22
Eco Fusion 5 | Block D | Eco Park 1004 Teak Close | Witch Hazel Avenue Centurion | 0157 PO Box 11011 | Zwartkop | 0051 T +27 12 748 9600 F +27 12 748 9791 E [email protected] Small Enterprise Finance Agency (SoC) Ltd, Registration Number 1995/011258/06 is a Licensed Credit Provider • NCRCP 160 Directors: Ms HN Lupuwana-Pemba (Chairperson) • Mr LB Mavundla (Deputy Chairperson) • Mr TR Makhuvha (Chief Executive Officer) Ms NA Dlamini Ms NS Dlamini • Ms C Groves • Mr PM Mainganya • Mr K Molewa • Ms KK Moloto • Mr NA Osman • Ms H Ralinala • Ms NB Mongali (Company Secretary) www.sefa.org.za SPECIAL CONDITIONS AND REQUIREMENT OF CONTRACT APPOINTMENT OF SERVICE PROVIDER TO CONDUCT THE 2018 ANNUAL REVIEW OF SMME AND CO-OPERATIVES IN South Africa FOR DEPARTMENT OF SMALL BUSINESS DEVELOPMENT. BID NUMBER: sefa: 19/DSBD/2018 CLOSING DATE & TIME OF BID 23 MARCH 2018 AT 11:00 AM BID VALIDITY PERIOD: 90 DAYS

SPECIAL CONDITIONS AND REQUIREMENT OF … Condition... · 2 appointment of service provider to conduct the 2018 annual review of smme and co-operative in south africa for department

  • Upload
    votram

  • View
    217

  • Download
    4

Embed Size (px)

Citation preview

Eco Fusion 5 | Block D | Eco Park

1004 Teak Close | Witch Hazel Avenue

Centurion | 0157 PO Box 11011 | Zwartkop | 0051

T +27 12 748 9600

F +27 12 748 9791

E [email protected]

Small Enterprise Finance Agency (SoC) Ltd, Registration Number 1995/011258/06 is a Licensed Credit Provider • NCRCP 160

Directors: Ms HN Lupuwana-Pemba (Chairperson) • Mr LB Mavundla (Deputy Chairperson) • Mr TR Makhuvha (Chief Executive Officer) • Ms NA Dlamini

Ms NS Dlamini • Ms C Groves • Mr PM Mainganya • Mr K Molewa • Ms KK Moloto • Mr NA Osman • Ms H Ralinala • Ms NB Mongali (Company Secretary)

www.sefa.org.za

SPECIAL CONDITIONS AND REQUIREMENT OF CONTRACT

APPOINTMENT OF SERVICE PROVIDER TO CONDUCT THE 2018 ANNUAL REVIEW OF SMME AND CO-OPERATIVES IN South Africa FOR DEPARTMENT OF SMALL BUSINESS DEVELOPMENT.

BID NUMBER: sefa: 19/DSBD/2018

CLOSING DATE & TIME OF BID 23 MARCH 2018 AT 11:00 AM

BID VALIDITY PERIOD: 90 DAYS

2

APPOINTMENT OF SERVICE PROVIDER TO CONDUCT THE 2018 ANNUAL REVIEW OF SMME AND CO-OPERATIVE IN South Africa FOR DEPARTMENT OF SMALL BUSINESS DEVELOPMENT.

1. PURPOSE

1.1. The purpose of the Review is to provide trends, new developments and an assessment of the

performance of the small enterprise sector in relation to the South African economy.

1.2. To begin to provide a consistent conceptual framework for analysing the SMME, cooperative and

informal sector derived from a substantial body of relevant Small, Medium, and Micro Enterprises

(SMMEs) related research conducted across South Africa. The analyses should provide a coherent

picture of the South African SMME sector.

1.3 The other purpose of the Review is that it should uncover the myriad of challenges and obstacles

plaguing the development of small enterprises resulting in concrete proposals to address these

issues.

