out.
13 EVALUATION PROCESS
13.1 Evaluation of proposals
All proposals will be evaluated by an evaluation team for functionality, price and B-BBEE.
Based on the results of the evaluation process and upon successful negotiations, the CSIR
will approve the awarding of the contract to successful tenderers.
A two-phase evaluation process will be followed.
The first phase includes evaluation of elimination and functionality criteria.
The second phase includes the evaluation of price and B-BBEE status.
Pricing Proposals will only be considered after functionality phase has been adjudicated
and accepted. Only proposals that achieved the specified minimum qualification scores
for functionality will be evaluated further using the preference points system.
13.2 Preference points system
The 80/20 preference point system will be used where 80 points will be dedicated to price
and 20 points to B-BBEE status. If all tenders received are more than R50m, the proposal
will be cancelled and re-issued.
14 PRICING PROPOSAL
14.1 Pricing proposal must be cross-referenced to the sections in the Technical Proposal. Any
options offered must be clearly labelled. Separate pricing must be provided for each
option offered to ensure that pricing comparisons are clear and unambiguous.
Pricing/Costing proposals should be submitted as per the following schedule:
Key Tasks Amount (Exl VAT)
Reference to Technical Proposal
Project Management and Intern administration
Host Company Recruitment
Recruitment and Selection of Candidates
Mentorship and Coaching
Classroom based training deliverables (separately quoted for each individual training course)
Disbursement of stipends
Provision of logistical requirements to interns, including laptops, personal protective equipment, etc.
Cost of travel and accommodation for the staff as well as recruited Interns
CSIR RFP No. 3264/17/01/2019 Page 10 of 20
14.2 Price needs to be provided in South African Rand (excl. VAT), with details on price
elements that are subject to escalation and exchange rate fluctuations clearly indicated.
14.3 Price should include additional cost elements such as freight, insurance until acceptance,
duty where applicable.
14.4 Only firm prices* will be accepted during the tender validity period. Non–firm prices**
(including prices subject to rates of exchange variations) will not be considered.
*Firm price is the price that is only subject to adjustments in accordance with the actual
increase or decrease resulting from the change, imposition, or abolition of customs or
excise duty and any other duty, levy, or tax which, in terms of a law or regulation is binding
on the contractor and demonstrably has an influence on the price of any supplies, or the
rendering costs of any service, for the execution of the contract;
**Non-firm price is all prices other than “firm” prices.
14.5 Payment will be according to the CSIR Payment Terms and Conditions.
15 VALIDITY PERIOD OF PROPOSAL
Each proposal shall be valid for a minimum period of three (3) months calculated from the
closing date.
16 APPOINTMENT OF SERVICE PROVIDER
16.1 The contract will be awarded to the tenderer who scores the highest total number of
points during the evaluation process, except where the law permits otherwise.
16.2 Appointment as a successful service provider shall be subject to the parties agreeing to
mutually acceptable contractual terms and conditions. In the event of the parties failing to
reach such agreement CSIR reserves the right to appoint an alternative supplier.
16.3 Awarding of contracts will be announced on the National Treasury website and no regret
letters will be sent to unsuccessful bidders.
17 ENQUIRIES AND CONTACT WITH THE CSIR
Any enquiry regarding this RFP shall be submitted in writing to CSIR at [email protected]
with “RFP No : 3264/17/01/2019 - The provision of management, administrative,
logistical and operational services in the implementation of the RECP Internship
Programme for the CSIR” as the subject.
CSIR RFP No. 3264/17/01/2019 Page 11 of 20
Any other contact with CSIR personnel involved in this tender is not permitted during the
RFP process other than as required through existing service arrangements or as requested
by the CSIR as part of the RFP process.
18 MEDIUM OF COMMUNICATION
All documentation submitted in response to this RFP must be in English.
19 COST OF PROPOSAL
Tenderers are expected to fully acquaint themselves with the conditions, requirements and
specifications of this RFP before submitting proposals. Each tenderer assumes all risks for
resource commitment and expenses, direct or indirect, of proposal preparation and
participation throughout the RFP process. The CSIR is not responsible directly or indirectly
for any costs incurred by tenderers.
20 CORRECTNESS OF RESPONSES
20.1 The tenderer must confirm satisfaction regarding the correctness and validity of their
proposal and that all prices and rates quoted cover all the work/items specified in the
RFP. The prices and rates quoted must cover all obligations under any resulting contract.
20.2 The tenderer accepts that any mistakes regarding prices and calculations will be at their
own risk.
