View
0
Download
0
Category
Preview:
Citation preview
Page 1 of 20 EOI No. 8018/03/07/2020
Expression of Interest (EOI)
To supply corporate branded and promotional
items/materials to the CSIR for a period of two years on
an “as and when required” basis.
EOI No. 8018/03/07/2020
Date of Issue Friday, 19 June 2020
Closing Date Friday, 03 July 2020
Enquiries and submission of
proposals Strategic Procurement Unit E-mail: tender@csir.co.za
CSIR business hours 08h00 – 16h30
Page 2 of 20 EOI No. 8018/03/07/2020
TABLE OF CONTENTS
SECTION A – TECHNICAL INFORMATION 3
1 INTRODUCTION 3
2 BACKGROUND 3
3 INVITATION TO SUBMIT PROPOSAL 3
4 PROPOSAL SPECIFICATIONS (OVERVIEW OF REQUIREMENTS) 4
5 FUNCTIONAL EVALUATION CRITERIA 5
6 ELIMINATION CRITERIA 10
SECTION B – TERMS AND CONDITIONS 11
7 VENUE FOR EOI SUBMISSION 11
8 EOI PROGRAMME 11
9 SUBMISSION OF RESPONSES 11
10 DEADLINE FOR SUBMISSION 12
11 EVALUATION PROCESS 12
12 VALIDITY PERIOD OF RESPONSES 12
13 ENQUIRIES AND CONTACT WITH THE CSIR 12
14 MEDIUM OF COMMUNICATION 13
15 COST OF EXPRESSION OF INTEREST 13
16 CORRECTNESS OF RESPONSES 13
17 VERIFICATION OF DOCUMENTS 14
18 LOCAL CONTENT 14
19 ENGAGEMENT OF CONSULTANTS 14
20 TRAVEL EXPENSES ERRO
R! BOOKMARK NOT DEFINED.
21 ADDITIONAL TERMS AND CONDITIONS 15
22 CSIR RESERVES THE RIGHT TO 16
23 DISCLAIMER 16
24 ANNEXURE A ERRO
R! BOOKMARK NOT DEFINED.
Page 3 of 20 EOI No. 8018/03/07/2020
SECTION A – TECHNICAL INFORMATION
1 INTRODUCTION
The Council for Scientific and Industrial Research (CSIR) is one of the leading scientific
research and technology development organisations in Africa. In partnership with national and
international research and technology institutions, CSIR undertakes directed and
multidisciplinary research and technology innovation that contributes to the improvement of
the quality of life of South Africans. The CSIR’s main site is in Pretoria while it is represented
in other provinces of South Africa through regional offices.
2 BACKGROUND
The CSIR Strategic Communication department maximises opportunities to enhance the
organisation’s reputation among all stakeholders as well as advise the organisation on
potential reputational risk. It is mandated to compile and implement an agreed-upon Integrated
Marketing and Communication Strategy for the organisation that includes regular interventions
targeting priority stakeholders (internally and externally) with relevant messages using the
most appropriate channels- including brand awareness.
The CSIR Brand Store plays a significant role in increasing the brand awareness of the CSIR
through corporate branded promotional items and materials. It is therefore against this
background that the CSIR would like to issue this Expression of Interest (EoI) to bidders who
are interested in being part of a panel of suppliers to provide the CSIR with promotional items
on an “as and when required” basis for a period of two (2) years.
3 INVITATION TO SUBMIT PROPOSAL
Proposals are hereby invited from interested suppliers to supply corporate branded and
promotional items/materials to the CSIR for a period of two years on an “as and when required”
basis.
The top five (3) bidders who score the highest number of functional/technical points, following
the CSIR approved evaluation process based on the evaluation criteria set out in section 7
below (evaluation process and criteria), will be appointed and contracted to form part of the
panel to supply corporate branded promotional items/materials on an “as and when required”
basis for a period of 2 years and will be registered on the CSIR supplier database as well as
Page 4 of 20 EOI No. 8018/03/07/2020
given a fair opportunity to bid for future work following the CSIR procurement policy. Should
less than 5 qualifying bidders be identified, the CSIR still reserves the right to proceed with the
appointment of the qualifying suppliers (even if one or two bidders are identified).
