REQUEST FOR BID - Web viewNon-Pivotal Bridging Programmes that lead to the completion of a...

131
REQUEST FOR BID PROFESSIONAL SERVICES BID DETAILS BID NUMBER: FAS/TL/PD/BP/CON830/Y17 CLOSE Date: 06 October 2016 Time: 11:00 DESCRIPTION: Non-Pivotal Bridging Programmes that lead to the completion of a qualification or a Professional Body qualification / designation at NQF 7 or higher. Programmes must be aligned to the top ten scarce skills in the Fasset sector. BRIEFING SESSION: Yes No See Section A, 2 on Bid Submission Conditions and Instructions that the bidder needs to take note of. DETAILS OF BIDDER Organisation/ individual: Please indicated whether it is the original or copy, tick the applicable block

Transcript of REQUEST FOR BID - Web viewNon-Pivotal Bridging Programmes that lead to the completion of a...

REQUEST FOR BIDPROFESSIONAL SERVICES

BID DETAILS

BID NUMBER: FAS/TL/PD/BP/CON830/Y17

CLOSE Date: 06 October 2016Time: 11:00

DESCRIPTION: Non-Pivotal Bridging Programmes that lead to the completion of a qualification or a Professional Body qualification / designation at NQF 7 or higher. Programmes must be aligned to the top ten scarce skills in the Fasset sector.

BRIEFING SESSION: Yes √ NoSee Section A, 2 on Bid Submission Conditions and Instructions that the bidder needs to take note of.

DETAILS OF BIDDER

Organisation/individual:

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

ORIGINAL COPY NR:

Procurement process administered by Fasset

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Glossary

GLOSSARY

AccreditedThe certification of a provider by the relevant quality council or its delegated quality assurance partner, to deliver and/or assess one or more qualifications, as registered on the NQF.

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

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

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

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

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

dti Department of Trade and Industry

EME Exempted Micro Enterprise in terms of the Codes of Good Practice

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

GCC General Conditions of Contract

IP Intellectual Property

NIPP National Industrial Participation Programme

Original BidOriginal document signed in ink, orCopy of original document signed in ink, orSubmitted Facsimile of original document signed in ink

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

SCM Supply Chain Management

SLA Service Level Agreement

CSD Central Supplier Database

Page 2

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

SECTION A

DOCUMENTS IN THIS BID DOCUMENT PACK

Bidders are to ensure that they have received all pages (93) of this document, which consist of the following sections:

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

Section A 1: Background

Section A 2: Bid Submission Conditions and Instructions

Section A 3: Terms of Reference

Section A 4: Evaluation Process/Criteria

Section A Part 5: Contract Form (Rendering of Services) (Parts 1 & 2)(The pro forma contract is only included for bidders to take note of the contents of the contract that will be entered into with the successful contractor)

Page 3

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

SECTION A

SECTION B

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

Part 2: Tax Clearance Certificate Part 3: Additional Registration Certificates and CSD Summary Report Part 4: Declaration of Interest Part 5: Declaration of bidder’s past SCM practices Part 6: Certificate of Independent Bid Determination Part 7: HIV and Aids Policy Part 8: Preference Points Claim form in terms of the Preferential Procurement

Regulations 2011 Part 9: Declaration Certificate for Local Production and Content for Designated

Sectors Part 10: Compliance

o Pre Compliance Checklisto Proof of Accreditation

Part 11: Invitation to Bido Sub Section: Executive Summary

Part 12: Technical Approach including but not limited to: The Problem Statement The Proposed Solution

Part 13: Project Plan Part 14: Risk Management Strategy

Part 15: Compulsory CV template and References Part 16: Experience in this field

Company Profile Proof of Accreditation Detail of relevant experience conducting similar programmes

Part 17: Pricing Schedule (Professional Services)

Page 4

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

SECTION A

SECTION A(This section must not be returned as part of the bid

document)

Page 5

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 1: Background

BACKGROUND

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

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

The objectives of Fasset are:

To develop the competence of employees and potential employees:

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

Improving productivity in the workplace and the competitiveness of employers Promoting self-employment in situations where the sector is experiencing job

shrinkage.

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

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

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

Using the workplace as an active learning environment Providing employees with the opportunities to acquire new skills Providing opportunities for new entrants and potential entrants into the sector

labour market and enhancing access to opportunities to gain work experience.

To support the objectives of the Employment Equity Act of 1998 To enhance access to learning opportunities and to facilitate the recognition of prior

learning To ensure the quality of education and training in the sector To expand the provision of education and training in this sector through sound

partnerships with public and private sector service providers To encourage greater cooperation between the public and private sectors To co-operate with the South African Qualifications Authority and other Setas, in

support of the objectives of the Act

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

Page 6

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 2: Bid submission conditions and instructions

BID SUBMISSION CONDITIONS AND INSTRUCTIONS

CONDITIONS AND INSTRUCTIONS THAT BIDDERS NEED TO TAKE NOTE OF

1 FRAUD AND CORRUPTION

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

2 BRIEFING SESSION

2.1 Compulsory Briefing Session

2.1.1 A compulsory briefing session will be held from 09H00 to 13H00 on 21 September 2016. People arriving more than 15 minutes late will not be allowed into the venue and will be deemed not to have attended the briefing session.

2.2 General notes related to the Briefing Session:

2.2.1 The venue for the briefing session will be confirmed once bidder has RSVP’d to attend the session. A map and directions will be emailed to confirmed attendees.

2.2.2 Any changes in venue details will be published on Fasset’s website and will be confirmed with each provider upon receiving your RSVP to attend.

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

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

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

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

3 CLARIFICATIONS/ QUERIES

3.1 Telephonic requests for clarification will not be accepted. Any clarification required by a bidder regarding the meaning or interpretation of the Terms of Reference, or any other aspect concerning the bid, is to be requested in writing (letter, facsimile or e-mail) from Nomandla Mtetwa at [email protected] by not later than 16H00 on Monday, 3 October 2016 A reply will be forwarded within three (3) working days. All questions and

Page 7

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 2: Bid submission conditions and instructions

answers will be published on the Fasset website and e-mails to all prospective bidders after the above date. The bid number should be mentioned in all correspondence. If appropriate, the clarifying information will be made available to all bidders by e-mail only.

4 SUBMITTING BIDS

4.1 One (1) original plus four (4) hard copies as well as one (1) electronic copy (CD / DVD or memory card / flash drive) of the bid, (The electronic copy format should be a secure PDF) i.e. five (5) documents and a CD be handed in/delivered to:

DEPOSITED IN THE BID/TENDER BOX SITUATED AT(Street address)

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

OR

* POSTED TO: The Projects Director, Fasset, P O Box 6801, Cresta, 2118, Gauteng.

ORHANDED IN AT RECEPTION SITUATED AT(Street address)

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

No faxed or e-mailed quotations will be accepted

Respondents should ensure that quotations are delivered to Fasset before the closing date and time to the correct physical address. If the quotation

is late, it will not be accepted for consideration.* Refer to Paragraph 5 below

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

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

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

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

Page 8

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 2: Bid submission conditions and instructions

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

Bid number (FAS/TL/PD/BP/CON830/Y17) Closing date and time 11h00 on 06 October 2016 The name and address of the bidder

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

5 LATE BIDS

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

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

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

6 DIRECTIONS TO FASSET OFFICES FOR DELIVERY OF BIDS / COMPULSORY BRIEFING

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

6.1 Directions from N1 Pretoria / Polokwane

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

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

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

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

After ± 1.9kms, turn right into Pendoring Road Past McDonalds on your left. At the next traffic intersection, turn left into 299

Pendoring (± 300m from the corner).

6.2 Directions from O.R Tambo International Airport

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

The R24 highway links up with the N12 highway just before Gillooly’s Interchange

At Gillooly’s Interchange, follow the signs for Pretoria, onto the N3 highway Travel north on the N3 highway, past the following turnoffs, Linksfield,

Modderfontein, London Road and Marlboro Drive

Page 9

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 2: Bid submission conditions and instructions

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

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

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

After ± 1.9kms, turn right into Pendoring Road Pass McDonalds on your left. At the next traffic intersection, turn left into 299

Pendoring (± 300m from the corner).

DIRECTIONS TO FASSET

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

7 PAYMENTS

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

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

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

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

7.1.4 Payment shall be made by bank transfer into the Contractor’s back account normally 30 days after receipt of an acceptable, original, valid tax invoice.

Page 10

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 2: Bid submission conditions and instructions

Money will only be transferred into a South African bank account. (Banking details must be submitted as soon as the bid is awarded).

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

8 GENERAL CONDITIONS OF CONTRACT

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

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

Page 11

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

TERMS OF REFERENCE (TOR)

Academic Bridging Programmes (Non-PIVOTAL Qualification / Designation Support)

1. OVERALL OBJECTIVE

Fasset requires the services of one or more suitably qualified service providers from Public Universities and Universities of Technology as listed by DHET and Professional Bodies who are able to deliver NON-PIVOTAL training programmes mapped to one of the top ten identified scarce skills in the Fasset’s Sector Skills Plan (SSP). Providers should be located in South Africa and may propose training programmes for NQF levels 7 and above. Programmes may lead to any one of the following objectives or a combination thereof:

For Public Universities and Universities of Technology:Non-PIVOTAL Programmes for post graduate students (NQF 7 and above)

The objective of the programme is to increase the throughput rate - where there is normally a high failure rate and learners are unable to pass the examinations and achieve the qualification.

Achievement of a Non-PIVOTAL academic qualification. For example, a post-graduate certificate not registered on the NQF.

Providers are required to achieve a 70% throughput rate.

For all bidders: Non-PIVOTAL Professional Body qualification (NQF 7 and above)

The objective of the programme is to increase the throughput rate - where there is normally a high failure rate and learners are unable to pass the examinations and/or progress to the next level of the Professional Body qualification.

Achievement of a Non-PIVOTAL Professional Body qualification. Providers are required to achieve a 70% throughput rate.

ORNon-PIVOTAL Professional Body designation as obtained via an assessment process:

The objective of the programme is to increase the throughput rate - where there is normally a high failure rate and learners are unable to pass the examinations and/or achieve a Professional Body designation.

Achievement of a Professional Body designation. Providers are required to achieve a 70% throughput rate.

For all of the options above: If the programme is aimed at unemployed candidates who are not placed as part of the programme outcome then a database of all candidates must be made available to Fasset to facilitate placement into the workplace into fulltime employment, on learnerships or internships for a minimum period of 12 months.

The programme must be concluded by 31st March 2018.

NB: This funding window is only open to public Universities, Universities of Technology as listed by DHET and Professional Bodies who are able to deliver programmes that will

Page 12

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

address one of the identified top 10 scarce skills as listed in Fasset’s Sector Skills Plan (SSP) as indicated in the table below.* Any applicant not meeting the above criteria will be eliminated.