1.4 The purpose is also to examine SMME growth potential informed by two key dimensions to

Entrepreneurship: entrepreneurial capacity (resources, be they financial, physical or intellectual

that an entrepreneur can draw on to operate his/her business) and entrepreneurial opportunity

(refers to whether the market in a particular locality is fully saturated or if business opportunities

are presenting themselves).

1.5 Government support for small entities needs to be explored in terms of whether it has had a positive

impact on SMMEs, cooperatives and the informal sector in relation to the key goals of eliminating

unemployment, poverty and inequality as identified in the National Development Plan (NDP).

2. BACKGROUND

2.1 The significance of the Annual Review of SMME is underscored by the fact that it has been

articulated in the White Paper on National Strategy for the development and Promotion of SMME

3

in South Africa gazetted in 1995. The White Paper stipulates that department, in co-operation with

the SBDA, will prepare an Annual SMME Review, to be tabled at the NSBC and in parliament. This

document will, among others, outline progress made over the year in the different problem areas

and with all the support programmes. It will also set bench marks for progress in South Africa's

SMME sector and try to quantify macro trends.

2.2 The importance of the Annual Review was reinforced as it has been concretized as a legislative

requirement. Therefore, the National SMME Act of No 102 of 1996 stipulates that the Director

General must in collaboration with the entities, or entities so designated, annually compile a

review called the Annual Review of SMME, which must focus on areas defined by the Minister.

2.3 The objectives of the annual reviews should be to improve the availability of reliable information

for policy formulation on SMMEs and cooperatives support, and to further provide for an analysis

of quantifiable information on SMMEs and cooperatives in South Africa.

2.4 Another objective, albeit a medium term one, of the annual reviews is to provide stakeholders in

the SMME fraternity, including researchers, policy makers in government, academics, SMME bodies

amongst others with credible longitudinal data. Longitudinal data tracks changes in the same

variables (GDP, employment inter alia) over a period of time. In doing so stakeholders will be

afforded the opportunity to discern changes in the trends and performance of small enterprises.

3. PROBLEM STATEMENT

3.1 Notwithstanding the abundant amount of literature available on SMMEs, there is no consensus and

consistency relating to data pertaining to SMMEs. In this regard there is minimal clarity regarding

SMME contribution to employment creation, economic growth, poverty alleviation and inequality.

3.2 SMMEs encompass a diverse array of firms, spanning established traditional family businesses

employing over a hundred people (medium-sized enterprises), down to the survivalist self-

employed from the poorest layers of the population (informal microenterprises).

4

3.3 In order to develop bespoke interventions (policies, programmes and projects) to accommodate

the needs of the diversity of enterprises unpacked above reliable and consistent data is required.

However at this current juncture granular data is virtually negligible.

4. RATIONALE

4.1 The study will assist the Department of Small Business Development (DSBD) in achieving its

mandate because it has the potential to complement and provide evidence based information to

strengthen current and new initiatives to support the creation of a vibrant small enterprises and

cooperatives environment. A sturdy SMME, cooperatives and informal sector is crucial in

contributing to economic growth, reduction of unemployment and poverty as envisioned in the

NDP.

4.2 By acquiring a better understanding of the performance of small enterprises, the proposed study

will help the Department achieve the following goals:

4.3 Policy and planning coherence for SMMEs, cooperatives and informal sector entities,

4.4 Equitable access to responsive and targeted products and services that enable the growth of SMMEs,

cooperatives and informal sector businesses,

4.5 The study will assist small enterprises and cooperatives by providing targeted and bespoke

interventions that should assist entities onto a growth trajectory.

5. OBJECTIVES

5.1. The Annual Review should provide an exposition of trends, new developments and an assessment

of the performance of the small enterprises within the context of the SA economy and the goals of

employment creation, poverty alleviation and reduction of inequality as articulated in the National

Development Plan.

5.2. A second order objective of the Review is to provide a reliable conceptual framework for

analysing the SMMEs in South Africa. In particular, we are concerned with the often conflicting

and inaccessible data sets used by SMME researchers and analysts.