4 EOI PROPOSAL SPECIFICATIONS (OVERVIEW OF REQUIREMENTS)
All proposals in response to this expression of interest are to be submitted in a format specified
in this enquiry (as applicable). However, service providers are welcome to submit additional or
alternative proposals over and above the originally specified format (e.g. other capabilities that
you may be deem to be relevant).
Bidders are to submit responses in the following format prescribed below. Failure to adhere to
this may result in disqualification and the tender may be deemed as non-responsive.
4.1 Expression of Interest Proposal
The following must be submitted as part of the proposal:
Covering letter;
Provide company profile indicating similar service carried forward provided within
the last three years in the provision of marketing and branding material. A profile
must indicate duration of each project carried and completed successfully. The
bidder must provide a clearly detailed company profile, stipulating the number of
years rendering similar services in similar portfolios, (Similar= supplying corporate
branded items/materials).
Testimonial/reference letters for similar services provided - Provide three (3) signed
relevant contactable reference letters indicating work carried out or completed
successfully in similar goods and/or services supplied within the last three years
(similar = supplying corporate branding material). Reference letters must be
provided to substantiate such claims from different cliental. Required reference
letters must be on the client company letterhead of the business, indicating duration
of work, completed successfully. References provided in a list format will not be
recommended.
Product offering/catalogue of the required goods and/or services.
Bidders must indicate if they have branding capacity (printing capacity - machines,
number of personnel (roles and responsibilities), list of projects executed, duration
and value,) in-house and/or out-sourced. Proof to be submitted.
Page 5 of 20 EOI No. 8018/03/07/2020
Local Content and production declaration forms where applicable;
Valid BBBEE certificate or sworn affidavit. (Only SANAS accredited BBBEE
certificates will be accepted)
4.2 Interested bidders must:
Have a clear understanding of the CSIR service offering, stakeholders (internal and
external) in order to ascertain relevant branding and promotional materials;
Have a minimum of five (5) years’ experience in supplying branded promotional
materials.
Demonstrate that they have a variety in terms of product-mix, and a wide range of
products;
Comply with a quick turnaround time of not more than three to ten (3-10 days)
calendar days after receiving a firm brief or purchase order from the CSIR;
Indicate if their branding capacity (printing) is in-house and/or out-sourced
(subcontracting); and
Demonstrate how they are keeping abreast with latest trends in the market.
The bidder should adhere to the following requirements
o An account executive must be allocated to service the CSIR.
o All orders will be placed through the account executive.
o Invoices and monthly financial statements should be submitted by the
account executive within 30 days from completion of job.
o The resource allocated must be able to attend regular meetings with CSIR.
o The account executive will assist with delivery of samples before material is
produced.
5 SCOPE OF WORK AND DELIVERABLES
Five (5) successful bidders will be selected. All bidders must be able to provide branding and
promotional materials in all the following categories:
Page 6 of 20 EOI No. 8018/03/07/2020
To supply high-end branding and promotional materials;
To supply medium-range branding and promotional materials;
To supply entry-level branding and promotional materials
Type of Branding and Promotional materials:
Prospective bidders are requested to note that the branding and promotional material items
are not limited to the list and the quantities provided below. The CSIR reserves the right to
request other items that are not listed below.
