Bid BS/2013/ RFB270 - CMD______

REQUEST FOR BID

PROFESSIONAL SERVICES

BID NUMBER: / BS/2013/RFB270
CLOSE / Date: / 8th January 2014
Time: / 11h00
DESCRIPTION: / Appointment of a Service Provider to Provide a Banking Certificate in Management Development (CMD) Programme.
BRIEFING SESSION: / Yes / X / No
See section 1 on Special Conditions of Bid and Contract that the bidder needs to take note of.

Respondent details

(Use this as a cover page for response document and envelope)

Company Name:
Completed by:
Email:
Telephone:
Mobile number:
Date:
Original copy of documents or copy - Mark with X / ORIGINAL / COPY

DOCUMENTS IN THIS BID DOCUMENT PACK

Bidders are to ensure that they have received all pages of this document, which consist of the following documents:

SECTION 1
Note: Documents in this section are for information to/instruction of bidders and must not be returned with bids.
Special Conditions of Bid and Contract: Portion 1
General Conditions of Contract
Terms of Reference
Evaluation Process/Criteria
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 Supplier)
SECTION 2
Note: Documents in this section must be completed and returned with bids. The bid documentation submitted must be in the sequence and sections detailed in Terms Of Reference – Clause 8 Format OF BID RESPONSE. Non adherence to this requirement may result in negative scoring.
Part 1: Special Conditions of Bid and Contract: Portion 2 – Special conditions that the bidder needs to accept.
Part 2: Tax Clearance Certificate (The tax clearance certificate requirements page must not be returned with bids).
Part 3: Declaration of Interest – SBD4.
Part 4: Declaration of bidder’s past SCM practices.
Part 5: Preference Points Claim Form in terms of the Preferential Procurement Regulations 2001 (Purchases).
Part 6: Certificate of independent bid determination (SBD9), and National Industrial Participation Programme (SBD5).
SECTION 3
Note: Documents in this section must be completed and returned with bids. The bid documentation submitted must be in the sequence and sections detailed in Terms Of Reference – Clause 8 Format OF BID RESPONSE. Non adherence to this requirement may result in negative scoring.
Part 12: Invitation to Bid and Pricing Schedule and Pricing Model (Appendix C)

Appendixes supplied with RFB

Appendix A - Service Definition (do not return – for information)

Appendix B - Service Level Agreement (do not return – for information)

Appendix A2 - Service Definition Response (Complete and return with bid)

Appendix C - Pricing Model (Complete and return with bid)

Note: Concise Consulting Services (PTY) Ltd is responsible for the procurement process (Supply Chain Management Consultants to BANKSETA)

Page 1 of 1

Bid No. : BS/2013/ RFB270 - Development of a NQF Level 6 Skills Programme for Compliance Officers

SECTION 1 ______

SECTION 1

Page 1 of 1

Bid No.: BS/2013/ RFB270 - Development of a NQF Level 6 Skills Programme for Compliance Officers

SECTION 1: Special Conditions of Bid and Contract: Portion 1 ______

SPECIAL CONDITIONS OF BID AND CONTRACT

PORTION 1: SPECIAL CONDITIONS THAT THE BIDDER NEEDS TO TAKE NOTE OF

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.

1.2  The Terms “Supplier”, “Service Provider” and “Contractor” are used inter-changeably in the course of this document.

2  RFB TIMELINES

Activity / Time / Estimated Due Dates
Final date for clarifying questions / 16h00 / 6th December 2013
Closing date / 11h00 / Wednesday 8th January 2014
Tender evaluation, Bidder Verification and Due Diligence / N/A / January 2014
Clarification presentations by Service Providers if required/ Due Diligence / T.B.A. / January 2014
Provisional Contract Award / N/A / January 2014
Negotiation & Contracting / N/A / February 2014

3  BRIEFING SESSION

3.1  There is no vendor briefing for this Request for Bid.

4  CLARIFICATIONS/ QUERIES

4.1  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 (facsimile or e-mail) from the RFB Contact Person by the date stipulated in the RFB timelines (Section 1, Paragraph 2 RFB TIMELINES). The bid number should be mentioned in all correspondence. Telephonic requests for clarification will not be accepted. If appropriate, the clarifying information will be made available to all bidders by e-mail only.