5

5.3 In this study, we are of the perception that we need to introduce consistency in the statistics to be

used for policy and review purposes, i.e. to use Statistics South Africa (Stats SA) data wherever

possible. In most cases the data series to be utilised should be those which Stats SA continues to

collect, to ensure that subsequent Reviews are able to draw from a consistent and reliable dataset

accessible to all researchers, analysts and policy makers.

5.4 The 2018 Review is comprised of two parts. Part One: Regular Features provides a comprehensive

review of trends and in the SMME economy underpinned by in depth statistical analysis. In this

regard, the 2018 Review should be undertaken in a way that it provides an assessment of the

performance and new developments in the SMME, cooperative and informal sectors through a

combination of quantitative and qualitative analyses. It should provide the basis for reflecting on

the key drivers and impediments of the sector’s development, thereby presenting a coherent

picture of the South African SMME, cooperative and informal sectors.

5.5. In Part Two: Research Features, due to the dearth of quantitative data the Service Provider should

combine what quantitative data there is with focused qualitative information based on primary

research engagement with SMMEs, cooperatives and informal sector businesses as key informants

in order to arrive at an analysis that is credible and reliable.

6. METHODOLOGICAL GUIDELINES (SAMPLE SIZE, TYPE OF QUESTIONNAIRES)

6.1 It is expected of the appointed Service Provider to outline and explain the methodology and approach

that will be applied to achieve the overall assignment. This must be done by indicating what tools,

instruments and approach will be adopted/utilized to achieve the assignment.

6.2 Though the service provider is expected to unpack the methodology for the project the following

needs to be considered:

6.3 Exhaustive consideration should be given to definitions, data and methodologies with regard to

concepts of entrepreneurial business, SMME, cooperative and the informal sector. This is to address

the lack of clarity about what is understood as a SMME can affect the reliability of research findings.

6

6.4. Review of existing literature that covers the performance of SMMEs, cooperatives and

entities in the informal sector. This will include information on the economic, institutional and

regulatory environment in 2018.

6.5 A representative sample size based on an estimated 2 244 275 people as of 2016 that define

themselves as self-employed. The sample needs to take into consideration the size, sector and

location of SMMEs, cooperatives and the enterprises in the informal sector. The sample size should

enable generalisations inclusive of size, sector, region and national dimensions.

6.6 Survey questionnaires to acquire comprehensive information on the trends, needs and challenges

encountered by SMMEs, cooperatives and entities in the informal sector.

6.7. Qualitative techniques (in depth interviews, focus groups) that probe and unpack nuances covering

the needs, challenges and opportunities of SMMEs, cooperatives and informal sector businesses.

7. SCOPE OF WORK

7.1 The service provider will be expected to deliver on the following:

7.1.1 The context for SMME development:

The Economic Environment in 2018

The Institutional Environment in 2018

The Regulatory Environment in 2018

7.1.2 Trends and performance of SMME, cooperatives and informal sector:

Entrepreneurial dynamism (entry and exits)

Entrepreneurial capacity/opportunity

7.1.3 Trends to be tracked from 2004-2018

How many SMMEs are there in SA?

How many people define themselves as employers or self-employed?

7

How many and how long are people running businesses or busy starting up a new business?

How many firms are registered with the Companies and Intellectual Property Commission?

How many South Africans are involved in informal business activities?

Employment in SMMEs and cooperatives by gender, sector, age group, race, disability and youth.

New SMMEs and cooperatives created in the previous year, and reasons thereof.

Number of liquidations and insolvencies of SMMEs and cooperatives.

Number of informal businesses in South Africa.

Geographic distribution of SMMEs, cooperatives and informal entities by municipality and

province/rural-township-urban dimensions.

Sectoral distribution of SMMEs, cooperatives and informal at a national and regional level.