5.1 Entry level branding and promotional materials
Item Anticipated Quantities
Specification
A5 notepad 5000 100 A5 pages 120gsm Printed one side matte One colour
Eco pen 5000 Enviro Eco-Logical Ball Pen (Blue) PEN-1059 Branding: Pad Printing full colour
Pen and pencil set 50 Radial Ball Pen & Clutch Pencil Set PENSET-1704-5
Lanyards 5000 Satin With Snap Clip (Blue) LAN-315 Branding: One colour (White)
A4 folder 500 350gsm Printed full colour one side Artwork to be supplied
USB 8 G 75 Micron Memory Stick USB-4520 Branding: Digital Dome Sticker (DB) Full colour
USB 16 G 75 Rotary Memory Stick USB-5000 Razor Memory Stick USB-4607 Branding: Direct to Print full colour
Caps 200 Conquest Heavy Brushed Cotton 6 Panel Cap (navy blue) Branding: Embroidary one position
Visor caps 100 Wing Visor (Navy blue) HW052 Branding: Embroidary two positions
Bush hat 50 Willow Bush Hat (Navy) Branding: Embroidary one position
Cup and base 500 Eastcoast Sublimation Mug (Navy) MUG-6385
Page 7 of 20 EOI No. 8018/03/07/2020
Branding: Sublimation (SUB) or Pad Printing (PC) full colour
1l Infused water bottle 50 Flavourade Infuser Bottle - 1000Ml DW-6920 Branding: Pad Printing (PB) one colour
Spritz water bottle 50 Spritz drink bottle Code:DW-7110-T Branding :Pad Printing one colour
Gym towel 50 Oblique Sports Towel GIFT-9770 Branding: Embroidery (EM) full colour
Headphones 50 Jive Earbuds TECH-4775 Branding: Pad Printing (PB) one colour
Trojan backpack 50 Trojan Back Pack (Navy) BAG-3617 Branding: Digital Direct Transfer (DDT) full colour
Sports bag 25 Marathon Sport bag Code:BAG-4150-N Branding:Digital Direct Transfer (DDT) Full colour
Back pack 50 Genoa Backpack (Navy) IND101 Branding: Digital Direct Transfer (DDT) full colour
Desk tubes 50 CUBIX DESK MATE GIFT-9885 Branding: Digital Vinyl Sticker (DA)
Lunch cooler bag 50 Frostbite 6can Cooler (Navy) COOL-5065 Branding: Screen Print (SB)
5.2. Medium-range branding and promotional materials
Boardroom flasks 50 VACUUM JUG
Winter flask 50 SPECTRUM Double Wall Flask FLASK -6515 Branding: 1 Position Screen Wrap
Vacuum mug 50 Arabica Double Wall Travel Mug Mug-6505 Branding: Laser Engraving (LB)
Rain umbrella 25 Whimsical Compact Umbrella (Navy) UMB-7530 Branding: Digital Direct Transfer on Umbrellas (DDT-1) full colour
Sun umbrella 25 Torrento Golf Umbrella (Navy) UMB -800 Branding: Digital Direct Transfer on Umbrellas (DDT-1) full colour
Ladies formal shirt 50 LADIES LONG SLEEVE OXFORD BLOUSE (LL-OX)
Ladies check shirt 50 LADIES LONG SLEEVE KENTON SHIRT
Page 8 of 20 EOI No. 8018/03/07/2020
BAS-3417-N
Ladies denim shirt 50 LADIES LONG SLEEVE WIDNSOR SHIRT BAS-7769-N Branding: Embroidery
Men formal shirt 50 MEN’S OXFORD BLOUSE (LL-OX) Branding: Embroidery (EM)
Men check shirt 50 MEN’S LONG SLEEVE KENTON SHIRT BAS-3417-N Branding: Embroidery(EM)
Men denim shirt 50 MEN’S LONG SLEEVE WINDSOR SHIRT BAS-7769-N Branding: Embroidery (EM)
Bluetooth speakers 25 Energizer Bluetooth Speaker & Fm Radio TECH -4909 Branding: Pad Printing (PC) full colour
Black lab coat 40 Handy Man Dustcoat BAS-5172 Branding :Embroidery(EM)
Grey hoodies (ladies & man) 50 Mens Smash Hooded Sweater SLAZ-1005-GY Branding: Embroidery (EM)
Body warmer (ladies & man) 50 Mens Evolution Body warmer (Navy) SLAZ-7608-N Branding: Embroidery (EM)
Tie 25 Satin Material Artwork: To be provided
Satin scarves 25 Satin chiffon Size: 300 x 1400MM Artwork: To be provided Branding: Print through
A5 notebook 200 6 Omega A5 Notebook (Blue) CODE: NB-9860
Branding: Debosing(DO)
Power tech 50 Omega Seven Gift Set (White) TECH-5056-SW Branding: 1-Colour, 1-Position Pad Print
Powerbank 50 ODEON 2200mah POWER BANK TECH-5017 Branding: Pad Printing (PC)
Executive business cardholder 50 Business card holder Gift-831 Branding: Laser engraving(LB)
3 in 1 laser pointer 200 AXIS 4in 1 BALL PEN PEN-1721 Branding: Laser Engraving (LB)