Fasset Top 10 Scarce Skills in demand for 2016/17# Occupation Qualification1 Trainee accountant / auditor / article clerk2 External Auditor3 Computer Network and Systems Engineer4 Debt Collector5 Finance Manager6 Management Consultant7 Financial Investment Advisor8 Office Administrator9 Accountant (General)

10 EconomistSource: Final Draft SSP 2016/2017

NB: Bidders are to indicate the qualification and/or designation IRO the scarce skill(s) proposed using the table above.

2. COMPETENCY AND EXPERTISE REQUIREMENTS

2.1 As a minimum criteria, respondents to this bid are required to be fully conversant with and have extensive proven experience in the following: Recruitment and Selection methodology; The provision and delivery of PIVOTAL and/or NON- PIVOTAL training programmes

at an accredited and recognised training institution; Academic mentoring; Academic training course development, specifically for programmes run by

Universities, Universities of Technology and/or Professional Bodies in the Fasset sector.

In addition, Providers must:

2.2 Understand Fasset's aims and objectives, vision, mission and values (www.fasset.org.za); 2.3 Understand the relevant Government Acts/legislation, including:

The Skills Development Act (SDA) of 1998 as amended; and The Public Finance Management Act (PFMA).

2.4 Be accredited / endorsed:- It is assumed that Universities and Universities of Technology are accredited with

the Council for Higher Education (CHE). Professional Bodies must provide proof of accreditation or endorsement of

contracted provider(s) to deliver any qualification offered as part of this bid; and In addition, bidders must provide proof via other means of industry recognition in

South Africa for the proposed non-PIVOTAL programme / designation.

Page 13

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

3. CONDUCT OF WORK

3.1 The Service Provider is expected to, at all times behave and conduct themselves in a professional manner, with respect to: Professionalism; Presentation; Language; Punctuality; Honesty; and Reporting of any fraud or irregular activities.

4. ROLES AND RESPONSIBILITIES

Deliverable RESPONSIBILITIESService provider Fasset

1. Project Plan Provide a comprehensive project plan, for approval by Fasset, including, but not limited to the following:o The plan must demonstrate a clear solution as proposed

by the respondent.o The plan must contain sufficient detail to allow an

analysis of the solution to determine the sustainability and feasibility of the solution.

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

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

o Demonstrate a clear link to Government’s as well as Fasset’s Strategic Imperatives, as detailed below:

A strategic contribution to government’s growth, employment and development strategies. Each project proposal should indicate the

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

Alignment to the National Skills Development Strategy (NSDS III). Each project proposal should indicate the

contribution to the achievement of NSDS targets. Fasset will only fund interventions that cater for

African Black candidates in all provinces, Coloured candidates IN the Western and Northern Cape and people with disabilities of any race who qualify.

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

Alignment to Fasset’s top ten Scarce Skills requirements as listed in the Sector Skills Plan (SSP). Proposals will be given preference according to

Fasset’s Scarce Skills hierarchy, as detailed in our SSP Update on Fasset’s website (http://www.fasset.org.za/Research/Scarce_Skills_

Vet and approve the project plan.

Page 14

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

Guidelines.aspx). Evidence should be used to show that the project(s)

proposed have the potential to contribute to economic and employment growth and/or social development of the sector and the broader economy.

The plan must indicate which sectors the candidates are likely to be employed in upon completion and for which occupation.

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

2. Unique Skill offered

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

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

3. Course Material

Develop / utilise quality assured and accredited course material.

Vet and approve all course material.

4. Marketing Plan

Market the project in the media e.g. Radio, press, flyers according to Fasset’s regulations and approval thereof.Providers are required to co-brand all marketing initiatives in order to acknowledge Fasset’s contribution.All marketing material and interventions must therefore be submitted to Fasset for approval prior to being released to the general public.

Create awareness about the project. This function will also be implemented once the service providers have been approved so as not to disadvantage any other providers but at the same time to market the initiative to learners who could apply for the intervention through Fasset awareness initiatives.

5. Recruitment and Selection

Provide Fasset with a Recruitment and Selection Methodology as part of the proposal which highlights a plan for recruiting and selecting suitable candidates who have the requisite skills to enter and successfully complete the programme proposed. Recruitment and selection must take the following into account:o Providers appointed will be responsible for all recruitment

activities;o The number of learners recruited and trained historically

has ranged from 20 to 1000+ per project. Larger projects have also historically conducted training in groups. Smaller groups of learners may be proposed with sufficient justification;

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

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

o Proposed learner numbers which are subsequently accepted may not be amended without Fasset’s approval; and

o Specific considerations of employer needs with regard to recruitment. Providers are encouraged to establish

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

Page 15

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

relationships with employers to ensure alignment of the qualification / designation to the workplace.

6. Database establishment

Establish a database that meets Fasset’s requirements, in order to keep an accurate record of learner participation and attendance throughout the project.Providers will be required to present information on a monthly and quarterly basis, as per the DHET and Fasset requirements.

o This includes but is not limited to:

- Copies of learner agreements;

- Copies of learner IDs;

- Copies of results achieved;

- Confirmation of programme completion;

- Full learner contact details.

Review monthly submissions to ensure the on-going success of the project.Facilitate and co-ordinate quarterly reporting to the DHET.

7. Academic Training Programme delivery

Provide academic training that will ensure that learners will find employment IN any sector of the economy including the Fasset Sector.

For Public Universities and Universities of Technology:Non-PIVOTAL Programmes for post graduate students (NQF 7 and above)

The objective of the programme is to increase the throughput rate - where there is normally a high failure rate and learners are unable to pass the examinations and achieve the qualification.

Achievement of a Non-PIVOTAL academic qualification.

Providers are required to achieve a 70% throughput rate.

For all bidders:Non-PIVOTAL Professional Body qualification (NQF 7 and above)

The objective of the programme is to increase the throughput rate - where there is normally a high failure rate and learners are unable to pass the examinations and/or progress to the next level of the Professional Body qualification

Achievement of a Non-PIVOTAL Professional Body qualification.

Providers are required to achieve a 70% throughput rate.

ORNon-PIVOTAL Professional Body designation as obtained via an assessment process:

The objective of the programme is to increase the throughput rate - where there is normally a high

Monitor / Moderate / Quality Assure the programme.

Page 16

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

failure rate and learners are unable to pass the examinations and/or achieve a Professional Body designation.

Achievement of a Non-PIVOTAL Professional Body designation.

Providers are required to achieve a 70% throughput rate.

For all of the options above: If the programme is aimed at unemployed candidates who are not placed as part of the programme outcome then a database of all candidates must be made available to Fasset to facilitate placement into the workplace into fulltime employment, on learnerships or internships for a minimum period of 12 months.

Programmes must include academic and/or technical support.Please note programmes must address the “at risk” subjects in particular and provide learners with additional support as required. The funding is not intended to be applied as a full bursary.

8. Mentorship Provide a comprehensive mentorship programme for the duration of the project.

Monitor / Moderate / Quality Assure the programme.

9. Learner Allowances Meals (& Accommodation)

The programme will not provide for learner allowances or meals.

Monitor / Moderate / Quality Assure the programme.

10.Monitoring/ Moderating/ Quality Assurance

o Conduct regular assessments / testing of learners;o Ensure regular assessment of the content of the

programme;o Ensure regular moderation of the assessments; ando Provide regular reporting.

o Review assessments / tests;

o Review results;o Arrange regular site

visits by Fasset stakeholders;

o Conduct regular surveys ; and

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

11.Pass rates All options below must be mapped to one of the top ten identified scarce skills in the Fasset SSP

For Public Universities and Universities of Technology:Non-PIVOTAL Programmes for post graduate students (NQF 7 and above)

The objective of the programme is to increase the throughput rate - where there is normally a high failure rate and learners are unable to pass the examinations and achieve the qualification.

Achievement of a Non-PIVOTAL academic

Vet and approve the pass rate strategy.Track pass rates throughout the project’s life cycle, and verify learner results.Facilitate placement where appropriate.

Page 17

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

qualification. Providers are required to achieve a 70% throughput

rate.

For all bidders:Non-PIVOTAL Professional Body qualification (NQF 7 and above)

The objective of the programme is to increase the throughput rate - where there is normally a high failure rate and learners are unable to pass the examinations and/or progress to the next level of the Professional Body qualification

Achievement of a Non-PIVOTAL Professional Body qualification.

Providers are required to achieve a 70% throughput rate.

ORNon-PIVOTAL Professional Body designation as obtained via an assessment process:

The objective of the programme is to increase the throughput rate - where there is normally a high failure rate and learners are unable to pass the examinations and/or achieve a Professional Body designation.

Achievement of a Non-PIVOTAL Professional Body designation.

Providers are required to achieve a 70% throughput rate.

For all of the options above: If the programme is aimed at unemployed candidates who are not placed as part of the programme outcome then a database of all candidates must be made available to Fasset to facilitate placement into the workplace into fulltime employment, on learnerships or internships for a minimum period of 12 months.

The proposal should include:o Learner tracking and monitoring for the duration of the

course.

Providers will be required to:o Provide Fasset with a comprehensive database of

unemployed candidates who are not placed as part of the programme outcome which includes full contact details.

o Provide access to learners on specific date(s) to invite employers to potentially recruit.

The proposal should include:o A commitment from the provider to achieve a 70%

throughput rate.NB:

Page 18

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

1. Providers should note that failure to achieve the prescribed pass rate objective will result in a 20% penalty on the overall administration fee.

12.Risk Management

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

Vet and approve the risk management strategy

13.Awards Ceremonies / Graduations

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

Attend and communicate to Fasset stakeholders as appropriate.

14.Reporting & Invoicing

Reports on progress, together with invoices, are to be submitted electronically and in hard copy to Fasset on a monthly basis. This is to include a day to day management of the service delivery, based on the approved Table of Deliverables, whereby the Service Provider will be expected to gather performance statistics, information on service delivery, learner detail, risk mitigation and a financial update in accordance with Fasset requirements.Providers must make provision for the storage of reports for a minimum of 10 years after project completion.

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

15.Meeting Attendance

Attend Progress Meetings / Feedback Sessions. Facilitate and attend regular Progress Meetings / Feedback Sessions.

16.Provisions Provide all printed training material, supplies and other training equipment (including IT) as required for the learners of this project.

Monitor / Moderate / Quality Assure the programme.

Page 19

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

5. SCOPE OF THE PROJECT

SERVICE PROVIDERS WILL BE REQUIRED TO:

5.1 Ensure that the programme is concluded by 31st March 2018. Any extension of time should be justified as part of the proposal and / or discussed and agreed with Fasset at the time of contracting.