National and regional demographic trends of SA’s SMME owners (Population group, gender, age,

educational level, disability)

7.1.4 Needs of SMMEs, cooperatives and informal sector businesses, inclusive of women,

youth and people with disabilities, especially but not limited to:

Unpacking access to finance and associated nuances

Unpacking access to non-financial services and associated nuances

Unpacking Market Access and associated nuances

Have the needs of clients been met?

7.1.5 Contribution of the SMMEs, cooperatives sector and informal sector entities from

2004-2018:

To employment creation and job retention.

To GDP (formal and informal).

To total exports and imports.

To addressing inequality.

To township rural development.

8

7.1.6 Opportunities and challenges faced by SMMEs, cooperatives and informal sector businesses

including those operated by women, youth and people with disabilities including but not limited

to:

Challenges faced by SMMEs, cooperatives and informal sector businesses at each stage of their

life cycle.

Impact of challenges faced by SMMEs, cooperatives and informal sector businesses at each stage

of their life cycle.

Measures employed by SMMEs, cooperatives and informal sector businesses to cope with

challenges they face.

Challenges faced by government in delivering appropriate support to SMMEs, cooperatives and

informal sector businesses.

Awareness of opportunities, inclusive of government, available to SMMEs, cooperatives and

informal sector businesses.

Who has benefitted from new opportunities?

What are opportunities?

Have these opportunities been met from a client perspective

7.1.7 Recommendations

Robust recommendations based on the primary and secondary findings of the research.

Evidenced based recommendations to inform the strategy and policies of the DSBD.

8 DELIVERABLES

8.1 An inception report covering how the service provider intends to implementing the study.

The inception report should detail the service providers approach to answering the objectives of

the study. In addition, the inception report should provide a detailed project plan with deliverables

and timeframes. The inception report will be presented at the first project meeting as determined

by the DSBD.

8.2 A mid-term report which highlights progress in relation to the study should be presented to the

DSBD at a date to be agreed upon. The service provider is expected to raise any challenges

9

identified. The service provider is expected to propose solutions to any identified challenges as and

when they arise. Thus communication to the DSBD on progress should not be exclusively limited

the mid-term report.

8.3 The service provider will present a draft report to the DSBD two weeks before the submission of the final report 8.4 A final report incorporating input from the DSBD to be delivered by the 31 March 2019 ahead of a presentation to the Executive Committee of the DSBD. 8.5 A final report inclusive of findings, conclusions and recommendations should be submitted

on five high quality memory sticks. Each memory stick should contain the following:

8.5.1 PowerPoint presentation

8.5.2 All research reports utilized for the study

8.5.3 Final report and key data (Hyperlinked and searchable)

9. DUE DILIGENCE

9.1 The bidder must have current technical and logistical capacity to perform the work required.

In order to proof this, the bidder must provide details of facilities, resources and capacity.

10. CONDITIONS

10.1 Please note that the General Conditions of Contract (GCC) shall be applicable.

10.2 The bid must be signed by authorised official in your consultancy firm.

11. PRICE

11.1 The bid price must represent the total cost of the project which will be payable by the DSBD to the

appointed Service Provider upon delivery of satisfactory work, in accordance with an agreed

payment schedule which must be linked to set deliverables. The payment schedule will be

stipulated in the SLA.

11.2 The bid price must be inclusive of VAT and quoted in RSA currency.

11.3 Consultants will only be remunerated in accordance with the following prescribed rates: National

Treasury’s instructions note no 1 of 2013/2014.

10

11.3.1 The rates as determined in the “guidelines for fees”, issued by the South African Institute of

Chartered Accountants (SAICA); or

11.3.2 The rates as set out in the “Guide on Hourly Fee Rates for Consultants”, by the Department of Public

Service and Administration (DPSA); or

11.3.3 The rates as prescribed by the body regulating the profession of the consultant; e.g. Law Society of

South Africa. Proof of the latest approved rates should be attached to the pricing SBD 3.3;

11.4 Hotel and accommodation costs will be limited to a maximum of R1300, including dinner, bed,

breakfast and parking;

11.5 For road travelling the rates per kilometre may not exceed the rates as approved by the

Automobile Association of South Africa (proof of latest approved rates to be attached to SBD 3.3);

11.6 Air travel will be restricted to economy class travel for the purposes of travelling required for the

project.