Balmain pen 200 Ballmain Pen Arles Ball pen Code:PEN-1136 Branding: Laser Engraving(LB)
Page 9 of 20 EOI No. 8018/03/07/2020
5.3. High end branding and promotional merchandise
Overnight laptop trolley bag 50 Navigator Tech Trolley Bag BAG-3568 Branding: Embroidery (EM) Screen Print (SC)
Laptop trolley bag 50 Latitude Trolley Backpack BAG-609 Branding: Laser Engraving (LB)
Laptop backpack 25 Bobby Anti-Theft Backpack BAG-4455 Branding: Screen Print (SC)
A4 leather folder 50 Elasticity A4 Folder FOLD-2060 Branding: Screen Print (SB)
Insulated jacket 30 Mens Norquay Insulated Jacket ELE-7302-N Branding: Embroidery (EM) one colour
Acid resistant lab coat 80 FOX Handy Man D/COAT Product code :DUSCRA Branding: Embroidery(EM)
7 PRE-QUALIFICATION CRITERIA TO ADVANCE CERTAIN GROUPS
The following enterprises will be considered for this tender:
Exempted Micro Enterprises (EMEs) with a B-BBEE status of level 1; and
Qualifying Small Enterprises (QSEs) that are a B-BBEE Level 1.
NB: A valid certified copy of a B-BBEE Certificate or letter of exemption must be submitted to
be considered for this tender
8 FUNCTIONAL EVALUATION CRITERIA
8.1 The evaluation of the functional / technical detail of the EOI proposal will be based on the
following criteria:
No Functionality criteria Weighting (%)
1 Capability of the bidder 70
2 Company Experience 20
3 Branding and promotional material capacity 10
Total 100
Page 10 of 20 EOI No. 8018/03/07/2020
8.2 Proposals with functionality / technical points of less than the pre-determined minimum
overall percentage of 70 % and less than 50 % on any of the individual criteria will not be
considered for appointment onto the panel and will not be registered on the CSIR’s supplier
database.
8.3 The CSIR may perform site visits to the referees as well as the premises of the winning
bidders as part of due diligence. The supplier shall be notified timeously.
8.4 Refer to Annexure A for the scoring sheet that will be used to evaluate functionality.
9 ELIMINATION CRITERIA
Expression of interest proposals will be eliminated under the following conditions:
Submission after the deadline;
Responses submitted at incorrect location (responses to be emailed to
tender@csir.co.za) and
Failure to meet pre-qualification requirements to advance certain groups.
The following mandatory documentation will be required before any negotiations will start with the
interested supplier and before the supplier will be registered on the CSIR’s supplier database:
Proof of registration of the supplier on the National Treasury’s Central Supplier
Database (CSD), including provision of the supplier’s CSD registration number.
Registrations can be completed online at: www.csd.gov.za.
Original or certified copy of B-BBEE certificate. If no certificate can be provided, no
points will be scored during the evaluation process – where B-BBEE credentials were
used as part of evaluation (RSA suppliers only).
Page 11 of 20 EOI No. 8018/03/07/2020
SECTION B – TERMS AND CONDITIONS
10 PROCEDURE FOR SUBMISSION OF PROPOSALS
All proposals must be submitted electronically to: tender@csir.co.za
Respondents must use the EOI number as the subject reference number
when submitting their bids
The email and file sizes should not exceed a total of 30mb per email
The naming / labelling syntax of files or documents must be short and simple
(e.g. Product Catalogues)
Each bidder will be limited to send two emails with their submissions and the
subject of the email must clearly reference the EOI number) – E.g. EOI No.
8018/03/07/2020 <Name of supplier> email 1 of 2)
All documents submitted electronically via email must be clearly visible.
Proposals or documents received after the closing date and time will be
considered as a late submission. Late submissions will not be evaluated.