21 VERIFICATION OF DOCUMENTS
21.1 Tenderers should check the numbers of the pages to satisfy themselves that none are
missing or duplicated. No liability will be accepted by the CSIR in regard to anything
arising from the fact that pages are missing or duplicated.
21.2 One hard copy and one electronic copy (CD or USB memory key) of each proposal must
be submitted. In the event of a contradiction between the submitted copies, the hard copy
shall take precedence.
21.3 Pricing schedule and B-BBEE credentials should be submitted with the proposal, but as a
separate document and no such information should be available in the technical proposal.
CSIR RFP No. 3264/17/01/2019 Page 12 of 20
21.4 If a courier service company is being used for delivery of the proposal document, the RFP
description must be endorsed on the delivery note/courier packaging to ensure that
documents are delivered to the tender box, by the stipulated due date.
22 SUB-CONTRACTING
22.1 A tenderer will not be awarded points for B-BBEE status level if it is indicated in the tender
documents that such a tenderer intends sub-contracting more than 25% of the value of
the contract to any other enterprise that does not qualify for at least the points that such a
tenderer qualifies for, unless the intended sub-contractor is an exempted micro enterprise
that has the capability and ability to execute the sub-contract.
22.2 A tenderer awarded a contract may not sub-contract more than 25% of the value of the
contract to any other enterprise that does not have an equal or higher B-BBEE status
level than the person concerned, unless the contract is sub-contracted to an exempted
micro enterprise that has the capability and ability to execute the sub-contract.
23 ENGAGEMENT OF CONSULTANTS
The consultants will only be remunerated at the rates:
23.1 Determined in the "Guideline for fees", issued by the South African Institute of Chartered
Accountants (SAICA); or
23.2 Set out in the "Guide on Hourly Fee Rates for Consultants", by the Department of Public
Service and Administration (DPSA); or
23.3 Prescribed by the body - regulating the profession of the consultant.
24 TRAVEL EXPENSES
24.1 All travel and accommodation expenses must be reflected in the proposal as no additional
expenses can be claimed from the CSIR.
25 ADDITIONAL TERMS AND CONDITIONS
25.1 A tenderer shall not assume that information and/or documents supplied to CSIR, at any
time prior to this request, are still available to CSIR, and shall consequently not make any
reference to such information document in its response to this request.
25.2 Copies of any affiliations, memberships and/or accreditations that support your
submission must be included in the tender.
25.3 In case of proposal from a joint venture, the following must be submitted together with the
proposal:
CSIR RFP No. 3264/17/01/2019 Page 13 of 20
Joint venture Agreement including split of work signed by both parties;
The original or certified copy of the B-BBEE certificate of the joint venture;
The Tax Clearance Certificate of each joint venture member;
Proof of ownership/shareholder certificates/copies; and
Company registration certificates.
25.4 An omission to disclose material information, a factual inaccuracy, and/or a
misrepresentation of fact may result in the disqualification of a tender, or cancellation of
any subsequent contract.
25.5 Failure to comply with any of the terms and conditions as set out in this document will
invalidate the Proposal.
26 CSIR RESERVES THE RIGHT TO
26.1 Extend the closing date;
26.2 Verify any information contained in a proposal;
26.3 Request documentary proof regarding any tendering issue;
26.4 Give preference to locally manufactured goods;
26.5 Appoint one or more service providers, separately or jointly (whether or not they submitted
a joint proposal);
26.6 Award this RFP as a whole or in part;
26.7 Cancel or withdraw this RFP as a whole or in part.
27 DISCLAIMER
This RFP is a request for proposals only and not an offer document. Answers to this RFP
must not be construed as acceptance of an offer or imply the existence of a contract between
the parties. By submission of its proposal, tenderers shall be deemed to have satisfied
themselves with and to have accepted all Terms & Conditions of this RFP. The CSIR makes
no representation, warranty, assurance, guarantee or endorsements to tenderer concerning
the RFP, whether with regard to its accuracy, completeness or otherwise and the CSIR shall
have no liability towards the tenderer or any other party in connection therewith.
CSIR RFP No. 3264/17/01/2019 Page 14 of 20
DECLARATION BY TENDERER
Only tenderers who completed the declaration below will be considered for evaluation.
RFP No: …………………………….. I hereby undertake to render services described in the attached tendering documents to CSIR in
accordance with the requirements and task directives / proposal specifications stipulated in RFP
No.………….……….. at the price/s quoted. My offer/s remains binding upon me and open for
acceptance by the CSIR during the validity period indicated and calculated from the closing date
of the proposal.