12. THE DSBD OBLIGATIONS

12.1 The DSBD Project Manager will serve as the contact person on all matters relating to the project.

12.2 The DSBD Project Manager will review, evaluate and approve the services provided by the Service

Provider against the Service Level Agreement on an ongoing basis and prior to payment is made.

12.3 The DSBD will supply all reasonable, relevant, available data and information required and

requested by the Service Provider for the proper execution of the services and such assistance as

shall reasonably be required by Service Provider in carrying out their duties under this contract.

12.4 Project Management: The service provider will have regular meetings with the Project Task Team

to provide support and guidance including relevant policy interpretation and perspective on issues.

The Project Task Team would consist of representative stakeholders including DSBD, National

Steering Committee, relevant National Departments and Business Support Services Entities which

are nationally or provincially based.

13. SERVICE PROVIDER’S OBLIGATION

13.1 The Service Provider undertakes to act as an independent contractor in respect of the work.

13.2 To work closely with the Project Manager responsible for the project in The DSBD.

11

13.3 Attend meetings when required by the Project Manager for the purposes of obtaining information

or advice with regard to the work and assignments or any matters arising from or in connection

therewith.

13.4 The Service Provider will be responsible for its own computers and technical literature to

adequately perform all the functions.

13.5 The Service Provider must exercise all reasonable skill, care and diligence in the execution of the

work and shall carry out their obligation in accordance with professional standards.

13.6 The Service Provider must in all professional matters act as a faithful advisor to the DSBD, as well

as respecting the laws and customs of any country and provinces in which any business in relation

to the project is conducted.

13.7 All information availed to the Service Provider in the course of the project must be deemed

confidential and will remain the property of the DSBD.

13.8 The Service Provider will be required to sign a confidentiality declaration form, undertaking to keep

all the information at his/her disposal as a result of being awarded the contract by the DSBD strictly

confidential.

13.9 The Service Provider must not disseminate any information gathered during the conduct of the

project, publicize or release media statements in relation to the assignment;

13.10 Any information gathered during the conduct of the assignment is the property of the DSBD and

may not be distributed without prior written approval of the DSBD.

13.11 The Service Provider will be deemed to have been satisfied as to the correctness and sufficiency of

the rates and prices set out in their bid for the services to be rendered.

13.12 The Service Provider must plan and provide for all possible risks that may affect the

delivery of the project on time and indicate what mechanism are in place to manage such

risks.

14. EVALUATION CRITERIA

14.1 The 80/20 preference system shall be applied. Please note that the proposals/bids will follow a

three-phased evaluation process as follows:

12

14.1.1 Phase 1: Preliminary Evaluation

Supply Chain Management will conduct a preliminary compliance evaluation of all proposals and

only those that have complied in terms of procurement requirements (i.e. registration on CSD,

Tax Complaint (TCC), BEE, Standard Bidding Documents 1, 4, 6.1,8,9, General Conditions of

Contract (GCC) and NO Financial Information disclosure on SBD 1 and any other requirement that

would have been indicated in the bid document)

14.1.2 Phase 2: Functionality Evaluation

The second phase will be the evaluation to determine the capability of the service provider to

deliver on the specified requirements.

All bids will be evaluated by the evaluation panel independently in terms of the set evaluation criteria for functionality which will made out of 100 points as per the table below.

All bids that score less than 70 points on functionality will not considered further and will be regarded as having submitted a non-responsive bid and will be disqualified.

In addition the following functionality criteria shall be applied to evaluate service provider

No Category Weight Score (0-5) Total

1. Experience of proposed organisation/ service

provider in accordance with the scope of work.