NB: NO HARD COPIES OR PHYSICAL SUBMISSIONS WILL BE ACCEPTED
11 EOI PROGRAMME
The EOI program, as currently envisaged, incorporates the following key dates:
Issue of EOI documents: Friday, 19 June 2020
Last date for submission queries: Tuesday, 30 June 2020
Closing / submission date: Friday, 03 July 2020
The CSIR will inform all successful suppliers qualifying to be part of the panel as well as to be
registered on the CSIR supplier database in due course.
12 SUBMISSION OF RESPONSES
12.1 All proposals are to be submitted electronically to tender@csir.co.za. No late proposals will
be accepted.
12.2 Responses submitted by companies must be signed by a person or persons duly authorised.
Page 12 of 20 EOI No. 8018/03/07/2020
12.3 All emailed proposal submissions are to be clearly subject-referenced with the EOI number.
12.4 The CSIR will award the contract to qualified tenderer(s)’ whose proposal is determined to
be the most advantageous to the CSIR, taking into consideration the technical (functional)
solution, price and B-BBEE.
13 DEADLINE FOR SUBMISSION
Expression of interest shall be submitted at the email address mentioned above no later than
the closing date of Friday, 03 July 2020 during CSIR’s business hours. The CSIR business
hours are between 08h00 and 16h30.
Where a proposal is not received by the CSIR by the due date and stipulated place, it will be
regarded as a late submission. Late submissions will not be considered.
14 EVALUATION PROCESS
The EOI proposal evaluation process will include only the functionality/technical evaluation.
No price evaluation will be done at this stage. To be appointed as part of the panel, the service
provider shall meet the minimum threshold for functionality and must meet the pre-qualification
requirements. An official contract will be concluded with each supplier on the panel.
15 VALIDITY PERIOD OF RESPONSES
Each proposal shall be valid for a minimum period of three (3) months calculated from the
closing date.
16 APPOINTMENT OF PANEL
16.1 The contract(s) will be awarded to the top five bidders who scores the highest number of
points during the technical evaluation process, except where the law permits otherwise.
16.2 Appointment as a successful service provider shall be subject to the parties agreeing to
mutually acceptable contractual terms and conditions. In the event of the parties failing to
reach such agreement CSIR reserves the right to appoint an alternative supplier.
16.3 Awarding of contracts will be announced on the National Treasury website and no regret
letters will be sent to unsuccessful bidders.
Page 13 of 20 EOI No. 8018/03/07/2020
17 UTILISATION OF PANEL GUIDELINES
17.1 A Request for Quotation (RFQ) will be issued to the relevant appointed panel members on
a per project basis which will be evaluated on Price and B-BBEE as per the 80/20 principle
per the 2017 Preferential Policy and Procurement Framework Act (PPPFA) 2017
regulations. The appointed provider through the RFQ process will be issued with a formal
purchase order.
17.2 The selection of the services providers from the appointed panel for the RFQ process will
be performed on a rotational basis. There is no guarantee that a service provider on the
appointed panel will be contracted for the duration of this contract, and there is no guarantee
that CSIR will procure all the items as included in this EOI document.
17.3 Should the successful bidders not be in a position to provide CSIR with the required
corporate branded promotional items via the RFQ process, the CSIR then reserves the right
to contact other providers through a separate RFQ process.
18 ENQUIRIES AND CONTACT WITH THE CSIR
Any enquiry regarding this EOI shall be submitted in writing to CSIR at tender@csir.co.za with
“EOI No 8018/03/07/2020 - To supply corporate branded and promotional items/materials
to the CSIR for a period of two years on an “as and when required” basis” as the subject.
19 MEDIUM OF COMMUNICATION
All documentation submitted in response to this Expression of Interest must be in English.
20 COST OF EXPRESSION OF INTEREST
Service providers are expected to fully acquaint themselves with the conditions, requirements
and specifications of this EOI before submitting responses. Each service provider assumes all
risks for resource commitment and expenses, direct or indirect, of proposal preparation and
participation throughout the EOI process. The CSIR is not responsible directly or indirectly for
any costs incurred by service providers.
21 CORRECTNESS OF RESPONSES
21.1 The service provider must confirm satisfaction regarding the correctness and validity of their
proposal.
