Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
Page 1
Request for Proposals for the Manufacture, Supply, Delivery and Stockholding of the Corporate Uniform over a Period of Five (5) years at Airports Company South Africa’s SOC Limited (ACSA) nine (9) airports and Corporate Office.
Tender Number: : COR6370/2020/RFP
Issue Date : 27 February 2020
Closing Date : 29 May 2020
Briefing Session Date and Time : 11 March 2020
Bid Validity : One hundred and twenty (120) working days
Page 2
SECTION 1: INSTRUCTIONS TO BIDDERS
1.1. Access to RFP documents
Tenders are available on www.etenders.gov.za. Kindly print and complete.
1.2. Submission of bid documents
The envelopes containing bid documents must have on the outside, the bidder’s return address, the full
description of the tender, tender number and the details of the Procurement department where the bid will close.
The submission envelope must be clearly marked “Manufacture, Supply, Delivery and Stockholding of the
Corporate Uniforms”.
The documents must be signed and completed by a person who has been given authority to act on behalf of the
bidder. The bottom of each page of the bid documents must be signed or stamped with the bidder’s stamp as proof
that the bidder has read the tender documents. Bid documents must be submitted STRICTLY on or before 12:00
PM on Friday 29 May 2020 using the following method:
1.2.1. The bid document must be delivered to the Airports Company South Africa’s Corporate
Office Parking Lot, located at the address below:
ACSA Corporate Office The Maples, Riverwoods Office Park 24 Johnson Road, Bedfordview
1.2.2. Proposals must be in duplicate (an original printed copy and 2 X printed copies of the original)
together with an electronic copy of the bid documents using a compact disc or flash drive.
1.2.3. The original copy will be the legal and binding copy, in the event of discrepancies between any of
the submitted documents; the original copy will take precedence
1.3. Late Bids
Bids which are submitted after the closing date and time will not be accepted.
1.4. Clarification and Communication
Name: Portia Motsieloa
Designation: Specialist Category Management
Email: [email protected]
Page 3
1.4.1. Request for clarity or information on the tender may only be requested until Monday 25 May 2020.
Any responses to queries or for clarity sought by a bidder will also be sent to all the other entities
which have responded to the Request for Proposal.
1.4.2. Bidders may not contact any ACSA employee on this tender other than those listed above. Contact
will only be allowed between the successful bidder and ACSA Business Unit representatives after
the approval of a recommendation to award this tender. Contact will also only be permissible in
the case of pre-existing commercial relations which do not pertain to the subject of this tender.
1.5. Non- Compulsory Briefing Session
A non- compulsory briefing session will be held on Wednesday 11 March 2020 from 13:30pm to 14:30pm. The
session will be held at the following location:
Airports Company South Africa SOC Limited (ACSA)
Corporate offices, 24 Johnson Road
Riverwoods Park
The Oaks Building
The Corporate Wheels Up Boardroom
• Bidders are encouraged to attend the briefing session in order to view and access the clothing samples,
as these will not be made available after the briefing session.
• Any organisation wishing to bid must send at least one representative, but not more than two
representatives, per Bidder. Bidders from a Consortium or Joint Venture must restrict the number of
their representatives; however, they must be represented by at least one representative.
• Any clarification required by a Bidder regarding the meaning or interpretation of the Terms of Reference,
or any other aspect concerning the bid, should preferably 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.
1.6. Bid Responses
Bid responses must be strictly prepared and returned in accordance with this tender document. Bidders may be
disqualified where they have not materially complied with any of ACSA’s requirements in terms of this tender
document. Changes to the bidder’s submission will not be allowed after the closing date of the tender. All bid
responses will be regarded as offers unless the bidder indicates otherwise. No bidder or any of its consortium/joint
venture members may have an interest in any of the other bidder/joint venture/consortium participating in this bid.