Should include reference letters indicating years

of experience as per scope of work

1.1 The bidder must have a minimum of 3 year’s

experience in conducting review of SMME.

Include reference letters indicating years of

experience as per scope of work and contract

values

30

13

2. Qualifications, experience and expertise of the

project manager in accordance with scope of

work

2.1 The Project Manager must have a Master’s degree,

preferably in Economics, Development studies or

social sciences. A Doctor’s degree will be an added

advantage.

10

2.2 The Project Manager must have a minimum of 3

years’ experience with comprehensive knowledge,

experience and expertise in the field of small micro

and medium enterprises (SMMEs), in line with ToR

preferably in the informal business sector.

101010

3. Qualifications, experience and expertise of the

key staff/ task team (excluding the project

manager)

3.1 All key staff / task team members must have a

minimum of an Honours degree, preferably in

Economics, Development Studies, and or social

sciences.

15

3.2 All key staff / task team members must have a

minimum of 3 to 5 years’ experience in project

management, comprehensive knowledge,

experience and expertise in the field of small micro

and medium enterprises (SMMEs).

10

4. Methodology & Project Plan

4.1 Methodology proposed in line with requirements

stipulated in the scope of work. The methodology

must also include the project plan outlining

25

14

activities, outputs, milestones and ability to

complete the project.

Total score 100

14.1.3 Phase 3: EVALUATION IN TERMS OF 90/10 PREFERENCE POINT SYSTEM

14.1.3.1 In terms of Regulation 6 (2) of the Preferential Procurement Regulations pertaining to

the Preferential Procurement Policy Framework Act, 2000 (Act 5 of 2000), responsive

bids will be adjudicated by the State on the 80/20-preference point system in terms of

which points are awarded to bidders on the basis of:

- The bid price (maximum 80 points)

- B-BBEE status level of contributor (maximum 20 points)

The following formula will be used to calculate the points for price:

Ps = 80

min

min1

P

PPt

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

14.1.3.2 A maximum of 20 points may be allocated to a bidder for attaining their B-BBEE status level of

contributor in accordance with the table below (Change the points on the table).

B-BBEE Status Level of Contributor Number of Points

1 20

2 18

3 14

4 12

15

14.1.3.3 Bidders are required to complete the preference claim form (SBD 6.1), and submit their original

and valid B-BBEE or Sworn Affidavit status level verification certificate or a certified copy thereof

at the closing date and time of the bid in order to claim the B-BBEE status level point.

14.1.3.4 The points scored by a bidder in respect of the level of B-BBEE contribution will be added to the

points scored for price.

14.1.3.5 Only bidders who have completed and signed the declaration part of the preference claim form

and who have submitted a B-BBEE status level certificate issued by a registered auditor,

accounting officer (as contemplated in section 60(4) of the Close Corporation Act, 1984 (Act no.

69 of 1984)) or an accredited verification agency will be considered for preference points.

14.1.3.6 Failure on the part of the bidder to comply with paragraphs 14.1.3.3 and 14.1.3.5 above will be

deemed that preference points for B-BBEE status level of contribution are not claimed and will

therefore be allocated a zero (0).

14.1.3.7 The State may, before a bid is adjudicated or at any time, require a bidder to substantiate claims

it has made with regard to preference.

14.1.3.8 The points scored will be rounded off to the nearest 2 decimals.

14.1.3.9 In the event that two or more bids have scored equal total points, the contract will be awarded

to the bidder scoring the highest number of preference points for B-BBEE.

14.1.3.10 However, when functionality is part of the evaluation process and two or more bidders have

scored equal points including equal preference points for B-BBEE, the contract will be awarded to

the bidder scoring the highest for functionality.

14.1.3.11 Should two or more bids be equal in all respects, the award shall be decided by the drawing of

lots.

5 8

6 6

7 4

8 2

Non-compliant contributor 0

16

14.1.3.12 A contract may, on reasonable and justifiable grounds, be awarded to a bid that did not score

the highest number of points.