Page 14 of 20 EOI No. 8018/03/07/2020
22 VERIFICATION OF DOCUMENTS
22.1 Tenderers should check the numbers of the pages to satisfy themselves that none are
missing or duplicated. No liability will be accepted by the CSIR in regard to anything arising
from the fact that pages are missing or duplicated.
22.2 Only one electronic copy of the EOI proposal must be submitted via email to
tender@csir.co.za. In the event that the bidder sends more than one proposal, the first
submission shall take precedence should it not have been recalled/withdrawn in writing by
the bidder.
23 LOCAL CONTENT
23.1 All potential service providers need to note that the CSIR will incorporate local content and
manufacture as far as possible when procuring goods and services. In the case of expression
of interests for goods and/or services in a designated sector, such expression of interests
must indicate the level of involvement with local content and manufacture.
24 SUB-CONTRACTING
24.1 A tenderer will not be awarded points for B-BBEE status level if it is indicated in the tender
documents that such a tenderer intends sub-contracting more than 25% of the value of the
contract to any other enterprise that does not qualify for at least the points that such a
tenderer qualifies for, unless the intended sub-contractor is an exempted micro enterprise
that has the capability and ability to execute the sub-contract.
24.2 A tenderer awarded a contract may not sub-contract more than 25% of the value of the
contract to any other enterprise that does not have an equal or higher B-BBEE status level
than the person concerned, unless the contract is sub-contracted to an exempted micro
enterprise that has the capability and ability to execute the sub-contract.
Page 15 of 20 EOI No. 8018/03/07/2020
25 ADDITIONAL TERMS AND CONDITIONS
25.1 A tenderer shall not assume that information and/or documents supplied to CSIR, at any
time prior to this request, are still available to CSIR, and shall consequently not make any
reference to such information document in its response to this request.
25.2 Copies of any affiliations, memberships and/or accreditations that support your submission
must be included in the tender.
25.3 In case of proposal from a joint venture, the following must be submitted together with the
proposal:
Joint venture Agreement including split of work signed by both parties;
The original or certified copy of the B-BBEE certificate of the joint venture;
The Tax Clearance Certificate of each joint venture member;
Proof of ownership/shareholder certificates/copies; and
Company registration certificates.
25.4 An omission to disclose material information, a factual inaccuracy, and/or a
misrepresentation of fact may result in the disqualification of a tender, or cancellation of any
subsequent contract.
25.5 Failure to comply with any of the terms and conditions as set out in this document will
invalidate the Proposal.
Page 16 of 20 EOI No. 8018/03/07/2020
26 CSIR RESERVES THE RIGHT TO
26.1 Extend the closing date;
26.2 Verify any information contained in a response;
26.3 Request documentary proof regarding any tendering issue;
26.4 Cancel or withdraw this EOI as a whole or in part; and
26.5 Not to include any supplier on the list of suppliers on the approved database based on
functional criteria not met.
27 DISCLAIMER
This EOI is an expression of interest only and not an offer document; answers to it must not be
construed as acceptance of an offer or imply the existence of a contract between the parties.
By submission of its EOI proposal, service providers shall be deemed to have satisfied
themselves with and to have accepted all Terms & Conditions of this EOI. The CSIR makes no
representation, warranty, assurance, guarantee or endorsements to service provider
concerning the EOI, whether with regard to its accuracy, completeness or otherwise and the
CSIR shall have no liability towards the service provider or any other party in connection
therewith.
Page 17 of 20 EOI No. 8018/03/07/2020
28 DECLARATION BY TENDERER
Only tenderers who completed the declaration below will be considered for evaluation.
EOI No: 8018/03/07/2020
I hereby undertake to render services described in the attached tendering documents to CSIR in
accordance with the requirements and task directives / proposal specifications stipulated in
EOI No: 8018/03/07/2020 at the price/s quoted. My offer/s remains binding upon me and open for
acceptance by the CSIR during the validity period indicated and calculated from the closing date of the
proposal.
I confirm that I am satisfied with regards to the correctness and validity of my proposal; that the price(s)
and rate(s) to be quoted will cover all the services specified in the proposal documents; that the price(s)
and rate(s) will cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and
calculations will be at my own risk.