1.7. Disclaimers
It must be noted that ACSA reserves its right to:
Page 4
1.7.1. Award the whole or a part of this tender;
1.7.2. Split the award of this tender;
1.7.3. Negotiate with all or some of the shortlisted bidders;
1.7.4. To reject the lowest acceptable tender received; and/or
1.7.5. Cancel this tender.
1.8. Validity Period
1.8.1. ACSA requires a validity period of one hundred and twenty (120) working days for this tender.
1.8.2. During the validity period the prices which have been quoted by the bidder must remain firm and
valid. It is only in exceptional circumstances where ACSA would accommodate a proposal to
change the price.
1.9. Confidentiality of Information
1.9.1. ACSA will not disclose any information disclosed to ACSA through this tender process to a third
party or any other bidder without any written approval form the bidder whose information is sought.
1.9.2. ACSA will not disclose the names of bidders until the tender process has been finalised.
1.10. Hot – Line
ACSA subscribes to fair and just administrative processes. ACSA therefore urges its clients, suppliers and
the general public to report any fraud or corruption to:
Airports Company South Africa TIP-OFFS ANONYMOUS
Free Call: 0800 00 80 80
Free Fax: 0800 00 77 88
Email: [email protected]
Page 5
SECTION 2: LOCAL CONTENT AND PRODUCTION
2.1 Introduction
In terms of the Preferential Procurement Policy Framework Act, 5 of 2000 (PPPFA) and the regulations thereto,
bids in respect of goods, services or works that have been designated for local production and content, must
contain a specific bidding condition that only locally produced goods, services or works or locally manufactured
goods with a stipulated minimum threshold for local content and production will be considered. This tender falls
within a designated sector and ACSA is therefore required to stipulate the minimum threshold for local
production and content. The minimum threshold for local content and production for this tender is 100% of the
bid price. Any bidder who fails to meet the minimum threshold for local production and content will be
disqualified from the process. To this end, bidders must complete a declaration certificate for local content and
production (SBD 6.2) which is Annexure A of this tender document. Failure to return a completed SBD 6.2 form
will make a bidder liable for disqualification.
2.2 Calculation of local content and production
Local content means that portion of the bid price which is not included in the imported content, provided that
local manufacture does take pace. Imported content means the portion of the bid price represented by the cost
the cost of components, parts or materials which have been or are still imported (whether by the supplier or its
sub-contractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation
costs, such as landing costs, dock dues, import duty, sales duty or other similar tax or duty at the South African
port of entry. The South African Bureau of Standards (SABS) approved technical specification number SATS
1286:201x will be used to calculate local content. The formula to be used to calculate local content is as follows:
𝐿𝐶 = 1 ( 𝜒
𝑦) 𝑋 100
Where:
X represents imported content
Y represents bid price excluding value added tax
Prices referred to in the determination of x will be converted to Rand (ZAR) by using the exchange rate
published by the South African Reserve Bank (SARB) at 12:00 on the date, one week (7 calendar days)
prior to the closing date of the bid.
2.3 Declaration certificate for local production and content (SBD 6.2)
This Standard Bidding Document (SBD) must form part of all invited bids. It contains general information and
serves as a declaration form for local content (local production and local content are used interchangeably).
Page 6
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 and the SABS
approved technical specification number SATS 1286:201x.
2.4 General Conditions
2.4.1 Preferential Procurement Regulations, 2011 (Regulation 9(1) and 9(3) make provision for the
promotion of local production and content.
2.4.2 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.
2.4.3 Where necessary, for bids referred to in paragraphs 2.4.2, 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.
2.4.4 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.
2.4.5 A bid will be disqualified if:
• The bidder fails to achieve the stipulated minimum threshold for local production and content indicated
in paragraph 2.6 below; and
• The completed SBD 6.2 form together with its declaration, is not submitted as part of the bid
documentation.
2.5 Definitions
2.5.1 “Bid” means a written offer in a prescribed or stipulated form in response to an invitation by ACSA
for the provision of services, works or goods, through price quotations, advertised competitive
bidding processes or proposals;
2.5.2 “Bid Price” price offered by the bidder, excluding value added tax (VAT);
2.5.3 “Contract” means the agreement that results from the acceptance of a bid by an ACSA;
2.5.4 “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;
2.5.5 “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).