I confirm that I am satisfied with regards to the correctness and validity of my proposal; that the
price(s) and rate(s) quoted cover all the services specified in the proposal documents; that the
price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and
rate(s) and calculations will be at my own risk.
I accept full responsibility for the proper execution and fulfilment of all obligations and conditions
devolving on me under this proposal as the principal liable for the due fulfilment of this proposal.
I declare that I have no participation in any collusive practices with any tenderer or any other
person regarding this or any other proposal.
I accept that the CSIR may take appropriate actions, deemed necessary, should there be a
conflict of interest or if this declaration proves to be false.
I confirm that I am duly authorised to sign this proposal.
NAME (PRINT) …………………………. CAPACITY ……………………….
SIGNATURE ……………………………. NAME OF FIRM ………………………….….
DATE ……………………………….
WITNESSES 1 …….……………………………
2 ……….………………………… DATE: .…………………………..
CSIR RFP No. 3264/17/01/2019 Page 15 of 20
ANNEXURE A: PROJECT DELIVERABLES 1 Training deliverables Proposals from prospective Service Provider should make provision for suitable induction and delivery of classroom based training listed below. a. Induction: the purpose is to introduce interns to the RECP Internship programme, the
NCPC-SA and the Tenderer as their new employer. The NCPC-SA Skills Development manager must participate in the induction and requires a three hours slot.
The following training courses must be arranged and coordinated by the tenderer, using only NCPC-SA approved trainers and training material. The cost of the following training interventions has to be reflected separately in the financial proposal: b. RECP training. c. EM101 training. d. EnPMI training. The following training courses must be arranged and coordinated by the tenderer, using their own or outsourced resources. The format, style, content, learning outcomes and facilitator credentials must be included in the proposal. Copies of training material and CV’s of trainers must be submitted, as these will be taken into consideration during the evaluation of proposals. The dates and sequence of these offerings must be stipulated in the Project Plan. The cost of these training interventions has to be reflected separately in the financial proposal. e. Two-day professional and life skills training that should include workplace etiquette, time
management, workplace integration and business communication. Business communication should address grammar, tone, courtesy and other aspects of written and spoken communication.
f. Two-day change management training. g. Two-day Presentation Skills course. h. Two-day Report Writing course. i. Two-day Project Management course. j. One-day CV writing, Job application and Job Interview skills course.
2 Operational Deliverables The following are key deliverables of the Internship Programme, to be provided by the bidder:
a. Recruit companies that comply with minimum specifications from the NCPC-SA for placement of interns, within appropriate timeframes. Such host-companies are subject to approval by the NCPC-SA and only one intern can be placed per physical site at a company. The designated mentor(s) must participate in this process.
b. Regionally: Companies must be recruited from across different provinces with Gauteng, Western Cape, Kwazulu Natal and Eastern Cape each contributing at least 3 companies
c. Meet senior management of host companies to negotiate conditions of intern support, placement within the company structure and mutual obligations of the agreement. Formal agreements with the companies must be secured at this point. This meeting must include an NCPC-SA Management representative.
CSIR RFP No. 3264/17/01/2019 Page 16 of 20
d. Advertise, interview and recruit appropriately qualified interns within prescribed timeframes. Minimum qualifications include a diploma or degree in any Engineering discipline (including Process Engineering), Natural Sciences, Environmental Science, or other suitable and relevant qualifications. No work experience is required. Appointment and performance contracts with interns must be concluded between the Tenderer and the prospective intern at this point.
e. Ensure compliance with relevant legislation and regulations pertaining to labour law and health and safety.
f. Undertake all internship administration duties including intern’s payroll. g. The budgeted amount for stipends to be paid to interns must be reflected clearly in the
financial proposal. h. It will be expected of the Tenderer to secure commitment from companies to pay a
supplementary stipend and provide a suitable workstation. i. Facilitate placement of interns in plants, induction and issuing of Personal Protective
Equipment. The tenderer must either provide the intern with the required electronic equipment, e.g. a laptop, or ensure that it will be provided by the company where the intern is placed.
j. Conduct monthly progress meetings with Company representatives and the designated mentor and provide the NCPC with monthly and quarterly progress reports. Designated NCPC-SA staff must be invited to these meetings.
k. Ensure fortnightly meetings between mentors, interns and plant supervisors at the company.