4.2  Service Providers are required to use the table template as shown below to submit questions.

No. / Question? / Reference in RFP/Appendix /
Answer
1. / Service Provider to type in question here. /

Insert Reference to source document

/

BANKSETA to provide answer here.

All questions and answers will be made available to all other respondents.

5  SUBMITTING BIDS

5.1  Bids must consist of four (4) hard copies and one (1) electronic submission (CD) which MUST contain softcopies of ALL of the submitted documentation. One (1) hardcopy must be the original signed submission, clearly marked “Original” and the remaining 3 copies can be a copied versions of the original. Non adherence to this requirement may result in negative scoring. Bids should be handed in/delivered to:

The Procurement Manager

BANKSETA

Thornhill Office Park

Building 22

94 Bekker Road

MIDRAND

5.2  NB: Bidders are to indicate on the cover of each document whether it is the original or a copy. (See page 1 of this document)

5.3  Bids should be submitted in a sealed envelope with the cover page provided (page 1 of this document) clearly displayed on the outside of the envelope. The cover page should clearly indicate if the bidder is bidding. Bidders should ensure that the cover page is fixed firmly to the envelope.

5.4  Pricing Information (Part 12) must be supplied in a separate sealed envelope marked “Part 12– Pricing”.

5.5  Bidders should take particular care to ensure that there are no discrepancies between the electronic and hardcopy submissions of the proposed solution. Notwithstanding the 15 mbyte size limit the electronic copy should contain EVERYTHING that is submitted in hardcopy form. Non adherence to this requirement will result in negative scoring. If any discrepancies are detected, the original hardcopy takes precedence over the electronic copy.

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

6  LATE BIDS

6.1  Bids received late shall not be considered. A bid will be considered late if it arrived only one second after 11h00 or any time thereafter. The tender (bid) box shall be locked at exactly 11h00 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.

Bidders should, in preparing their bids, plan for delays related to traffic resulting from road works. No late bids due to traffic delays or delays at the entrance gate to the BANKSETA office park will be considered

6.2  Bids sent to the BANKSETA via normal post or any other mechanism shall be deemed to be received at the date and time of arrival at the BANKSETA 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.

7  DIRECTIONS TO BANKSETA OFFICES FOR DELIVERY OF BIDS

7.1  Physical Address

Thornhill Office Park

Building 22

94 Bekker Road

MIDRAND

7.2  Directions from Pretoria (see map)

Take Allandale off-ramp from M1 South. Turn right into Bekker Road. The Thornhill office block is on the left.

7.3  Directions from Johannesburg (see map)

From Pretoria: Take Allandale off-ramp. Take the right turn (Kyalami) into Allandale Road. Turn right into Pretorius Road. Follow Pretorius then left into Bekker. The Thornhill office block is on the left.

From Johannesburg: Take Allandale off-ramp. Take the left turn (Kyalami) into Allandale Road. Turn right into Pretorius Road. Follow Pretorius then left into Bekker. The Thornhill office block is on the left.

DIRECTIONS TO BANKSETA


8  NEGOTIATION

8.1  The BANKSETA and Concise Consulting Services (Pty) Ltd have the right to enter into negotiation with a prospective Supplier regarding any terms and conditions, including price(s), of a proposed contract.

8.2  The BANKSETA shall not be obliged to accept the lowest of any quotation, offer or bid.

8.3  All bidders will be informed whether they have been successful or not. A contract will only be deemed to be concluded when reduced to writing in a contract form signed by the designated responsible person of both parties. The designated responsible person of the BANKSETA is Max Makhubalo or his written authorised delegate.

9  PRESENTATIONS

9.1  As part of this RFB process, short listed bidders may be invited for bid clarification presentations before the award of the bid.