Page 7
2.5.6 “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, 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;
2.5.7 “Local Content” means that portion of the bid price which is not included in the imported content,
provided that local manufacture does take place;
2.5.8 “Stipulated Minimum Threshold” means that portion of local production and content as determined
by the Department of Trade and Industry; and
2.5.9 “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.
2.6 The stipulated minimum threshold(s) for local production and content for this bid is/are as follows:
Description of service, works or goods Stipulated minimum threshold
%
%
%
2.7 Does any portion of the services, works or goods offered have any imported content? YES/NO
2.8 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed in
paragraph 2.3 above must be the rate(s) published by SARB for the specific currency at 12:00 on the date,
one week (7 calendar days) prior to the closing date of the bid.
The relevant rates of exchange information is accessible on www.reservebank.co.za .
The rate(s) of exchange against the appropriate currency is as follows:
Currency Rates of exchange
US Dollar
Pound Sterling
Euro
Yen
Other
NB: Bidders must submit proof of the SARB rate(s) of exchange used.
Page 8
SECTION 3: PRE-QUALIFICATION CRITERIA
3. To advance designated groups the following pre-qualifying criteria should be met.
3.1 Accordingly, the following prequalification criteria will apply:
3.1.1 Only bids from bidders with a minimum B-BBEE status level 1,2 and 3 will be considered.
3.1.2 All Bidders must subcontract a minimum of 30% to any of the Designated Group (s) as set out in
the PPPFA Regulation 4:
i. an EME or QSE which is at least 51% owned by black people; ii. an EME or QSE which is at least 51% owned by black people who are youth; iii. an EME or QSE which is at least 51% owned by black people who are women; iv. an EME or QSE which is at least 51% owned by black people with disabilities;
A Bidder that fails to meet the above-mentioned pre-qualifying criteria at closing date, will be disqualified and will
not be evaluated further.
Page 9
SECTION 4: BACKGROUND, PURPOSE AND SCOPE OF WORK
4.1 Background
Airports Company South Africa SOC Ltd (the Company) owns and manages nine South African airports. The
Company is involved in equity investments abroad and provides technical advisory and consultancy services to
other airports nationally and worldwide.
Our majority shareholder is the South African Government (74.6%). In line with the government’s objectives, we
focus on creating sustainable value that positively impacts our business, our people and society, and our
environment. These elements are the core tenets of our Sustainability Framework. The company has the South
African Government through the Department of Transport as a major shareholder and thus regarded as a state-
owned company (SOC) in terms of the Public Finance Management Act (PFMA). The company is legally and
financially autonomous and operates under commercial law.
4.2 Purpose of this Tender
The purpose of this tender is to identify and appoint a suitable qualified Bidder (s) or (manufacturer (s)) who will
conform to ACSA required design specifications and enable a robust supply chain in the Supply, delivery and
stockholding of the Corporate Uniform to the respective operations and airports. All Bidders are expected to
comply with the Airports Company South Africa’s transformation objectives.
The secondary purpose includes but are not limited to the following:
• In addition to the Corporate Uniform required, the bidders will also be expected to render a
professional service by ensuring the use of technologically sound accounting and stockholding
systems, competent staff and efficient logistics to ensure that Airports Company South Africa achieves
value for money.
• To enhance the Airports Company South Africa Brand and Corporate Image.
• To enable the creation of jobs for the advancement of Previously Disadvantaged Communities
Page 10
4.3 Scope of Work
Airports Company South Africa (ACSA) invites bids for the Manufacture, supply, delivery and stockholding of the
for all its uniform wearing staff, on a national basis (9 airports and 1 corporate office) in accordance with ACSA
specification and requirements. ACSA Terms and Conditions of the Airports Company South Africa shall apply
throughout the bidding process including the agreement with the successful Bidder once the contract is awarded.