5.2 Conduct a Training Programme, which may lead to any one of the following objectives or a combination thereof:

For Public Universities and Universities of Technology:Non-PIVOTAL Programmes for post graduate students (NQF 7 and above)

The objective of the programme is to increase the throughput rate - where there is normally a high failure rate and learners are unable to pass the examinations and achieve the qualification.

Achievement of a Non-PIVOTAL academic qualification. Providers are required to achieve a 70% throughput rate.

For all bidders: Non-PIVOTAL Professional Body qualification (NQF 7 and above)

The objective of the programme is to increase the throughput rate - where there is normally a high failure rate and learners are unable to pass the examinations and/or progress to the next level of the Professional Body qualification.

Achievement of a Non-PIVOTAL Professional Body qualification. Providers are required to achieve a 70% throughput rate.

ORNon-PIVOTAL Professional Body designation as obtained via an assessment process:

The objective of the programme is to increase the throughput rate - where there is normally a high failure rate and learners are unable to pass the examinations and/or achieve a Professional Body designation.

Achievement of a Non-PIVOTAL Professional Body designation. Providers are required to achieve a 70% throughput rate.

For all of the options above: If the programme is aimed at unemployed candidates who are not placed as part of the programme outcome then a database of all candidates must be made available to Fasset to facilitate placement into the workplace into fulltime employment, on learnerships or internships for a minimum period of 12 months.

Where applicable, the proposal should include:o A commitment from the provider to achieve a 70% throughput rate.

NB:o Providers should note that failure to achieve the prescribed pass rate objective

will result in a 20% penalty on the overall administration fee.

5.3 Provide technical and/or academic support as required, to achieve the proposed certificate / qualification / designation.

5.4 Align the programme to achieve National Skills Development Strategy III (NSDS III) transformation objectives i.e. Each project proposal should indicate the contribution to the achievement of the NSDS III

targets.

Page 20

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

Fasset will only fund interventions that cater for African Black candidates in all provinces, Coloured candidates in the Western and Northern Cape and people with disabilities of any race who qualify.

Fasset recommends a recruitment ratio of 54% women and 4% people with disabilities.5.5 Align the programme to address Fasset’s top ten Scarce Skills requirements:

Proposals that address Fasset’s scarce skills hierarchy will be given preference. Refer to details on Fasset’s website: (http://www.fasset.org.za/Research/Scarce_Skills_Guidelines.aspx).

5.6 Recruit and select suitable candidates who have the requisite skills to enter and successfully complete the academic and / or professional qualification / designation aligned to the Fasset SSP.5.6.1 The number of learners recruited and trained historically has ranged from 20 to 1000+

per project. Larger projects have also historically conducted training in groups. Smaller numbers of learners may be proposed if justified.

5.6.2 Learners have been recruited locally and nationally.5.6.3 Specific considerations must be made for the recruitment of learners with disabilities.5.6.4 The recruitment methodology has historically been Service Provider initiated and

implemented, however assessment methods must be benchmarked against national standards (e.g. SAQA, HET, TVET and/or Professional Body).

5.6.5 Proposed learner numbers which are subsequently accepted may not be amended without Fasset’s approval.

5.7 Monitor/Moderate/Quality Assure the programme based on the following: Conduct regular assessment of learners; Ensure regular assessment of the content of the programme; and Provide regular reporting.

5.8 Ensure that the programme meets the proposed outcomes as stipulated in 5.25.9 Providers need to be aware that Fasset research might be conducted on the project(s) at the

project venue.  This would require an additional 6 days to be included in the project schedule and providers are required to account for these days in their project plans. Full learner details must be available for all learners.

Universities Schedule of Costs covered by Fasset:

Tuition Assessments Books Technical Support

Exam Fees

At risk subject 1

Page 21

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

Excluded Costs: Bursaries Accommodation Stipends

The programme will not provide for learner allowances or meals.

o Pricing Schedule to clearly show:

o Fixed Costs vs Variable Costs

o Assessment Costs per learner

Professional Bodies Schedule of Costs covered by Fasset:

Tuition Assessments Books Exam Fees Professional Body

Registration fees

Subject 1 At risk subject 1 Book 1 Exam 1

6. EXPECTED OUTCOMES AND DELIVERABLES

6.1 A comprehensive project plan is produced and approved.6.2 A complete set of academic course material appropriate to the delivery of the programme

is available.6.3 Suitable learners are recruited, selected and assessed according to pre-set programme

criteria.6.4 Academic Training Programme is delivered in accordance with the SLA.6.5 Academic/technical support is provided in accordance with the SLA.6.6 Learners are mentored and coached throughout the programme.6.7 Achievement of a Non-PIVOTAL qualification equivalent to a minimum of NQF 7; OR. 6.8 Achievement of a Non-PIVOTAL Professional Body qualification; and/or.6.9 Achievement of a Non-PIVOTAL Professional Body designation.6.10 NB: If the programme is aimed at unemployed candidates who are not placed as part of

the programme outcome then a database of all candidates must be made available to Fasset to facilitate placement into the workplace into fulltime employment on learnerships or internships for a minimum period of 12 months.

6.11 The proposed programme(s) must result in a 70% throughput rate. 6.12 Learners are certificated / qualified at the successful completion of the programme.6.13 Reports are produced monthly and quarterly as required, are vetted and accepted.6.14 Programme risks are monitored, evaluated and mitigated regularly in accordance with the

SLA.6.15 Meetings are attended as required.6.16 A comprehensive closure report is submitted in accordance with the SLA.

Page 22

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 3: Terms of reference

Pre-qualification criteria

Fasset’s Board have identified the following pre-qualification criteria for providers who want to tender with Fasset:

A. The tenderer must have a stipulated minimum B-BBEE Black ownership status of 51%; B. If a tenderer does not meet the criterion above then the tenderer must sub-contract at a

minimum of 30 per cent of the value of the contract to one or more black owned EMEs.

NB: A tender that fails to meet the pre-qualification criteria will not be accepted.

Tenderers who are excluded from the above requirement are:

Public Universities and Universities of Technology NOT partnering with a private provider; Professional Bodies in the Fasset sector NOT partnering with a private provider; and Section 21 companies NOT partnering with a private provider.

If one of the excluded organisations above intends partnering with a private provider then the private provider must meet the Fasset prequalification criteria, i.e.

A. The private provider must have a stipulated minimum B-BBEE Black ownership status of 51%; and

B. If the private provider does not meet the criterion above then the provider must sub-contract at a minimum of 30 per cent of the value of the contract to one or more black owned EMEs.

Please note that Fasset may, on reasonable and justifiable grounds, award a contract to a tenderer that did not score the highest number of points.

Page 23

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 4: Evaluation Process/Criteria

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

1 EVALUATION PROCESS

1.1 COMPLIANCE WITH MINIMUM REQUIREMENTS

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

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

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

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

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

1.3 DETERMINATION OF SCORE FOR FUNCTIONALITY

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

Functionality 100Is the programme proposed aligned to the top ten scarce skills in the Fasset sector? (IF NO, ELIMINATE)  YES/NO

Is the programme proposed at the correct NQF level, i.e. NQF 7 or above (IF NO, ELIMINATE)  YES/NO

Is the Bidder or associates of the bidder accredited for the proposed qualification?  YES/NOIs the bidder a Public University or University of Technology as listed by DHET or a Professional Body? (IF NO, ELIMINATE)

YES/NO

NQF level of the Non-Pivotal programme should be justified by the qualification specified as entry criteria.Experience of prospective bidder / provider 5.00Experience with Setas, Education and Training as well as National Skills Development III imperatives. 2.00

Experience of bidder / provider IRO delivering academic bridging, mentoring and general student support. 3.00

Technical Approach / Methodology 40.00Detail of the problem statement is provided. 15.00

Provide details of at risk learners / subjects; Provide an overview of trends / statistical research to support findings

Page 24

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 4: Evaluation Process/Criteria

regarding the problem statement; Provide details of the possible causes of the problem or factors that impact

on learner success;Details of the proposed solution: 25.00

Provide an overview of the proposed solution and where applicable, state what has been used in the past to address the problem;

Present a project plan for the proposed solution; Provide the recruitment and selection criteria and methodology; Proposed learner number is feasible as benchmarked against similar past

projects or available candidates; The proposed strategy and plan includes consideration of inclusion of

learners from rural areas; Assessment methodology must detail the envisaged plan to assist learners

to achieve pre-set milestones ITO progressing to the next level or achieving a qualification / designation;

Assessment methodology must address corrective actions (including academic mentoring) to be taken should learners fail to achieve milestones;

A comprehensive academic mentorship programme has been included for the duration of the project;

Project plan and solution must include regular reporting to Fasset on project progress, performance statistics, information on service delivery, learner detail, risk mitigation and a financial update; and

Continuous evaluation is integrated into the project plan and solution with the objective of informing future sustainable improvements or solutions.

Programme Outcome 15.00The proposed implementation strategy meets the project objectives and deliverables, i.e. the proposed programme / designation is at NQF level 7 or above.

15.00

Non-PIVOTAL Programmes for post graduate students (NQF 7 and above) Achievement of a Non-PIVOTAL academic qualification. Providers are required to achieve a 70% throughput rate.

ORNon-PIVOTAL Professional Body qualification (NQF 7 and above)

Achievement of a Non-PIVOTAL Professional Body qualification. Providers are required to achieve a 70% throughput rate.

ORNon-PIVOTAL Professional Body designation as obtained via an assessment process:

Achievement of a Professional Body designation. Providers are required to achieve a 70% throughput rate1. Programme delivery highlights a plan for working with candidates who

qualified for assistance taking into account the problem statement presented in the proposal.

2. Programme delivery takes into account the level at which learners will enter the programme and employs delivery techniques to enhance and improve learner grades incrementally.

3. Programme delivery must assist learners to achieve pre-set milestones ITO progressing to the next level.

4. Programme delivery must implement corrective actions (including academic mentoring) should learners fail to achieve milestones.

5. Programme delivery must implement penalties for learners failing to

Page 25

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 4: Evaluation Process/Criteria

achieve milestones, including a replacement and exit strategy.Scarce Skills: 10.00The proposed programme is clearly aligned to Fasset’s scarce skills requirements, i.e. the bidder clearly indicates how the proposed aligns to one or more of the top ten scarce skills as detailed in the SSP.

10.00

1. Programme /designation is clearly linked to scarce skill(s)2. In addition, bidders must provide proof via other means of industry

recognition in South Africa for the proposed non-PIVOTAL programme / designation.