14.1.3.13 sefa reserves the right to negotiate with the preferred service provider.

15. CONTRACTUAL PERIOD

The project should be completed by 31 March 2019 from the date of last signature on the Service

Level Agreement that will be signed by both parties. The bidder must indicate the total number of

hours that will be spent on this project.

16. ANNEXURE A- FUNCTIONALITY PROPOSAL

Service providers must submit their functional proposal in a sealed envelope with the name of the bidders,

closing date, time and bid number clearly indicate on the enveloped contained the information below

(Envelope 1)

Document that must be

submitted

Non-submission may result in disqualification?

Invitation to Bid – SBD 1 Complete and sign the supplied pro forma

document

Tax Status

Tax Clearance Certificate – SBD 2

i. Written confirmation that SARS may on an

ongoing basis during the tenure of the contract

disclose the bidder’s tax compliance status.

(Refer Section 4.1.4)

ii. Proof of Registration on the Central Supplier

Database (Refer Section 4.1.5)

iii. Vendor number

iv. In the event where the Bidder submits a hard

copy of the Tax Clearance Certificate, the CSD

verification outcome will take precedence.

17

Declaration of Interest – SBD 4 Complete and sign the supplied pro forma

document

Preference Point Claim Form –

SBD 6.1

Non-submission will lead to a zero (0) score on

BBBEE

Declaration of Bidder’s Past

Supply Chain Management

Practices – SBD 8

Complete and sign the supplied pro forma

document

Document that must be

submitted

Certificate of Independent Bid

Determination – SBD 9

Complete and sign the supplied pro forma

document

Bidder Compliance form for

Functional Evaluation

Complete and sign

Registration on Central Supplier

Database (CSD

The Service Provider must be registered on the

Central Supplier Database (CSD). If you are not

registered proceed to complete the registration of

your company prior to submitting your proposal.

Visit https://secure.csd.gov.za/ to obtain your

vendor number.

Submit proof of registration.

Functional Proposal including

Mandatory documents (Envelope

1)

Submit a functional proposal in line with the Terms

of Reference including the SBD documents above.

Pricing Schedule

(Envelope 2)

Submit full details of the pricing proposal

18

CRITERIA YES NO N/A

Did the service provider include the cover page with company name, address

and contact person(s) and contact details?

Did the service provider indicate company background and profile i.e.

history, strengths, experience, size, and client list?

Did the service provider include CV, profile and relevant qualification(s) of

the proposed Project Team Member (s)

Did the service provider provide include Three (3) references of

organizations similar projects by the Project Team Member (s);

Did the service provider include a detailed project plan in their proposal?

Did the service provider include the experience of the Project Team Member

(s)?

17. ANNEXURE B- FINANCIAL PROPOSAL

The financial proposal must be submitted in a SEPARATE SEALED ENVELOPE with same the bidder, closing date,

time and the bid number clearly indicate on the envelope (Envelope 2).

18. TAX CLEARANCE CERTIFICATE

18.1 An original and valid Tax Clearance Certificate or unique security personal identification (PIN) issued

by the South African Revenue Services certifying that the taxes of the bidder are in order must be

submitted at the closing date and time of bid. Please refer to SBD2 – Tax Clearance Certificate

Requirements.

18.2 Copies and/or certified copies of the Tax Clearance Certificate will not be acceptable.

18.3 Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation

of the bid

19

19. NON - COMPULSORY BRIEFING SESSION BRIEFING SESSION: 07 MARCH 2018

TIME: 10:00 AM VENUE: Physical Address

sefa Head Office Eco Fusion 5

Block F (ALPHA Boardroom) 1004 Teak Close

Witch- Hazel Avenue Eco Park, Centurion

20. BID SUBMISSION MUST BE MARKED AS FOLLOWS:

ATTENTION: - SUPPLY CHAIN MANAGEMENT

Description of the Bid Bid Number Name of the Bidder Indicate whether Original or Copy of the document

NOTE: Bid documents must be initialled on every page Number of sealed envelopes/files must compose of one (1) ORIGINAL and four (4) COPIES of the original. Total of five (5) envelopes/file from one bidder must be submitted. SUBMISSIONS of the Bid responses MUST be made by depositing the Bid into the Tender Box situated at sefa Head Office at the physical address below on or before the closing date: 23 March 2018 at 11:00 am for submission.