The table below represents the headcount of ACSA Corporate uniform-wearing staff:-
Bidder (s) must note:
• Outdoor environment: This encompasses all maintenance workers, general assistants, bird and wildlife
control officers and trolleys attendants (informal wear).
• Indoor environment: This encompasses all Security, Client and Customer Services, Office Administration
and Operation Controller divisions (formal wear).
• Each employee shall receive the full applicable uniform complement (Uniform Type) applicable every two
years, depending on the issuing cycle per employee.
Airport Ladies Indoor
Mens Indoor
Ladies Outdoor
Mens Outdoor Bird & Wildlife Total
OR Tambo 501 442 87 201 8 1239
Cape Town 195 192 35 88 5 515
King Shaka 121 112 32 85 8 358
Port Elizabeth 29 28 11 17 2 87
East London 10 12 5 2 29
Bloemfontein 17 18 2 14 2 53
George 18 14 4 15 2 53
Kimberley 19 13 3 13 2 51
Upington 8 3 2 2 1 16
Corporate Office 23 4 4 31
Total 941 838 176 444 32 2432
Page 11
TECHNICAL INFORMATION AND SPECIFICATIONS (SCOPE OF WORK
APPENDIX 3
UNIFORM TYPE: LADIES INDOOR
STYLE: LDS-IN-01 Ladies fully lined winter coat with standing collar.
COLOUR: Black with ACSA Indoor teal contrast
EMBROIDERED LOGO COLOUR: ACSA Teal x 1
FABRIC: Melton 92% wool, 8% nylon – 510grams per linear meter
DESCRIPTION: Ladies winter coat, fully lined in ACSA Teal, with standing collar on coat, panelled front and back, piped centre front with eight buttons,
piped functional straight pockets with flaps, two piece sleeve with piped tab and button
STYLE: LDS-IN-02 Ladies fully lined A-Line dress with shaped neckline.
COLOUR: ACSA Indoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: WHITE x 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies fully lined A-Line dress with shaped neckline, panelled front and
back, with centre back zip and slight flare, functional contrasted pockets, short
sleeve with contrast.
STYLE: LDS-IN-03 Ladies fully lined A-Line Skirt with Golden Thread contrast
COLOUR: ACSA Indoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: White x 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies fully lined skirt, with centre back seam, with zip, with
bottom hem contrast, below the knee length
BACK
FRONT
BACK
FRONT
FRONT
BACK
QTY REQUIRED: 941
QTY REQUIRED: 1882
QTY REQUIRED: 941
Page 12
STYLE: LDS-IN-04 Ladies pleated skirt with Golden Thread contrast
COLOUR: ACSA Indoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: WHITE x 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies unlined skirt with basque, centre back seam with zip,
with golden thread contrast inverted pleat, below the knee length
STYLE: LDS-IN-05 Ladies formal trousers
COLOUR: ACSA Indoor Teal with Golden Thread contrast
EMBROIDERED LOGO COLOUR: WHITE x 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies formal trousers with waistband, belt loops, centre
front fly zip front, jet pockets with golden thread contrast, straight leg
STYLE: LDS-IN-06 Ladies fully lined formal waistcoat with Golden Thread contrast
COLOUR: ACSA Indoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: WHITE x 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies fully lined shaped neckline waistcoat, panelled
front and back, centre front with five buttons and straight hem
contrast strip along upper hem
STYLE: LDS-IN-07 Ladies short sleeve formal blouse
COLOUR: OPTIC WHITE
EMBROIDERED LOGO COLOUR: ACSA TEAL x 1
FABRIC: 108 grams Cotton/Polyester 65% COTTON, 35% POLYESTER, cotton rich
DESCRIPTION: Ladies formal blouse with shirt collar, with front and back panels, button up buttonstand, short sleeve with cuffs
FRONT