Alignment to Government Strategy: 5.00Alignment to Government's Medium Term Strategic Framework (MTSF), the Human Resource Development Strategy for South Africa (HRD SA), the National Development Plan (NDP), as well as the Industrial Policy Action Plan (IPAP) which contributes towards the achievement of the country’s new economic growth and social development goals

5.00

1. Narrative addresses programme alignment to MTSF.2. Narrative addresses programme alignment to HRDS SA.3. Narrative addresses programme alignment to the NDP.4. Narrative addresses programme alignment to IPAP.5. Narrative addresses programmes plans to contribute towards the

achievement of the country’s new economic growth and social development goals.

Risk Management Strategy 10.00A full risk register is provided. 5.00

1. All risks associated with the programme have been identified and are in line with the programme as set out in the project plan and solution and is not simply a reproduction of the Fasset list of risks.

Risk mitigation is sufficiently detailed. (Failure to detail mitigations may result in the bid being considered non-responsive). 5.00

1. All risks have been addressed with an appropriate mitigation.

Resources 15.00Capacity to implement a programme of this size 10.00

1. Have appropriately qualified resources (i.e. CVs are relevant to the programme delivery, including project management and support functions).

2. Relevant expertise and experience of team (Admin /lecturers / trainers / facilitators / Tutors).

3. Have sufficient resources. (i.e. Proportion of facilitators / lecturers / tutors to number of learners proposed is feasible.)

4. Have appropriate facilities (i.e. infrastructure in place).5. Have sufficient start-up finance to initiate the programme.

Relevant experience in delivery of training programmes and course development. 5.00

1. Evidence has been included on CVs of experience in delivery of training programmes.

2. Evidence has been included on CVs of experience in course development.3. Narrative in technical submission details experience in training delivery.4. References attest to experience in delivery and development expertise of

individuals.5. Evidence of past successful programme management is presented

Page 26

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 4: Evaluation Process/Criteria

(including the ability to achieve the desired pass rate).

1.3.2 The score for functionality should be calculated as follows:

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

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

1.4 DETERMINATION OF SCORE FOR PRESENTATIONS

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

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

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

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

1.5 ELIMINATION OF PROPOSALS ON GROUNDS OF FUNCTIONALITY

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

1.6 PRICE AND B –BBEE STATUS LEVEL POINTS

1.6.1 All remaining bids will be evaluated as follows:1.6.2 The 90/10 preference point system will be applied. Points for price and B-BBEE

status level certificate will be awarded in accordance with the stipulations in the Preference Point Claim Form in terms of the Preferential Procurement Regulations, 2011.

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

Page 27

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 4: Evaluation Process/Criteria

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

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

1.7 ADJUDICATION OF BID

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

Page 28

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 5: Contract Forms

Section A 5Contract Forms

√ The Contract Forms Below are only a sample

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

I FULLY UNDERSTAND THIS SECTION!

Page 29

Section divider and / or Tab

Example

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 5: Contract Forms

CONTRACT FORM: RENDERING OF SERVICES

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

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

1. I/we hereby undertake to render services described in the attached bidding documents to Fasset in accordance with the requirements and task directives/proposals specifications stipulated in Bid Number FAS/TL/PD/BP/CON0813/Y17 at the price/s quoted. My/our offer/s remain binding upon me/us and open for acceptance by the Purchaser during the validity period indicated and calculated from the closing date of the bid.

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

2.1 Bidding documents, viz. Invitation to bid Valid Tax clearance certificate or SARS Pin to verify Tax Standing CSD ( Centralised Supplier Database) Report Pricing schedule(s) Technical Specification, terms of reference/task directive/proposal Preference claims for Broad Based Black Economic Empowerment Status Level of Contribution

in terms of the Preferential Procurement Regulations 2011; Certificate: Local Production and Content (if applicable) Declaration of interest Declaration of bidder’s past SCM practices Certificate of Independent Bid Determination Special Conditions of Contract

2.2 General Conditions of Contract

2.3 Other (specify)

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

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

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

6. I confirm that I am duly authorised to sign this contract.NAME (PRINT) WITNESSESCAPACITY 1SIGNATURE 2NAME OF FIRM DATE:DATE

Page 30

Example

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section A 5: Contract Forms

CONTRACT FORM: RENDERING OF SERVICES

PART 2 (TO BE FILLED IN BY THE PURCHASER)

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

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

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

DESCRIPTION OF SERVICE

PRICE (ALL APPLICABLE TAXES

INCL)COMPLETION DATE

B-BBEE STATUS LEVEL OF

CONTRIBUTION

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

SIGNED AT ON

NAME (PRINT)

SIGNATURE

OFFICIAL STAMP WITNESSES

1

2

DATE:

Page 31

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

SECTION B

Section BBid Submission Template

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

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

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

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

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

√ Tick to verify criteria met

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

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

OR

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

Page 32

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

SPECIAL CONDITIONS OF BID AND CONTRACT

SPECIAL CONDITIONS

1 GENERAL

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

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

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

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

2 CANCELLATION OF PROCUREMENT PROCESS

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

3 BID SUBMISSION CONDITIONS, INSTRUCTIONS AND EVALUATION PROCESS/CRITERIA

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

4 NEGOTIATION AND CONTRACTING

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

4.2 Under no circumstances will negotiation with any bidders, including preferred bidders, constitute an award1 or promise/ undertaking to award the contract.

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

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

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

1 See GLOSSARY.

Page 33

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

SPECIAL CONDITIONS

5 ACCESS TO INFORMATION

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

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

5.3 Fasset will facilitate such communication.

6 REASONS FOR REJECTION

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

6.2 The Fasset may disregard the bid of any bidder if that bidder, or any of its directors: Have abused the SCM system of the Fasset. Have committed proven fraud or any other improper conduct in relation to such

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

Such actions shall be communicated to the National Treasury.

7 GENERAL CONDITIONS OF CONTRACT

7.1 The General Conditions of Contract must be accepted.

8 ADDITIONAL INFORMATION REQUIREMENTS

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

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

9 CONFIDENTIALITY

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

10 INTELLECTUAL PROPERTY, INVENTIONS AND COPYRIGHT

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

10.2 This paragraph shall survive termination of this contract.

11 NON-COMPLIANCE WITH DELIVERY TERMS

Page 34

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

SPECIAL CONDITIONS

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

12 WARRANTS

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

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

13 PARTIES NOT AFFECTED BY WAIVER OR BREACHES

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

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

14 RETENTION

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

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

15 FORMAT OF BIDS

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

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

Page 35

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

SPECIAL CONDITIONS

15.3 Part 1: Special conditions of bid and contract

15.3.1 Bidders must complete and return the Special Conditions of Bid and Contract.Bids submitted without a completed Special Conditions of Bid form may be deemed to be non-responsive.

15.4 Part 2: SARS Tax Clearance Certificate(s)

15.4.1 A valid SARS Tax Clearance Certificate may accompany the proposal and must be valid at the date of closing of the bid or a pin provided by SARS needs to be provided to verify Tax Standing. In case of a consortium/ joint venture, or where sub-contractors are utilised, a valid SARS Tax Clearance Certificate for each consortium/ joint venture member and/or sub-contractor (individual) may be submitted or a pin provided by SARS needs to be provided to verify Tax Standing . Bids submitted without a valid “Tax Clearance Certificate” or a pin provided by SARS will be deemed to be non-responsive unless Fasset is already in possession of such an original valid “Tax Clearance Certificate.

15.5 Part 3: Additional Registration Certificates

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

15.5.2 A CSD (Centralised Supplier Database) Summary Report containing the supplier number and the unique code must be submitted, failure to submit may be deemed to be non-responsive

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

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

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

15.6 Part 4: Declaration of Interest

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

15.7 Part 5: Declaration of bidder’s past Supply Chain Management practices

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

Page 36

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

SPECIAL CONDITIONS

15.8 Part 6: Certificate of Independent Bid Determination

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

15.9 Part 7: HIV and Aids policy

15.9.1 Bidders must provide a copy of their HIV and Aids policy

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

15.10.1 Compliance option 1:Bidders other than Exempted Micro Enterprises (EME) in terms of the B-BBEE Act must provide proof of their B-BBEE status level in the form of a certificate.Such certificate must be an original or a certified copy (the certification stamp and certification signature must be original) and issued by a SANAS accredited B-BBEE verification agency or IRBA accredited auditor.

15.10.2 Compliance option 2:Bidders who qualify as Exempted Micro Enterprises in terms of the B-BBEE Act must, if measured under the old Codes of Good Practice, submit a certificate issued by a registered auditor, Accounting Officer (as contemplated in the Close Corporation Act, Act No 69 of 1984) or an accredited verification agency providing its status by confirming that the total revenue of the contracting entity does not exceed R10 million in the case of the generic score card or that it does not exceed the thresholds as stipulated and approved by the Sector Codes.Such certificate must be an original or an originally certified copy (the certification stamp and certification signature must be original).

15.10.3 Compliance option 3If measured under the new Codes of Good Practice, as published on 06 May 2015 in the Government Gazette, EME’s and QSE’s can submit a sworn affidavit, obtained on an annual basis, confirming the following:

For an EME:o Annual Total Revenue of R10 million or less; ando Level of black ownership.

For a QSE:o Annual Total Revenue of between R10 million and R50 million; ando Level of black ownership.

15.10.4 Notes:All certificates submitted must be valid at the closing date of the submission.Requirements for a valid Auditor or Accounting Officer certificate are that the following information should be detailed on the face of the certificate: The Auditor’s/Accounting Officer’s letter head with full contact details The Auditor’s/Accounting Officer’s practice number The name and the physical location of the measured entity

Page 37

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

SPECIAL CONDITIONS

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

The date of issue and date of expiry The B-BBEE Status Level of Contribution obtained by the measured entity The total black shareholding and total black female shareholding.

A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate tender.Non-compliance may result in a bidder scoring zero (0) for this element.

15.11 Part 9: Declaration – Local production and content

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

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

15.12 Part 10: Invitation to Bid

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

15.13 Part 11: Technical approach

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

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

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

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

The lines of reporting and supervision within the bidder’s team.

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

Page 38

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

SPECIAL CONDITIONS

if applicable.

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

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

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

15.14 Part 12: Team details

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

15.14.2 For each team member there must be:

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

15.15 Part 13: Experience in this field

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

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

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

15.16 Part 14: Pricing Schedule

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

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

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

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

15.16.5 Fees:

Page 39

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

SPECIAL CONDITIONS

The budgeted days/hours and applicable rates of all team members as per the pricing schedule. The rates applicable to consultants may only be in accordance with the following: As determined in the “Guideline for fees”, issued by SAICA as set out in the “Guide on Hourly Fee Rates for Consultants”, by the DPSA as prescribed by the body regulating the profession of the consultant

15.16.6 Reimbursable costs

Travel (Where Applicable)

Only economy class flights and preferably Group A hire cars, otherwise Group B are to be used.