l. Coach and mentor interns to: i. complete a comprehensive RECP assessment to the specifications of the quality
requirements of the NCPC-SA. ii. submit the findings, savings-opportunities and implementation recommendations in
a report that meets NCPC-SA quality criteria. iii. reach an agreement with companies on implementation activities and guide the
intern to complete these. m. The mentors to be used by the Tenderer must be stated in proposal. The
mentor/internship ratio should not exceed 1:6. n. The frequency of contact between mentors and interns must be clearly reflected in the
proposal. o. Facilitate the presentation of reports by interns to plant management, orally and in
writing. p. Present mid-term intern progress reports containing assessment findings and
recommendations to host company management teams and the NCPC-SA Project Manager.
q. Provide effective mentorship to interns through appropriately qualified and experienced mentors. Mentorship will include the coaching of interns on technical RECP competencies, as well as theoretical knowledge and practical skills that would contribute to their employability and professional conduct.
r. Through mentorship and coaching, ensure that a final implementation report, that meets the NCPC-SA quality criteria for such reports, is completed by the intern and submitted orally and in writing, to management of the host company and the NCPC-SA.
s. Manage student activities, including typical HR processes like leave, sick-leave, workplace conduct, monthly payment of stipends, disciplinary process etc.
t. Facilitate fortnightly webinars with interns, mentors and a NCPC-SA representative for interns to present progress reports.
u. Submit individual progress reports of each intern’s performance quarterly and present one final recommendation as to whether each intern has achieved all the learning
CSIR RFP No. 3264/17/01/2019 Page 17 of 20
outcomes and should be declared ‘competent’ or ‘not yet competent’ as an RECP practitioner. This report must also include recommended remedial action where necessary.
v. Submit a close-out report to the NCPC-SA Skills Development Manager within 4 weeks after the graduation ceremony.
w. The cost and logistical arrangements of travel and accommodation for the recruited Interns as well as staff members of the Service Provider will be the responsibility of the Service Provider.
CSIR RFP No. 3264/17/01/2019 Page 18 of 20
ANNEXURE B: Proposal evaluation matrix
Criteria
Criteria Description Weight 3 5 7
10
Capacity to recruit interns regionally or nationally.
Evidence of access to database of students.
2
Provided evidence of access to 1 student database
Provided evidence of access to 2 student databases from different sources
Provided evidence of access to 3 student databases from different sources and from different academic backgrounds
Provided evidence of access to 4 or more student databases from different sources, different academic backgrounds and regions
Evidence of access to database of suitable companies.
2
Provided evidence of access to 1 company database
Provided evidence of access to 2 company databases from different sectors
Provided evidence of access to 3 company databases from 3 different sectors
Provided evidence access to 4 or more company databases from 4 different sectors.
Capacity to provide
management, administrative, logistical and operational
support for the RECP Internship
Programme.
Evidence of capacity and experience to place interns in workplaces and provide mentorship regionally and/or nationally.
10
Provided evidence of less than 5 years’ experience in arranging placement and mentoring of students.
Provided evidence and details of 5 to 7 years’ experience in arranging placement and mentoring of students.
Provided evidence and details of 8 to 9 years’ experience in arranging placement and mentoring of students.
Provided evidence and details of 10 plus years’ experience in arranging placement and mentoring of students.
Evidence of capacity to provide management and administrative support for the RECP Internship Programme and achievement of learning objectives
10
Provided evidence of less than 5 years’ experience in management and administrative support for Internship Programmes and achievement of learning objectives.
Provided evidence and details of 5 to 7 years’ experience in management and administrative support for Internship Programmes and achievement of learning objectives.
Provided evidence and details of 8 to 9 years’ experience in management and administrative support for RECP Internship Programmes and achievement of learning objectives.
Provided evidence and details of 10 plus years of experience in management and administrative support for Internship Programmes and achievement of learning objectives.
Evidence of capacity to provide logistical and operational support for the RECP Internship Programme
10
Provided proof of less than 5 years’ experience in logistical and operational support for RECP Internship Programmes
Provided proof of 5 to 7 years’ experience in logistical and operational support for RECP Internship Programmes
Provided proof of 8 to 9 years’ experience in logistical and operational support for RECP Internship Programmes
Provided proof of 10 plus years’ experience in providing logistical and operational support for RECP Internship Programmes
CSIR RFP No. 3264/17/01/2019 Page 19 of 20
Detailed Project Plan
Project Management and preliminary project plan presented, addressing the expected outcomes and key activities, milestones and timeframes
10
Project Management and preliminary project plan presented but does not include some of the following aspects: a) expected outcomes;
b) key activities;
c) milestones or
timeframes
Project Management and preliminary project plan presented and include all of the following aspects: a) expected
outcomes;
b) key activities;
c) milestones and
timeframes;
d) dates and
sequence of the
training offerings
are stipulated
The approach is tailored to address the specific project objectives and requirements and is sufficiently flexible to accommodate changes that may occur during execution. It includes: a) A basic Gantt chart
with milestones and
allocation of
resources.