BACK
FRONT
BACK
FRONT
BACK
QTY REQUIRED: 941
QTY REQUIRED: 1882
QTY REQUIRED: 1882
QTY REQUIRED: 1882
Page 13
STYLE: LDS-IN-08 Ladies long sleeve formal blouse
COLOUR: OPTIC WHITE
EMBROIDERED LOGO COLOUR: ACSA TEAL x1
FABRIC: 108 grams Cotton/Polyester 65% COTTON, 35% POLYESTER, cotton rich
DESCRIPTION: Ladies formal blouse with shirt collar, with front and back panels, button up buttonstand, long sleeved with cuff
STYLE: LDS-IN-09 Ladies Fully Lined formal 2 button jacket
COLOUR: ACSA Indoor Teal
EMBROIDERED LOGO COLOUR: WHITE x 2 on pockets
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies fully lined revere collar jacket, panelled
front and back, centre front with two buttons and curved
front hem, functional slanted jet pockets with flaps, with two
piece sleeve with 3 buttons
STYLE: LDS-IN-10 Ladies Fully Lined formal 3 button jacket
COLOUR: ACSA Indoor Teal
EMBROIDERED LOGO COLOUR: WHITE x 2 on pockets
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: : Ladies fully lined revere collar jacket, panelled front and back; centre front with three buttons and curved front hem, functional
slanted jet pockets with flaps, two piece sleeve with 3 buttons
STYLE: LDS-IN-13 Ladies golden thread scarf
COLOUR: ACSA golden thread design
LOGO COLOUR: WHITE
FABRIC:92 grams 98% polyester 2% spandex liquid satin
DESCRIPTION: Two sizes both with a 4cm teal border; each corner has
ASCA logo in white; sizes:60cm x150cm and 35cm x 150cm
STYLE: LDS-IN-14 Ladies logo scarf
COLOUR: ACSA LOGO DESIGN
LOGO COLOUR: ACSA Indoor Teal
FABRIC: 92 grams 98% polyester 2% spandex liquid satin
DESCRIPTION: Printed branding to be on all four corners in the white border and printed in teal; size 35cm x 150cm
FRONT
FRONT
BACK
BACK
QTY REQUIRED: 2823
QTY REQUIRED: 941
QTY REQUIRED: 941
QTY REQUIRED 60x150cm: 100
QTY REQUIRED: 300
QTY REQUIRED 35x150cm: 1882
Page 14
STYLE: LDS-IN-15 Ladies Leather belt
COLOUR: Black
LOGO: ACSA logo Engraved on belt buckle
FABRIC: Leather
STYLE: UNX-OD-05 Unisex V-Neck Jersey
COLOUR: ACSA Outdoor Teal
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 212 grams 100% Acrylic 7 Gauge
DESCRIPTION: Unisex V-Neck unisex jersey with ribbed hem and cuff and with
rib bound neckline; Low pill yarn.
QTY REQUIRED: 1882
FRONT
QTY REQUIRED: 1882
BACK
Page 15
UNIFORM TYPE: MENS INDOOR
STYLE: MNS-IN-01 Mens fully lined winter coat
COLOUR: ACSA TEAL
EMBROIDERED LOGO COLOUR: WHITE X 2
FABRIC: Melton 92% wool, 8% nylon – 510grams per linear meter
DESCRIPTION: Mens Winter Coat, fully lined in ACSA Teal with belted trench style, double breasted, with Epoulettes at shoulder and tabs on sleeves. Teal piping around epoulettes and across front yoke with welt side entry front panel pockets and centre back inverted pleat with tab and button.
STYLE: MNS-IN-02 Mens Fully Lined formal jacket
COLOUR: ACSA Indoor Teal
EMBROIDERED LOGO COLOUR: WHITE X 2
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Mens fully lined revere collar jacket with front top welt;
panelled front and back; single breasted front with two buttons;
functional jet pockets with flaps two piece sleeve with buttons
STYLE: MNS-IN-03 Mens formal trousers
COLOUR: BLACK
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Mens formal straight leg trousers with waistband,
belt loops, centre front fly, zip, side pockets and back welts,
STYLE: MNS-IN-04 Mens formal shirt - Long sleeve
COLOUR: Optic White
EMBROIDERED LOGO COLOUR: ACSA TEAL X 1
FABRIC: 108 grams Cotton/Polyester 65% COTTON, 35% POLYESTER, cotton rich
DESCRIPTION: Mens long sleeved formal shirt with shirt collar,
front patch pocket, button up buttonstand.