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

Accommodation/meals (Where Applicable)

Only hotels, or other equivalent accommodation, with a rating of up to three stars are to be booked. A maximum of R1 400 per night per person will be allowed, this includes dinner, bed, breakfast, tourism levy and parking.

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

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

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

Office supplies Computer software Postage, telephones, faxes Couriers

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

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

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

Note 2: No handling fee on disbursements will be considered

Page 40

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

SPECIAL CONDITIONS

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

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

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

17 Logistics for presentations

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

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

17.3 Presentations will be made to the full Bid Evaluation Committee.

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

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

Name of applicant:

Signature of applicant:Date:

CONSENT AND ACKNOWLEDGMENTS IN TERMS OF THE PROTECTION OF PERSONAL INFORMATION ACT 2013 (POPI)

Page 41

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

This section sets out how personal information will be collected, used and protected by Fasset, as required by the Protection of Personal Information Act. The use of the words “the individual” for the purposes of this document shall be a reference to any individual communicating with Fasset and/or concluding any agreement, registration or application, with the inclusion of each of those individuals referred to or included in terms of such agreement, registration or application.

1. What is personal information?

The personal information that Fasset requires relate to names and surnames, birth dates, identity numbers, passport numbers, demographic information, education information, occupation information, health information, addresses, memberships, and personal and work email and contact details.  

2. What is the purpose of the collection, use and disclosure (the processing) of personal information?

Fasset is legally obligated to collect, use and disclose personal information for the purposes of: • reporting Fasset initiatives to the Department of Higher Education and Training;• reporting to National Treasury all contracts awarded ; • obtaining information related to Tax Clearance Certificates from SARS;• Verifying information on the National Treasury database of defaulters;• evaluating and processing applications for registration on the database;• compiling statistics and other research reports;• providing personalised communications;• complying with the law; and/or• for a purpose that is ancillary to the above.

Personal information will not be processed for a purpose other than what is identified (the purpose) above without obtaining consent beforehand.

3. How will Fasset process personal information? Fasset will only collect personal information for the purpose as stated above. Information will be collected in the following manner:

• directly from the individual;• from an agent, work colleague or other duly authorised representative;• from service providers that were provided with services or goods by the individual;• from service providers who provided with services or goods to Fasset; • from Fasset’s own records relating to previous supply of services or goods; and/or• from a relevant public or equivalent entity.

4. To whom will personal information be disclosed?

The personal information may be disclosed to other relevant public or other entities on whose behalf we act as intermediaries, other third parties referred to above in relation to the purpose or who are sources of personal information, service providers such as professional bodies who operate across the borders of this country (trans-border flow of information) where personal information must be sent in order to provide the information and/or services and/or benefits requested or applied for. In the event of another party/ies acquiring all of or a portion of Fasset’s mandate or functions, personal information will be disclosed to that party but they will equally be obliged as we are, to protect personal information in terms of this policy and the law.

5. Consent and Permission to process personal information:

• I hereby agree with the policy and provide authorisation to Fasset to process the personal information provided for the purpose stated.

• I understand that withholding of or failure to disclose personal information will result in Fasset being unable to perform its functions and/or any services or benefits I may require from Fasset.

• Where I shared personal information of individuals other than myself with Fasset I hereby provide consent on their behalf to the collection, use and disclosure of their personal information in terms of this personal information policy and I warrant that I am authorised to give this consent on their behalf.

• To this end, I indemnify and hold Fasset not responsible in respect of any claims by any other person on whose behalf I have consented, against Fasset should they claim that I was not so authorised.

Page 42

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 1: Special Conditions of Bid and Contract

• I understand that in terms of POPI and other laws of the country, there are instances where my express consent is not necessary in order to permit the processing of personal information, which may be related to police investigations, litigation or when personal information is publicly available.

• I will not hold Fasset responsible for any improper or unauthorised use of personal information that is beyond its reasonable control.

Signature : Date :

6. Rights regarding the processing of personal information:

• The individual may withdraw consent to the processing of personal information at any time, and should they wish to do so, must provide Fasset with reasonable notice to this effect. Please note that withdrawal of consent is still subject to the terms and conditions of any contract that is in place. Should the withdrawal of consent result in the interference of legal obligations, then such withdrawal will only be effective if Fasset agrees to same in writing. Fasset specifically draws to the attention that the withdrawal of consent may result in it being unable to provide the requested information and/or services and/or financial or other benefits.

• In order to withdraw consent, please contact the Information Officer at [email protected].

• A copy of the full Fasset policy is available at our offices, situated at Building 3 Ground floor, 299 Pendoring Road, Blackheath, Randburg, South Africa.

• Individuals are encouraged to ensure that where personal information has changed in any respect to notify Fasset so that our records may be updated. Fasset will largely rely on the individual to ensure that personal information is correct and accurate.

• The individual have the right to access their personal information that Fasset may have in its possession and are entitled to request the identity of which third parties have received and/or processed personal information for the purpose. Please note however, that any request in this regard may be declined if:

- the information comes under legal privilege in the course of litigation, - the disclosure of personal information in the form that it is processed may result in the disclosure of

confidential or proprietary information,- giving access may cause a third party to refuse to provide similar information to Fasset,- the information was collected in furtherance of an investigation or legal dispute, instituted or being

contemplated,- the information as it is disclosed may result in the disclosure of another person’s information,- the information contains an opinion about another person and that person has not consented, and/or- the disclosure is prohibited by law.

7. Requesting access and lodging of complaints: • Please submit any requests for access to personal information in writing to Fasset’s information officer at

[email protected].  

• With any request for access to personal information, Fasset will require the individual to provide personal information in order to verify identification and therefore the right to access the information.

• There may be a reasonable charge for providing copies of the information requested.

• If any request has not been addressed to satisfaction a complaint may be lodged at the office of the Information Regulator.

Page 43

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 4: Declaration of Interest

Tax Clearance CertificateSection B Part 2

√ Tick to verify criteria met

Tax Status must be in good standing on the bid closing date

A SARS compliance report containing a pin must be provided or an original valid tax clearance certificate

A valid tax clearance certificate has been submitted for each of the entities participating in a consortium / joint venture or a SARS compliance report containing a pin to verify the tax standing of the entities

Tax exempt organisations are also required to provide an original valid Tax Clearance Certificate issued by SARS or a compliance report containing a pin

A CSD summary report containing the supplier number and the unique code

Fasset has been contacted to clarify any discrepancy IRO the requirement

OR

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

Page 44

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 4: Declaration of Interest

Additional Registration Certificates

Section B Part 3

√ Tick to verify criteria met

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

A CSD (Central Supplier Database) report containing the supplier number and the unique code must be submitted.

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

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

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

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

DECLARATION OF INTEREST

Page 45

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 4: Declaration of Interest

1. Any legal person, including persons employed by the State2, or persons having a kinship with persons employed by the State, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes an advertised competitive bid, limited bid or proposal or a written price quotation,). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the State, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/ adjudicating authority where –

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

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

1.3. The legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.

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

2.1. Full Name of bidder or his or her representative:

2.2. Identity Number:

2.3. Position occupied in the Company (director, trustee, shareholder, member, etc3):

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

2.5. Tax Reference Number:

2.6. VAT Registration Number:

2.6.1. The names of all directors/ trustees/ shareholders/ members, their individual identity numbers, tax reference numbers and, if applicable, employee/ PERSAL numbers must be indicated in paragraph 3 below

2.7. Are you or any person connected with the bidder presently employed by the State? YES / NO

2.7.1. If so, furnish the following particulars

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

Name of State institution at which you or the person connected to the bidder is employed:

Position occupied in the State institution:

2 “State” means(a) Any national or provincial department, national or provincial public entity or constitutional institution within the

meaning of the Public Finance Management Act, 1999 (Act No 1 of 1999);(b) Any municipality or municipal entity;(c) Provincial legislature;(d) National Assembly or the National Council of Provinces;(e) Parliament.

3 “Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over the enterprise

Page 46

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 4: Declaration of Interest

Any other particulars:

2.7.2. If you are presently employed by the state, did you obtain the appropriate authority to undertake remunerative work outside employment in the public sector?

YES / NO

2.7.2.1. If yes, did you attach proof of such authority to the bid document? YES / NO

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

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

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

YES / NO

2.8.1. If so, furnish the following particulars.

2.9. Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person employed by the State or Deloitte Consulting4 (Pty) Ltd and who may be involved with the evaluation and or adjudication of this bid?

YES / NO

2.9.1. If so, furnish the following particulars.

2.10. Are you, or any person connected with the bidder, aware of any relationship (family, friend, other) between any other bidder and any person employed by the State or Deloitte Consulting (Pty) Ltd who may be involved with the evaluation and or adjudication of this bid?

YES / NO

2.10.1. If so, furnish the following particulars.

4 Deloitte Consulting (Pty) Ltd assists in the procurement administration

Page 47

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 4: Declaration of Interest

2.11. Do you or any of the directors/trustees/shareholders/members of the company have any interest in any other related companies whether or not they are bidding for this contract?

YES / NO

2.11.1. If so, furnish the following particulars.

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

Full Name Identity Number Personal Income Tax Reference No

State Employee Number/ PERSAL Number

DECLARATION

I, THE UNDERSIGNED (NAME)

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 AND 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

Signature Date

Position Name of bidder

Page 48

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

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

DECLARATION OF BIDDER'S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

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

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

a. abused the Fasset’s supply chain management system;b. committed fraud or any other improper conduct in relation to such system; orc. failed to perform on any previous contract.

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

Item Question Yes No3.1 Is the bidder or any of its directors listed on the National Treasury’s

database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector?(Companies or persons who are listed on this database were informed in writing of this restriction by the Accounting Officer/ authority of the institution that imposed the restriction after the audi alteram partem rule was applied).The database of Restricted Suppliers now resides on the National Treasury’s website (www.reatury.gov.za) and can be accessed by clicking on its link at the bottom of the homepage.

Yeso

Noo

3.1.1 If so, furnish particulars:

3.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)?The Register for Tender Defaulters can be accessed on the National Treasury’s website, (www.treasury.gov.za ) by clicking on its link at the bottom of the homepage.

Yeso

Noo

3.2.1 If so, furnish particulars:

3.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?