9.2  In the event that clarification presentations are required, service providers will be notified 3 days in advance of the presentation.

9.3  Draft Agenda for the presentations will be advised if appropriate.

Bidders will have 30 minutes to present and another 15 minutes will be allowed for questions from the evaluation team.

9.4  Bidders must ensure that the key personnel that will be performing the duties as proposed must make the presentation (limited to 3 persons).

9.5  The presentations will take place at BANKSETA offices in Midrand.

9.6  A Due Diligence may be conducted on the preferred bidders to determine whether the preferred bidders have the capability to and ability to execute the contract - it is the process of performing an analysis of the bidder’s company structure, financial affairs, operational capacity and business ethics. A due diligence is a two-way process where both parties verify representations made.

10  REASONS FOR REJECTION

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

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

10.2.1  Have abused the SCM system of the BANKSETA;

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

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

10.3  Such actions shall be communicated to the National Treasury.

11  BANKSETA'S RIGHTS AND OBLIGATIONS

This RFB process in no manner obligates BANKSETA to the use of any of the proposed products/services. BANKSETA reserves the right to:

a)  Award this RFB or any part thereof to one or more Service Providers;

b)  Reject all bids;

c)  Consider any bids that may not conform to any aspect of the RFB;

d)  Decline to consider any bids that do not conform to any aspect of the RFB;

e)  Request further information from any Service Provider after the closing date;

f)  Cancel this RFB or any part thereof at any time.

12  CONTRACTING

The General Conditions of Contract must be accepted and are not negotiable. On selection of the most suitable Service Provider, BANKSETA will finalise and sign the contract.

Bidders are notified that their responses to the RFB will form an integral and binding part of any contract subsequently entered into.

Should any bidder wish to form a Joint Venture with other bidders/partners, this will be acceptable. However the BANKSETA will only contract with ONE entity (lead supplier). The lead supplier will assume full responsibility for the successful completion of all aspects of the programme and BANKSETA will deal with and communicate with the lead supplier only, both during the bid process, negotiations and subsequent program service delivery. This lead supplier stipulation will also apply to any agreed Supplier Fees that are due.

13  PAYMENTS

13.1  The BANKSETA will pay the Supplier the Fee as set out in the final contract. No additional amounts will be payable by the BANKSETA to the Supplier.

13.2  The Supplier shall from time to time during the currency of the contract invoice the BANKSETA for the services rendered. No payment will be made to the Supplier unless an invoice complying with section 20 of the VAT Act No 89 of 1991 has been submitted to the BANKSETA.

13.3  Payment shall be made into the Supplier’s bank account normally 30 days after receipt of an acceptable, valid invoice. (Banking details must be submitted as soon as this bid is awarded).

13.4  The Supplier shall be responsible for accounting to the appropriate authorities for its Income Tax, VAT or other moneys required to be paid in terms of applicable law.

Page 1 of 1

Bid No.: BS/2013/ RFB270 - Development of a NQF Level 6 Skills Programme for Compliance Officers

SECTION 1: General Conditions of Contract ______

GENERAL CONDITIONS OF CONTRACT
NOTES
The purpose of this document is to:
(i)  Draw special attention to certain general conditions applicable to government bids, contracts and orders; and
(ii)  To ensure that clients be familiar with regard to the rights and obligations of all parties involved in doing business with government.
In this document words in the singular also mean in the plural and vice versa and words in the masculine also mean in the feminine and neuter.
The General Conditions of Contract will form part of all bid documents and may not be amended.
Special Conditions of Contract (SCC) relevant to a specific bid, should be compiled separately for every bid (if applicable) and will supplement the General Conditions of Contract. Whenever there is a conflict, the provisions in the SCC shall prevail.

TABLE OF CLAUSES

1.  Definitions

2.  Application

3.  General

4.  Standards

5.  Use of contract documents and information; inspection

6.  Patent rights

7.  Performance security

8.  Inspections, tests and analysis