FRONT
BACK
FRONT
BACK
FRONT
BACK
QTY REQUIRED: 1676
QTY REQUIRED: 5028
QTY REQUIRED: 2514
FRONT BACK
QTY REQUIRED: 838
Page 16
STYLE: MNS-IN-05 Mens formal shirt - short sleeve
COLOUR: Optic White
EMBROIDERED LOGO COLOUR: ACSA TEAL X 1
FABRIC: 108 grams Cotton/Polyester 65% COTTON, 35% POLYESTER, cotton rich
DESCRIPTION: Mens short sleeved formal shirt with shirt collar,
front patch pocket, button up buttonstand.
STYLE: MNS-IN-06 Mens Fully lined formal waistcoat
COLOUR: ACSA TEAL WITH GOLDEN THREAD CONTRAST
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Mens fully lined formal waistcoat; shaped neckline;
,panelled front and back; centre front with four buttons and straight hem.
Contrast strip along upper hem line.
STYLE: MNS-IN-09 Mens Golden Thread Tie
COLOUR: ACSA Golden Thread Design
LOGO: No LogoFABRIC: 92 grams 98% polyester 2% spandex
STYLE: MNS-IN-13 Mens logo tie
COLOUR: ACSA Logo Design
LOGO: As per print
FABRIC: 126 grams100% Polyester satin weight
STYLE: MNS-IN-11 Mens Leather belt
COLOUR: Black
LOGO: ACSA logo Engraved on belt buckle
FABRIC: Leather
DESCRIPTION: Mens Black leather belt
FRONT
BACK
FRONT
BACK
QTY REQUIRED: 2514
QTY REQUIRED: 1676
QTY REQUIRED: 1676
QTY REQUIRED: 982
QTY REQUIRED: 200
Page 17
STYLE: UNX-OD-05 Unisex V-Neck Jersey
COLOUR: ACSA Outdoor Teal
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 212 grams 100% Acrylic 7 Gauge
DESCRIPTION: Unisex V-Neck unisex jersey with ribbed hem and cuff and with
rib bound neckline; Low pill yarn.
FRONT
QTY REQUIRED: 1676
BACK
Page 18
UNIFORM TYPE: OUTDOOR
STYLE: UNX-OD-01 Unisex Fleece Lined Parka Jacket
COLOUR: ACSA Outdoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 115 grams 100% Polyester
DESCRIPTION: Fleece lined hooded unisex parka jacket with draw cord
and toggle waist; Cotton cord and toggles-black. Hood - cord and toggle
black cotton. Laid-in chest pockets with flaps and studs.
Welt slant functional pockets below waist.
STYLE: UNX-OD-02 Unisex Padded Sleeveless Parka Jacket
COLOUR: ACSA Outdoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 115 grams 100% Polyester
DESCRIPTION: Sleeveless padded unisex quilted puffy Parka jacket with
Nylon open end YKK zip at centre front; Slanted welt pockets starting
13cm above hem line; ACSA golden thread collar facing.
STYLE: UNX-OD-03 Unisex Long-Sleeved Golf Shirt
COLOUR: ACSA Outdoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 210 grams Polyester/Cotton Lacoste 65% Polyester 35% Cotton Lacoste
DESCRIPTION: Long sleeve unisex golf shirt with jaquard knit collar with
ACSA golden thread design 10mm from collar edge; three 11.5mm plastic
button plaquet at centre front; chest pocket on left side wearing front chest
20cm from NSP; cuffs and hems to be 1.5cm cover seamed. Shoulder
seams must be taped.