Yeso

Noo

3.3.1 If so, furnish particulars:

3.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yeso

Noo

3.4.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) ………………………………………………………………………………………….CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

Signature Date

Position Name of Bidder

Page 49

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 6: Certificate of Independent Bid Determination

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

FAS/TL/PD/BP/CON/830/Y17

in response to the invitation for the bid made by:

FASSET(Name of Institution)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of: _______________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms of, and to sign the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:

has been requested to submit a bid in response to this bid invitation; could potentially submit a bid in response to this bid invitation, based on

their qualifications, abilities or experience; and provides the same goods and services as the bidder and/or is in the same

line of business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium5 will not be construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding:

prices;

5 Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

Page 50

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 6: Certificate of Independent Bid Determination

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

methods, factors or formulas used to calculate prices; the intention or decision to submit or not to submit, a bid; the submission of a bid which does not meet the specifications and

conditions of the bid; or bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practices related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

………………………………………………… …………………………………Signature Date

…………………………………………………. …………………………………Position Name of Bidder

Page 51

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 7: HIV / Aids Policy

HIV / Aids PolicySection B Part 7

√ Tick to verify criteria met

HIV / Aids Policy Document

I HAVE COMPLIED WITH THE REQUIREMENTS OF THIS SECTION!

Page 52

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 8: Preference Points Claim Form ITO the Preferential Procurement Regulations 2011

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

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R1 000 000 (all applicable taxes included); and

- the 90/10 system for requirements with a Rand value above R1 000 000 (all applicable taxes included).

1.2 The value of this bid is estimated to exceed R1 000 000 (all applicable taxes included) and therefore the 90/10 system shall be applicable.

1.3 Preference points for this bid shall be awarded for:

(a) Price; and(b) B-BBEE Status Level of Contribution.

1.3.1 The maximum points for this bid are allocated as follows:

POINTS1.3.1.1 Price 901.3.1.2 B-BBEE Status Level of Contribution 10

Total points for Price and B-BBEE must not exceed 100

1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit any of the following

a valid original or originally certified B-BBEE Verification Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) or

An original affidavit in the case of EMEs together with the bid will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.5. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

2. DEFINITIONS

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

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

2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained

Page 53

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 8: Preference Points Claim Form ITO the Preferential Procurement Regulations 2011

in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

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

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

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

2.7 “consortium or joint venture” means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract;

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

2.9 “EME” means any enterprise with an annual total revenue of R10 million or less .

2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;

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

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

2.13 “person” includes a juristic person;

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

2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract;

2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

2.17 “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and

2.18 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person.

Page 54

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 8: Preference Points Claim Form ITO the Preferential Procurement Regulations 2011

3. ADJUDICATION USING A POINT SYSTEM

3.1 The bidder obtaining the highest number of total points will be awarded the contract.

3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into account all factors of non-firm prices and all unconditional discounts;.

3.3 Points scored must be rounded off to the nearest 2 decimal places.

3.4 In the event that two or more bids have scored equal total points, the successful bidmust be the one scoring the highest number of preference points for B-BBEE.

3.5 However, when functionality is part of the evaluation process and two or more bids havescored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality.

3.6 Should two or more bids be equal in all respects, the award shall be decided by thedrawing of lots.

4. POINTS AWARDED FOR PRICE

4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis:

80/20 or 90/10

Ps=80(1− Pt−PminPmin ) orPs=90(1−Pt−PminPmin )

Where

Ps = Points scored for comparative price of bid under consideration

Pt = Comparative price of bid under consideration

Pmin = Comparative price of lowest acceptable bid

5. Points awarded for B-BBEE Status Level of Contribution

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

B-BBEE Status Level of Contributor

Number of points(90/10 system)

Number of points(80/20 system)

1 10 202 9 183 8 164 5 125 4 86 3 67 2 48 1 2

Non-compliant contributor 0 0

Page 55

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 8: Preference Points Claim Form ITO the Preferential Procurement Regulations 2011

EME = Level 1 (at least 75% black beneficiaries, having a B-BBEE recognition level of

135%)

10 20

EME = Level 2 at least 51% black beneficiaries, having a B-BBEE recognition level of

125%)9 18

5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate or a certified copy thereof, issued by an Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.

5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate.

5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid.

5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

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

5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.

6. BID DECLARATION

6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1

7.1 B-BBEE Status Level of Contribution: = (maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).

Page 56

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 8: Preference Points Claim Form ITO the Preferential Procurement Regulations 2011

8 SUB-CONTRACTING

8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not applicable)

8.1.1 If yes, indicate:(i) what percentage of the contract will be subcontracted? ............……………….…%(ii) the name of the sub-contractor?

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

…………………………………………..(iv) whether the sub-contractor is an EME? YES / NO (delete which is not applicable)

9 DECLARATION WITH REGARD TO COMPANY/FIRM

9.1 Name of company/firm .............................................................................................

9.2 VAT registration number :............................................................................................

9.3 Company registration number …………………………………………………………………

9.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium One person business/sole propriety Close corporation Company (Pty) Limited[TICK APPLICABLE BOX]

9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

………………………………………………………………………………………………………..………………………………………………………………………………………………………..………………………………………………………………………………………………………..

9.6 COMPANY CLASSIFICATION

Manufacturer Supplier Professional service provider Other service providers, e.g. transporter, etc.[TICK APPLICABLE BOX]

9.7 Total number of years the company/firm has been in business? ……………………………………

9.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

(i) The information furnished is true and correct;

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

Page 57

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 8: Preference Points Claim Form ITO the Preferential Procurement Regulations 2011

(iii) In the event of a contract being awarded as a result of points claimed as shown in paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

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

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

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

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

WITNESSES:

1. ………………………………..

_____________________________SIGNATURE OF BIDDER (S)

2. …………………………………

DATE:………………………………..

ADDRESS:…………………………………..

……………………………………….……….

…………………………………………………

Page 58

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 9: Declaration Certificate for Local Production and content for Designated Sectors (SBD 6.2)

DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS

This Standard Bidding Document (SBD) must form part of all bids invited. It contains general information and serves as a declaration form for local content (local production and local content are used interchangeably).

Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2011, the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)].

1. General Conditions

1.1. Preferential Procurement Regulations, 2011 (Regulation 9) makes provision for the promotion of local production and content.

1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the award of bids local production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process may be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.

1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in accordance with the SABS approved technical specification number SATS 1286: 2011 as follows:

LC = [1 - x / y] * 100

Wherex is the imported content in Randy is the bid price in Rand excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as indicated in paragraph 4.1 below.

The SABS approved technical specification number SATS 1286:2011 is accessible on http:/www.thedti.gov.za/industrial development/ip.jsp at no cost.

Page 59

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 9: Declaration Certificate for Local Production and content for Designated Sectors (SBD 6.2)

1.6 A bid may be disqualified if –

(a) this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule) are not submitted as part of the bid documentation; and

(b) the bidder fails to declare that the Local Content Declaration Templates (Annex C, D and E) have been audited and certified as correct.

2. Definitions

2.1. “bid” includes written price quotations, advertised competitive bids or proposals;

2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);

2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of state;

2.4. “designated sector” means a sector, sub-sector or industry that has been designated by the Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;

2.5. “duly sign” means a Declaration Certificate for Local Content that has been signed by the Chief Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or individual).

2.6. “imported content” means that portion of the bid price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour or intellectual property costs), plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the imported content, provided that local manufacture does take place;

2.8. “stipulated minimum threshold” means that portion of local production and content as determined by the Department of Trade and Industry; and

2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing another person to support such primary contractor in the execution of part of a project in terms of the contract.

3. The stipulated minimum threshold(s) for local production and content (refer to Annex A of SATS 1286:2011) for this bid is/are as follows:

Page 60

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 9: Declaration Certificate for Local Production and content for Designated Sectors (SBD 6.2)

Description of services, works or goods Stipulated minimum threshold

_______________________________ _______%

_______________________________ _______%

_______________________________ _______%

4. Does any portion of the services, works or goods offered have any imported content?(Tick applicable box)

YES NO

4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed in paragraph 1.5 of the general conditions must be the rate(s) published by SARB for the specific currency at 12:00 on the date of advertisement of the bid. The relevant rates of exchange information is accessible on www.reservebank.co.za.

Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of SATS 1286:2011):

Currency Rates of exchangeUS DollarPound SterlingEuroYenOther

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

5. Were the Local Content Declaration Templates (Annex C, D and E) audited and certified as correct?(Tick applicable box)

YES NO

5.1. If yes, provide the following particulars:

(a) Full name of auditor

(b) Practice number

(c) Telephone and cell number

(d) Email address:

(Documentary proof regarding the declaration will, when required, be submitted to the satisfaction of the Accounting Officer / Accounting Authority)

6. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum threshold for local content the dti must be informed accordingly in order for the dti to verify and in consultation with the AO/AA provide directives in this regard.

Page 61

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 9: Declaration Certificate for Local Production and content for Designated Sectors (SBD 6.2)

LOCAL CONTENT DECLARATION(REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID NO. FAS/NF/ETQA/TAXLEARNERDEV/CON441

ISSUED BY: FassetNB

1. The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder.

2. Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E) is accessible on http://www.thdti.gov.za/industrial development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept by the bidders for verification purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract.

I, the undersigned, …………………………….................................................... (full names),do hereby declare, in my capacity as ………………………………………………..of ...............................................................................................................(name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge.

(b) I have satisfied myself that:

(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and

(ii) the declaration templates have been audited and certified to be correct.

(c) The local content percentage (%) indicated below has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E which has been consolidated in Declaration C:

Bid price, excluding VAT (y) RImported content (x), as calculated in terms of SATS 1286:2011 RStipulated minimum threshold for local content (paragraph 3 above)Local content %, as calculated in terms of SATS 1286:2011

Page 62

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 9: Declaration Certificate for Local Production and content for Designated Sectors (SBD 6.2)

If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above.The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E.

(d) I accept that the Procurement Authority / Institution have the right to request that the local content be verified in terms of the requirements of SATS 1286:2011.

(e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Institution imposing any or all of the remedies as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000).

SIGNATURE: DATE: ___________

WITNESS No. 1 DATE: ___________

WITNESS No. 2 DATE: ___________

Page 63

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 10: Compliance - Pre-Compliance Checklist

PRE COMPLIANCE CHECKLIST (Please complete Excel version provided)

Attended Compulsory info session IF NO BID WILL BE ELIMINATED

Original + 4 copies and soft copy of bid submitted? IF NO BID WILL BE ELIMINATED

Programme is PIVOTAL & Bidder is Accredited? IF NO BID WILL BE ELIMINATED

Invitation to bid completed and signed IF NO BID WILL BE ELIMINATED

Special conditions of bid and contract signed IF NO BID WILL BE ELIMINATED

Valid original tax certificate or a SARS compliance report containing a PIN or a valid CSD Summary Report with the supplier number and the unique code IF NO BID WILL BE

ELIMINATED

CSD Summary Report with the supplier number and the unique code

POPI Act ConsentDeclaration of interest signed

Declaration of bidders past SCM practices signed

Certificate of Independent Bid Determination (SBD 9)

Bidder's own conditions

Business (Company) Registration Certificate

VAT registration certificate (insert here)Income tax reference number (insert here)Company PAYE number (insert here)Company UIF number (insert here)

Skills Development Levy registration number

Contactable referencesVendor acceptable with reference to National Treasury "Restricted List" IF NO BID WILL BE

ELIMINATED

Vendor acceptable with reference to National Treasury "Tender Defaulters List" IF NO BID WILL BE

ELIMINATED

Original valid BEE certificate, or originally certified copy thereof, certificate issued by accounting officer or registered auditor or an original sworn affidavit IF NO MARK N/A

Copy of company incorporation certificate(s)Employment Equity compliance and plansHIV and Aids policyPriceFeesExpenses/DisbursementsTotal excluding VATVATTotal including VATPerson days

Page 64

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 10: Compliance - Pre-Compliance Checklist

Average per day

Any other Comments:Fixed rates?