I accept full responsibility for the proper execution and fulfilment of all obligations and conditions
devolving on me under this proposal as the principal liable for the due fulfilment of this proposal.
I declare that I have no participation in any collusive practices with any tenderer or any other person
regarding this or any other proposal.
I accept that the CSIR may take appropriate actions, deemed necessary, should there be a conflict of
interest or if this declaration proves to be false.
I confirm that I am duly authorised to sign this proposal.
NAME (PRINT) ………………………….
CAPACITY ……………………….
SIGNATURE …………………………….
NAME OF FIRM ………………………….….
DATE ……………………………….
WITNESSES 1 …….……………………………
2 ……….…………………………
DATE: .…………………………..
Page 18 of 20 EOI No. 8018/03/07/2020
29 RETURNABLE DOCUMENTS
PART A: TECHNICAL RETURNABLES
One hard copy and one electronic copy (CD or USB memory key)
Returnable Schedules required only for Tender Evaluation Purposes
Description Submitted (Please
tick)
Yes No
1
Cover letter
2
Company profile
3
Testimonial / reference letters
4
Reference letters or completed reference form (Annex B)
for each reference provided
5
Valid B-BBEE Certificate or Sworn Affidavit
6
Electronic copy of EOI proposal
Notes:
1. The documents shall be properly annexed for ease of reference.
2. ANY OTHER REQUESTED DOCUMENTATION REQUESTED IN THIS EOI MUST BE
SUPPLIED.
3. IRRELEVANT DOCUMENTATION MUST NOT BE SUPPLIED.
Page 19 of 20 EOI No. 8018/03/07/2020
31 ANNEXURE A - SCORING SHEET
No. Criteria Proof required Points allocation Weight %
1
Capability of Bidder:
The bidder must demonstrate the
capability of complying with a quick
turnaround time of not more than
three - ten (3 - 10) calendar days
after receiving a firm brief or
purchase order from the CSIR.
Proof of having provided branded promotional material
for a client of a minimum of 5 000 quantities within 3
calendar days.
Testimonial letter/s on a company letterhead from such
client.
Related and relevant POs/appointment letters to
support.
NB: The letter(s) MUST ALSO INCLUDE the company
name, contact person, contact numbers, the description of
the promotional material and the quantity thereof.
Number of quantities delivered within three days:
Less than 5000 quantities = 0 points
More than 5000 but equal to or less
than 8000= 5 points
More than 8000 but equal to or less
than 10 000= 7 points
More than 10 000 quantities= 10
points
70%
Company experience
The bidding company must have a
minimum of five (5) years’
experience in supplying branded
promotional materials.
Proof that the company has been in business for over 5
years’ supplying corporate branded promotional
materials. Submit company registration documents.
Provide list of relevant projects similar to the scope of
this EOI- The list MUST ALSO INCLUDE the company
name, contact person, contact numbers, the description
of the promotional material, year when the services
were rendered and the quantity thereof.
Completed reference form (Annex B) for each list of
project provided.
Less than 5 years’ experience = 0
points
More than 5 years’ but equal or less
than 7 year = 5 points
More than 7 years’ experience but
equal to or less than 10 years = 7
points
More than 10 years = 10 points
20%
2
Branding and promotional
material capacity:
The bidder must demonstrate the
ability to supply the corporate
branded items/materials either in-
house or outsourced.
The bidder must provide pictures of their
existing/proposed branding facilities. These pictures
must include the entire value chain of the branding
process and machinery.
NB: Also outline in your company profile if you are
outsourcing, partially outsourcing or producing in-house. –
(Please note that this may be validated by conducting
site visits to your proposed facilities)
The bidder must indicate their supply/production
base for all required promotional items:
No information provided on supply
base = 0 points
Outsourced = 5 points
Partially outsourced = 7 points
In-house = 10 points
10%
TOTAL 100
CSIR EOI No. 8018/03/07/2020 Page 20 of 20
32 ANNEXURE B - REFERENCE FORM: TO BE COMPLETED FOR EACH REFERENCE
SUBMITTED (FORM TO BE COMPLETED BY REFERENCE AND NOT BIDDER)
Recommended