STYLE: UNX-OD-04 Unisex Short-Sleeved Golf Shirt
COLOUR: ACSA Outdoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 210 grams Polyester/Cotton Lacoste 65% Polyester 35% Cotton Lacoste
DESCRIPTION: Short sleeve unisex golf shirt with jaquard knit collar with
ACSA golden thread design 10mm from collar edge; three 11.5mm plastic
button plaquet at centre front; chest pocket on left side wearing front chest
20cm from NSP; cuffs and hems to be 1.5cm cover seamed. Shoulder
seams must be taped.
FRONT
QTY REQUIRED: 652
FRONT
QTY REQUIRED: 652
FRONT
QTY REQUIRED: 2608
BACK
BACK
BACK
FRONT
QTY REQUIRED: 2608
BACK
Page 19
STYLE: UNX-OD-05 Unisex V-Neck Jersey
COLOUR: ACSA Outdoor Teal
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 212 grams 100% Acrylic 7 Gauge
DESCRIPTION: Unisex V-Neck unisex jersey with ribbed hem and cuff and with
rib bound neckline; Low pill yarn.
STYLE: UNX-OD-06 Unisex Utility Cargo Pants
COLOUR: Jet black
EMBROIDERED LOGO COLOUR: TEAL X 1
FABRIC: 235 grams Polyester/Cotton 65% Polyester 35% Cotton
DESCRIPTION: Unisex utility cargo trousers with laid on pockets at front;
bellowed pockets with flaps and studs below laid on pockets, side waist band
elasticated; tucks at knee- top tucks to face down and bottom tucks to face up;
100% cotton thread for all double needle; Three 19mm gunmetal studs;
Chunky nylon zip in black and 1 centre front 21mm ACSA branded plastic
button; Right side wearing back laid on pocket and rectangle flap with stud
and right side wearing back laid on pocket without flap.
STYLE: MNS-OD-07 Mens Outdoor Chino Pants
COLOUR: Jet Black
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 235 grams Polyester/Cotton 65% Polyester 35% Cotton
DESCRIPTION: Mens chino trousers with two pleat front; slant side front pockets;
Hook and bar ,YKK zip front entry with inside extended button closure;
clear button 15mm; back functional jet pockets with 15mm ACSA branded
plastic button closure on right side wearing; Bound pocketing.
STYLE: LDS-OD-08 Ladies Outdoor chino Pants
COLOUR: Jet Black
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 235 grams Polyester/Cotton 65% Polyester 35% Cotton
DESCRIPTION: Ladies straight leg chinos with curved slant pockets at front ;
Centre front 15mm plastic ACSA branded button and YKK zip entry;
Two non-functional jet pockets at back; Hems to be 1.5cm double rolled;
double stitched crotch and bar tacks at functional pocket pressure points.
FRONT
QTY REQUIRED: 2128
BACK
FRONT
QTY REQUIRED: 888
BACK
FRONT
QTY REQUIRED: 704
BACK
FRONT
QTY REQUIRED: 1304
BACK
Page 20
STYLE: LDS-OD-15 Ladies fully lined A-Line dress with shaped neckline.
COLOUR: ACSA Outdoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: WHITE x 1 FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies fully lined A-Line dress with shaped neckline, panelled
front and
back, with centre back zip and slight flare, functional contrasted pockets, short
sleeve with contrast.
STYLE: LDS-OD-16 Ladies fully lined A-Line Skirt with Golden Thread contrast
COLOUR: ACSA Outdoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: White x 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies fully lined skirt, with centre back seam, with zip, with
bottom hem contrast, below the knee length
STYLE: LDS-OD-17 Ladies pleated skirt with Golden Thread contrast
COLOUR: ACSA Outdoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: WHITE x 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies unlined skirt with basque, centre back seam with zip,
with golden thread contrast inverted pleat, below the knee length
STYLE: UNX-OD-09 Unisex Utility Cargo Shorts -Bird and Wildlife
COLOUR: Khaki
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 235 grams Polyester/Cotton 65% Polyester 35% Cotton
DESCRIPTION Unisex utility cargo shorts with laid on pockets at front;
bellowed pockets with flaps and studs below laid on pockets, side waist band
elasticated; tucks at knee- top tucks to face down and bottom tucks to face up;
100% cotton thread for all double needle; Three 19mm gunmetal studs;
Chunky nylon zip in black and 1 centre front 21mm ACSA branded plastic
button; Right side wearing back laid on pocket and rectangle flap with stud
and right side wearing back laid on pocket without flap.