Page 65

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 10: Compliance - Proof of Accreditation

NB: Failure to provide the documentation below will result in the bid being disqualified!

Proof of AccreditationSection B1 Part 10

√ Programmes from public higher education institutions:

Submit copy of the qualification as per SAQA’s website to prove valid and current registration on the NQF.

For programmes other than those within the scope of quality assurance of the Council of Higher Education, submit proof of accreditation from the relevant Quality Assurance Body.  The proof of accreditation must stipulate the qualification to be delivered as part of the proposal.

Fasset has been contacted to clarify any discrepancy iro the requirement

OR

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

Page 66

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 11: Invitation to Bid

Invitation to BidSection B Part 10

√ Tick to verify criteria met

Bidders details have been completed in full (Typed not handwritten)

Invitation to Bid is signed

Any and all critical partners are listed in full IRO Consortiums / Joint Ventures

Fasset has been contacted to clarify any discrepancy iro the requirement

OR

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

Page 67

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 11: Invitation to Bid

INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENT OF THE

All bidders must furnish the following particulars and include it in their submission(Failure to do so may result in your bid being disqualified)

Name of bidder:

Valid, original Tax Clearance Certificate submitted YES / NO

Postal address:

Street address:

Telephone number: Code Number

Cellular number:

Facsimile number: Code Number

e-Mail address:

In case of a consortium/joint venture, full details on consortium/joint venture members:

Entity nameVAT registration number

Tax Clearance Certificate submitted YES / NO

Entity nameVAT registration number

Tax Clearance Certificate submitted YES / NO

Entity nameVAT registration number

Tax Clearance Certificate submitted YES / NO

Name of contracting entity in case of a consortium/joint venture

Entity name:

Postal address:

Street address:

Contact details of responsible person who will act on behalf of the entity/consortium/joint venture for this bid

Name and Surname

Telephone number: Code Number

Cellular number:

Facsimile number: Code Number

e-Mail address:

Page 68

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 11: Invitation to Bid

Contact details of alternative responsible person who will act on behalf of the person above should he/she not be available

Name and Surname

Telephone number: Code Number

Cellular number:

Facsimile number: Code Number

e-Mail address:

Domicilium

Fasset chooses the following as its domicilium citandi et executandi for all purposes of and in connection with the final contract:

Fasset, Block A, Building 3, Ground Floor, 299 Pendoring Road, Blackheath, Randburg

The bidder must indicate its domicilium citandi et executandi for all purposes of and in connection with the final contract.

Confirmation

Are you the accredited representative in South Africa for the services offered by you: YES / NO

Declaration

I/We have examined the information provided in your bid documents and offer to undertake the work prescribed in accordance with the requirements as set out in the bid document. The prices quoted in this bid are valid for the stipulated period. I/We confirm the availability of the proposed team members. We confirm that this bid will remain binding upon us and may be accepted by you at any time before the expiry date.

Signature of bidder:

Date:

Are you duly authorised to commit the bidder: YES / NO

Capacity under which this bid is signed

TOTAL BID PRICE (INCLUSIVE OF VAT)

Page 69

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Sub Section: Executive Summary

Executive Summary

Page 70

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Sub Section: Executive Summary

EXECUTIVE SUMMARY (Max 3 Pages) Name of the Organisation.

Project Name (Unique name, not to be the same as proposing organisation’s name).

Contact person and details for the person responsible for the proposal.

Project Purpose (brief description).

Project time-frame.

Specific Objectives.

Outputs & Benefits of project.

Number of Learners.

Cost per Learner per Week for Academic / Tuition component only (including VAT).

Total Budget Proposed (including VAT).

Total Cost per Learner (including VAT).

Page 71

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Sub Section: Executive Summary

Please complete the tables below:

Project Details

Project Type: Non-Pivotal Programme to complete a qualification / designation

Implementation: Start: November 2016 End: 31 March 2018

Budget: R 000 000.00 Functionality:

OFFICE USE

Cost Per Learner: R 00 00.00 Ranking: OFFICE USENumber of Learners:

00

Service Provider: Name of ProviderDelivered in:

EC FS GP

KZN LP MP

NC

NW

WC

Provinces recruited:

Y Y Y Y Y Y Y Y Y

Learner Profile: Unemployed and employed candidates from formerly disadvantaged communities.

Objective: According to the provider: The programme's main purpose is ….

Will the project address Board priorities?

Board Strategy: Learning Programme Alignment:Pivotal Programme As per QCTO Definition √Programme Type Academic programme √Demographics African learners and Coloured learners in WC and NC √Learners with Disabilities All √Nationality South African citizens √NQF level NQF level 7 or above √Mapped to S&C skills Will address one of the top ten scarce skills needs √

Comment on the strengths and weaknesses of your programme

Strengths

Weaknesses

Page 72

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Sub Section: Executive Summary

Particulars of the programme and compliance with criteria details.

Proposed SA Qualifications Structure

Name of Qualification NQF Level Programme meets proposed NQF level(s)

(Tick the relevant box)

Doctoral Degree (360 credits) 10

Master’s Degrees (180 credits) 9

Bachelor Honours Degree (120 credits)

Postgraduate Diploma (120 credits)

8

Bachelor’s Degree (360 credits)

Advanced Diploma (120 credits)

7

Diploma (360 credits)

Advanced Certificate (120 credits)

6

Higher certificate (120 credits) 5

Page 73

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B12: Technical Approach

Proposed Strategy(Technical Approach)

Section B Part 11

√ Tick to verify criteria met

A detailed strategic proposal has been included to clarify the solution proposed. (This must not be a reproduction of a company brochure or of the Fasset Terms of Reference)

The typed proposal does not exceed the prescribed number of pages, ie 30

Fasset has been contacted to clarify any discrepancy iro the requirement

OR

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

Providers are urged to address all the functionality areas below in their Technical Approach!

Page 74

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B12: Technical Approach

FunctionalityIs the programme proposed aligned to the top ten scarce skills in the Fasset sector? (IF NO, ELIMINATE)Is the programme proposed at the correct NQF level, i.e. NQF 7 or above (IF NO, ELIMINATE)Is the Bidder or associates of the bidder accredited for the proposed qualification?Is the bidder a Public University or University of Technology as listed by DHET or a Professional Body? (IF NO, ELIMINATE)

Bidders are encouraged to structure their technical approach in line with the scoring criteria:

Experience of prospective bidder / providerExperience with Setas, Education and Training as well as National Skills Development III imperatives.Experience of bidder / provider IRO delivering academic bridging, mentoring and general student support.Technical Approach / MethodologyDetail of the problem statement is provided.

Provide details of at risk learners / subjects; Provide an overview of trends / statistical research to support findings regarding the

problem statement; Provide details of the possible causes of the problem or factors that impact on learner

success;Details of the proposed solution:

Provide an overview of the proposed solution and where applicable, state what has been used in the past to address the problem;

Present a project plan for the proposed solution; Provide the recruitment and selection criteria and methodology; Proposed learner number is feasible as benchmarked against similar past projects or

available candidates; The proposed strategy and plan includes consideration of inclusion of learners from

rural areas; Assessment methodology must detail the envisaged plan to assist learners to achieve

pre-set milestones ITO progressing to the next level or achieving a qualification / designation;

Assessment methodology must address corrective actions (including academic mentoring) to be taken should learners fail to achieve milestones;

A comprehensive academic mentorship programme has been included for the duration of the project;

Project plan and solution must include regular reporting to Fasset on project progress, performance statistics, information on service delivery, learner detail, risk mitigation and a financial update; and

Continuous evaluation is integrated into the project plan and solution with the objective of informing future sustainable improvements or solutions.

Programme Outcome

The proposed implementation strategy meets the project objectives and deliverables, i.e. the proposed programme / designation is at NQF level 7 or above.

Non-PIVOTAL Programmes for post graduate students (NQF 7 and above) Achievement of a Non-PIVOTAL academic qualification.

Page 75

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B12: Technical Approach

Providers are required to achieve a 70% throughput rate.OR

Non-PIVOTAL Professional Body qualification (NQF 7 and above) Achievement of a Non-PIVOTAL Professional Body qualification. Providers are required to achieve a 70% throughput rate.

ORNon-PIVOTAL Professional Body designation as obtained via an assessment process:

Achievement of a Professional Body designation. Providers are required to achieve a 70% throughput rate1. Programme delivery highlights a plan for working with candidates who qualified for

assistance taking into account the problem statement presented in the proposal.2. Programme delivery takes into account the level at which learners will enter the

programme and employs delivery techniques to enhance and improve learner grades incrementally.

3. Programme delivery must assist learners to achieve pre-set milestones ITO progressing to the next level.

4. Programme delivery must implement corrective actions (including academic mentoring) should learners fail to achieve milestones.

5. Programme delivery must implement penalties for learners failing to achieve milestones, including a replacement and exit strategy.

Scarce Skills:The proposed programme is clearly aligned to Fasset’s scarce skills requirements, i.e. the bidder clearly indicates how the proposed aligns to one or more of the top ten scarce skills as detailed in the SSP.

1. Programme /designation is clearly linked to scarce skill(s)2. In addition, bidders must provide proof via other means of industry recognition in South

Africa for the proposed non-PIVOTAL programme / designation.Alignment to Government Strategy:Alignment to Government's Medium Term Strategic Framework (MTSF), the Human Resource Development Strategy for South Africa (HRD SA), the National Development Plan (NDP), as well as the Industrial Policy Action Plan (IPAP) which contributes towards the achievement of the country’s new economic growth and social development goals

1. Narrative addresses programme alignment to MTSF.2. Narrative addresses programme alignment to HRDS SA.3. Narrative addresses programme alignment to the NDP.4. Narrative addresses programme alignment to IPAP.5. Narrative addresses programmes plans to contribute towards the achievement of the

country’s new economic growth and social development goals.Risk Management StrategyA full risk register is provided.