b) The quality plan is
specifically tailored
to the critical
characteristics of the
project.
c) The dates and
sequence of the
training offerings are
stipulated
The approach is tailored to address the specific project objectives and requirements and is sufficiently flexible to accommodate changes that may occur during execution. It includes: a) A basic Gantt chart with
milestones and allocation
of resources.
b) The quality plan is not
only specifically tailored
to the critical
characteristics but also
take additional aspects
into consideration that
enhances the impact of
the project.
c) The dates and sequence
of the training offerings
are stipulated
Detailed description of training resources, including expertise of trainers and quality of training material
Detailed description of resources, learning outcomes and quality of training material, covering all the topics listed in Paragraph 1 of Annexure A on Page 16
10
Learning resources described, learning outcomes explained and course outlines provided. Not all topics covered
Learning resources described, learning outcomes explained and course outlines provided. All topics covered
Learning resources described, learning outcomes explained and course outlines provided. Training slides provided. All topics covered
Learning resources described, learning outcomes explained and course outlines provided. Training slides and manuals provided. All topics covered
Detailed description of expertise, qualifications, experience and affiliations of trainers to be used for each topic/subject to be delivered.
15
Individuals to be used as trainers are sufficiently qualified and have less than 2 years’ professional experience in delivering training on all the relevant topics
All Individuals to be used as trainers are sufficiently qualified and have 2 to 4 years’ professional experience in delivering training on all the relevant topics
All Individuals to be used as trainers are sufficiently qualified and have 5 to 9 years’ professional experience in delivering training on all the relevant topics
All Individuals to be used as trainers are sufficiently qualified and have 10 plus years’ professional experience in delivering training on all the relevant topics
CSIR RFP No. 3264/17/01/2019 Page 20 of 20
Detailed description of
resources, capacity and
expertise, including
qualifications, experience and
affiliations of personnel to be
used as mentors on
RECP methodology and practices
Detailed description of resources, experience and capacity of personnel to be used to mentor and coach interns on RECP methodology and practices
15
Some individuals to be used as mentors have less than 5 years’ proven professional experience in the area of RECP.
All individuals to be used as mentors have more than 5 years’ proven professional experience as RECP practitioners, familiar with NCPC-SA methodology and guidelines.
All individuals to be used as mentors have more than 7 years’ proven professional experience as RECP practitioners, familiar with NCPC-SA methodology and guidelines.
All individuals to be used as mentors have at least 10 years’ proven professional experience as RECP practitioners, familiar with NCPC-SA methodology and guidelines.
Detailed description of qualifications of personnel to be used to mentor and coach interns on RECP methodology and practices
5
Mentors hold educational qualifications but no specialist Engineering or Natural Science qualifications.
All individuals to be used as mentors hold diplomas in either Engineering or Natural Science disciplines
All individuals to be used as mentors hold degrees in either Engineering or Natural Science disciplines
Some individuals to be used as mentors hold post-graduate degrees in either Engineering or Natural Science disciplines
Mentor/Intern ratio reflected in the proposal
5
Planned for Mentor/Intern ratio of 1:10
Planned for Mentor/Intern ratio of 1:6
Planned for Mentor/Intern ratio of 1:4
Planned for Mentor/Intern ratio of 1:3
Ability of mentors to physically meet with all interns for the purpose of individual mentoring.
5
Mentors are able to physically meet with all interns for the purpose of individual mentoring less than once per month.
All individuals to be used as mentors are able to physically meet with all interns for the purpose of individual mentoring at least once per month. This activity is reflected in the proposal.
All individuals to be used as mentors are able to physically meet with all interns for the purpose of individual mentoring at least twice per month. This activity and cost is clearly reflected in the financial and technical proposal.
All individuals to be used as mentors are able to physically meet with all interns for the purpose of individual mentoring at least three times per month. This activity and cost is clearly reflected in the financial and technical proposal.
References from previous
projects of similar nature
References from previous projects of similar nature are provided.
1
1 reference from previous projects of similar nature is provided.
2-3 references from previous projects of similar nature are provided.
4-5 references from previous projects of similar nature are provided.
More than 5 references from previous projects of similar nature are provided.
Total 100