21. LATE BIDS

No late bids received after the closing date and time, at the address indicated in the bid documents will be accepted for consideration.

22. SUPPLIER DUE DILIGENCE

sefa reserves the right to conduct supplier due diligence to short listed bidders prior to final award or at

any time during the contract period. This may include site visits.

23. COUNTER CONDITIONS

Service provider’s attention is drawn to the fact that amendments to any of the Bid Conditions or setting of counter conditions by service provider may result in the invalidation of such bids.

20

24. BID CANCELLATION In the case of the cancellation of this RFB, sefa shall endeavour to inform through the same medium used for the communication of that particular bid.

25. BID DISTRIBUTION 25.1 The distribution of this RFB outside the Republic of South Africa may be restricted or prohibited by

the laws of other countries. Recipients of this RFB are advised to familiarize themselves with and comply with all such restrictions or prohibitions applicable in those jurisdictions, and neither sefa, nor any of their respective directors, officers, employees, agents, representatives or advisors, accepts liability to any person or company for any damages arising out of or in connection with the breach of any restriction or provision outside the Republic of South Africa. Persons contemplating submitting a Bid are advised to obtain legal advice as to the possible consequences thereof in terms of the law of the jurisdictions in which they are located.

25.2 Recipients of this RFB document may only distributed it to other parties whom they wish to involve as part of their bidder consortium in submitting a Bid.

26. MATERIAL CHANGES

26.1.1 Any material change in the control and/or composition of any bidder or any core member of a

bidder after submission of a Bid, shall require the prior written approval of sefa, and any failure

to seek such approval from sefa shall result in sefa being entitled, in its sole discretion, to

exclude the relevant bidder from any further participation in the bid process or to cancel the

engagement. This shall be interpreted to include post appointment and subcontracting of work

arising out of this bid to complete certain work.

26.1.2 sefa shall be the sole arbiter as to what constitutes a “material change in the control and/or

composition of any bidder”, and as to what constitutes a “core member of a bidder” for

purposes of such approval. Any request for such approval shall be made to sefa’s Supply Chain

Management in writing and shall provide sufficient reasons and information to allow sefa to

make a decision. sefa reserves the right to accept or reject any such request for approval.

21

27. PRESENTATIONS

sefa reserves the right to require that any bidder provide a formal presentation of its RFB at a

date and time to be determined by sefa. All instructions and clarification regarding the purpose

and scope of the demonstration shall be provided by sefa. All expenses must be borne by the

bidder, including all costs associated with the preparation and submission of this Bid.

28. COMMUNICATION

28.1 sefa may communicate with bidders where clarity is sought after the closing date of the bid and

prior to the award of the contract, or to extend the validity period of the bid, if necessary.

28.2 Any communication to any sefa official or a person acting in an advisory capacity for the State in

respect of this bid between the closing date and the award of the bid by the bidder is discouraged

28.3 All communication between the bidder and the Supply Chain Management office must be done

in writing.

29. ENQUIRES

For the duration of this BID until the eventual appointment of the service provider and contracting, ALL enquiries regarding this tender MUST be address to supply Chain Office per below: CONTACT DETIALS

Name: Sebotse Mokgabudi Telephone Number: 012 748-9725 Email Address: [email protected] /[email protected] Name: Wendy Rakitla: Telephone Number 012 748-9704 Email: [email protected]/[email protected]

22

Any communication outside this platform is strictly prohibited and should service provider be found to

be in contact with any of sefa’s staff members on matters relating to this bid, such bidders will

automatically be disqualified in this tender process.