1. All risks associated with the programme have been identified and are in line with the programme as set out in the project plan and solution and is not simply a reproduction of the Fasset list of risks.

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

1. All risks have been addressed with an appropriate mitigation.

ResourcesCapacity to implement a programme of this size

1. Have appropriately qualified resources (i.e. CVs are relevant to the programme delivery, including project management and support functions).

Page 76

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B12: Technical Approach

2. Relevant expertise and experience of team (Admin /lecturers / trainers / facilitators / Tutors).

3. Have sufficient resources. (i.e. Proportion of facilitators / lecturers / tutors to number of learners proposed is feasible.)

4. Have appropriate facilities (i.e. infrastructure in place).5. Have sufficient start-up finance to initiate the programme.

Relevant experience in delivery of training programmes and course development.1. Evidence has been included on CVs of experience in delivery of training programmes.2. Evidence has been included on CVs of experience in course development.3. Narrative in technical submission details experience in training delivery.4. References attest to experience in delivery and development expertise of individuals.5. Evidence of past successful programme management is presented (including the ability

to achieve the desired pass rate).

Page 77

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 13: Project Plan

Project Plan

√ Tick to verify criteria met

A detailed project plan has been included as part of the submission and is accompanied by sufficient narrative to clarify the solution proposed.

Fasset has been contacted to clarify any discrepancy iro the requirement

OR

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

Page 78

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 13: Project Plan

Detailed Project Plan ExampleActivity Schedule for: Provider Name

Date Activity Reason for Activity Responsible Entity Comments

Page 79

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 14: Risk Management Strategy

Risk Register&

Risk Mitigations

Page 80

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 14: Risk Management Strategy

Please note, risks already listed in the table are examples of common risks associated with development projects as experienced in the past. This list is neither comprehensive nor final. Providers may take away from, or add to this list as is appropriate to the delivery of individual projects.

RISK RESPONSE PLAN & REGISTER

Identify and rank all possible risks (strategic, operational, financial and compliance) with this project, on a scale of 1 to 10:

LIKELIHOOD KEY:Likelihood of an adverse event which could cause materialisation of the risk to occur

1 Adverse event will not occur3 Highly unlikely that adverse event will occur

5It is more likely that adverse event will occur than not

7 Highly likely that adverse event will occur10 Adverse event will definitely occur

IMPACT KEY:Potential loss to the business should the risk materialise

1 Ignore: impact of adverse event is negligible3 Minor: event will be coped with. No loss of jobs5 Significant: minimal loss of jobs7 Severe

8Major: critical event resulting executive management intervention. High rate of job loss.

10 Catastrophic: potential collapse of organisation

Page 81

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 14: Risk Management Strategy

Operational Risks Likelihood Impact Overall Risk Assurance

Priority (Likelihood x

Impact)

Legislation

Fasset name used incorrectly and unethically.

Misrepresentation, resulting in poor Fasset

reputation.

Inaccurate marketing of candidates to sector.

Legislation / Educational Institution amendments

(e.g. Companies Act, UNISA Diploma

amendments, etc).

Research

Insufficient budgeted funds to conduct analysis of project success.

Reporting

Project not implemented satisfactorily.

Project not monitored regularly.

Project does not meet stated goals / outcomes.

Staffing

Inadequate resources exist to assist with the

delivery of the project.

Loss of facilitators, strategic partners, managers,

etc

Lack of project management / monitoring.

Discontinued operations / failure of internal

management systems.

Financial

Payments for project not made in accordance with

deliverables obtained.

Inadequate indemnity insurance taken out.

Page 82

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 14: Risk Management Strategy

Subcontractor invoicing delays which affect

timeous service provider invoicing.

Project funds not adequately managed.

Abuse of funds not identified.

Project not financially viable.

General

Poor recruitment in line with NSDS targets.

Poor learner response to recruitment efforts (lack of

sufficient numbers).

Poor calibre of learners.

Recruitment from non-accredited universities.

University entrance requirements change.

Training venue(s) inadequate.

Learner living arrangement difficulties.

Learner drop-outs due to socio-economic factors,

lack of discipline and/or alternative employment

offers.

Inferior training material developed.

International training material not customised for

SA learning environment.

Breakdown of effective communication with

learners.

Poor academic pass rates for learners.

Poor employer buy-in.

Employers reluctant to employ candidates with

significant disabilities (e.g. Blind candidates).

Insufficient learner placement (less than 70%).

Placement outside of the sector (more than 30%).

Learners uncontactable for mentoring and post

project tracking.

Failure to provide mitigations for all the risks identified may result in the bid being deemed non-responsive!

Page 83

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 15: Compulsory CV Template and References

References

√ Tick to verify criteria met

A complete list of relevant references have been included with latest and valid contact details

Testimonials have been included for the principal bidder as well as for Consortium/ JV partners as required (at least 3)

Fasset has been contacted to clarify any discrepancy iro the requirement

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

Page 84

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 15: Compulsory CV Template and References

Curriculum Vitae

√ Tick to verify criteria met

All the required details below have been typed in Arial 11 pt in the templates provided

Fasset has been contacted to clarify any discrepancy iro the requirement

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

Page 85

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 15: Compulsory CV Template and References

SUMMARY OF ALL ROLE PLAYERS

Please complete the table below:

Initials & Surname

Proposed role in the project

Relevant Experience

No. of years

Professional Affiliation

CV (√)

1.Brief description:

2.Brief description:

3.Brief description:

4.Brief description:

5.Brief description:

6.Brief description:

7.Brief description:

8.Brief description:

9.Brief description:

10.Brief description:

** Please add lines to the table as required**

Page 86

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 15: Compulsory CV Template and References

COMPULSORY CV TEMPLATEProposed role in the project:

1. Family name

2. First name:

3. Date of birth:

4. Nationality

5. Education

Institution(Date from - Date to)

Degree(s) or Diploma(s) obtained

6. Membership of professional bodies

7. Other skills (e.g. computer literacy, etc.)

8. Present position:

9. Years within the organisation:

10. Key qualifications (relevant to the project)

11. Professional experience

Date(From – To) (mm/yy)OrganisationLocationPositionDescription of duties

Date(From – To) (mm/yy)OrganisationLocationPositionDescription of duties

12. Other relevant information (e.g. Publications)

Page 87

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B 16: Experience

Experience

Documents to be included in this section:

Company Profile Detail of relevant experience conducting similar programmes

Page 88

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Bid Document

Section B Part 17: Pricing Schedule

Pricing Schedule

Bidders are encouraged to investigate NSFAS tariffs for bursaries and loans as well as similar agencies in order to benchmark their pricing.

Bidders should note that the lowest cost per head proposed will still be the final award criterion.

√ Tick to verify criteria met

All the required details below have been typed in in Arial 11 pt in the template provided

Fasset has been contacted to clarify any discrepancy iro the requirement

I FULLY UNDERSTAND THE REQUIREMENTS IN THIS SECTION!

Section divider and / or Tab

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Development Projects

Bid DocumentSection B2 Part 6: Pricing Schedule

PRICING SCHEDULE(Professional Services)

NAME OF BIDDER:

OFFER TO BE VALID FOR 90 DAYS FROM THE CLOSING DATE OF BID

BID DESCRIPTION:

Fasset requires the services of one or more suitably qualified service providers from Public Universities and Universities of Technology as listed by DHET and Professional Bodies who are able to deliver NON-PIVOTAL training programmes at NQF 7 and above, mapped to one of the top ten identified scarce skills in the Fasset’s Sector Skills Plan (SSP). The programme must be completed by 31 March 2018.

Period required for commencement with project after acceptance of bid:

Estimated duration for completion of the project:

Confirm whether proposed rates are firm for the full period of the contract:

If not firm for the full period, provide details of the basis on which adjustments will be applied for

(e.g. consumer price index xxx):

Clearly state any pricing assumptions, excluded costs and/or unknown costs:

NB: The programme will not provide for learner allowances or meals.

Pricing Schedule to clearly show:

o Fixed Costs vs Variable Costs

o Assessment Costs per learner

Page 90

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Development Projects

Bid DocumentSection B2 Part 6: Pricing Schedule

o Please note:

All Administrative Costs, including project management, related to the delivery of the project must not exceed 7% of the overall budget proposed.

The accompanying information must be used for the formulation of costing of proposals. Providers only need to use line items below as applicable to the specific project being proposed:

Component Outcome / Deliverable

Date/s Planned

Proposed costs

(incl. VAT)

% ofTotal Cost

Cost Per Learner

Project Establishment

Legal Fees(where applicable)

Marketing CampaignLearner Selection (including: Screening, Assessment and Interviewing

Opening Ceremonies

Induction Programme

Academic / Tuition Fees(Primary Focus)Additional Learner Support(e.g. Learners with Disabilities)

Professional Body Member Fee for learners (Where applicable)Assessment /Examination Fees (Including Rewrites)

Academic Mentorship Programme

Quality Assurance

Graduation / Certification CeremoniesLearner Tracking(for the duration of the programme)

Labour Relations

Page 91

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Development Projects

Bid DocumentSection B2 Part 6: Pricing Schedule

Component Outcome / Deliverable

Date/s Planned

Proposed costs

(incl. VAT)

% ofTotal Cost

Cost Per Learner

Project Management (7%)

Training provider Travel and Accommodation (according to National Treasury regulations)Equipment Rental Costs(according to National Treasury regulations)Venue Costs(according to National Treasury regulations)

Other:(specify)

Other:(specify)

TOTAL: R

Please summarise costs in the table below:

Total Number of Learners

Total no. of training weeks

Full Bid Price

Full Cost per learner

Study Skills

Assessment Costs

Non-Pivotal Programme

Total Academic Cost per week

(Including assessment fees)

Page 92

Bid No: FAS/TL/PD/BP/CON830/Y17 Fasset Development Projects

Bid DocumentSection B2 Part 6: Pricing Schedule

PRICING SUMMARIES:Please provide a detailed breakdown of the total cost per learner per week for Academic Training:Assumption: *A week implies 6 – 8 contact hrs per day X 5 days

Days = total number of contact days with learners.

Proposed Costs (Project Name)

Total Number of Learners

Total Number of Learners per group (if applicable)

Number of groups

Project Durationin Weeks* (Group 1)

Project Durationin Weeks* (Group 2)

Total Learner Cost per Week for Non-Pivotal Training Programme

(Incl. VAT)

Total Learner Cost per Week for Project Management

(Incl. VAT)

Total Learner Cost per Week(Incl. VAT)

Total Bid Price

Please draw up a payment schedule in MS Excel format detailing the payment intervals

Page 93