FRONT
BACK
QTY REQUIRED: 128
BACK
FRONT
FRONT
QTY REQUIRED: 200
BACK
FRONT
QTY REQUIRED: 200
BACK
Page 21
STYLE: UNX-OD-10 Unisex Utility Cargo Trousers -Bird and Wildlife
COLOUR: Khaki
EMBROIDERED LOGO COLOUR: WHITE X 1
FABRIC: 235 grams Polyester/Cotton 65% Polyester 35% Cotton
DESCRIPTION Unisex utility cargo trousers with laid on pockets at front;
bellowed pockets with flaps and studs below laid on pockets, side waist band
elasticated; tucks at knee- top tucks to face down and bottom tucks to face up;
100% cotton thread for all double needle; Three 19mm gunmetal studs;
Chunky nylon zip in black and 1 centre front 21mm ACSA branded plastic
button; Right side wearing back laid on pocket and rectangle flap with stud
and right side wearing back laid on pocket without flap.
STYLE: UNX-OD-11 Unisex Beenie
COLOUR: Jet Black
EMBROIDERED LOGO COLOUR: ACSA TEAL x 1
FABRIC: 100% Acrylic
DESCRIPTION: Unisex 100% Acrylic knitted beanie, 10 gauge Rib Knit with fold back.
ACSA branding in Teal. One size fits all.
STYLE: UNX-OD-12 Unisex Knitted Scarf
COLOUR: Jet Black
EMBROIDERED LOGO COLOUR: ACSA TEAL x 2
FABRIC: 100% Acrylic
DESCRIPTION: Unisex 100% Acrylic knitted scarf 10 gauge Rib Knit.
ACSA branding in Teal on each end of scarf. One size fits all.
STYLE: UNX-OD-13 Unisex Baseball Style Cap
COLOUR: Jet Black
EMBROIDERED LOGO COLOUR: ACSA TEAL x 1
FABRIC: 100% Polyester
DESCRIPTION: Unisex 100% Polyester baseball style cap with 6 Panels.
ACSA branding in Teal. One size fits all.
STYLE: UNX-OD-14 Unisex Knitted Gloves
COLOUR: Jet Black
EMBROIDERED LOGO COLOUR: ACSA TEAL x 1
FABRIC: 100% Acrylic
DESCRIPTION: Unisex 100% Acrylic knitted Gloves, 10 gauge Rib Knit
QTY REQUIRED: 4886
QTY REQUIRED: 4886
QTY REQUIRED: 1304
BACK
FRONT
QTY REQUIRED: 4886
QTY REQUIRED: 256
Page 22
STYLE: UNX-OD-16 Silver Laserable Plastic Name Badges
COLOUR: Silver with black
LOGO COLOUR: Black
QTY REQUIRED: 4886
Page 23
UNIFORM TYPE: MATERNITY
STYLE: MAT-ID-01 Ladies Fully lined Maternity Dress
COLOUR: ACSA Indoor Teal with golden thread contrast
EMBROIDERED LOGO COLOUR: ACSA White x 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies fully lined maternity dress with ACSA golden thread
contrast on cuffs and mock pocket welts, with flared hemline and front sweetheart
neckline
STYLE: MAT-ID-O2 Ladies unconstructed unlined Maternity Jacket
COLOUR: ACSA Indoor Teal
EMBROIDERED LOGO COLOUR: ACSA White x 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies unconstructed unlined maternity Jacket with V-neck front
neckline and single loop and button fastening as well as flared hemline and
long unconstructed sleeves
STYLE: MAT-ID-03 Ladies unconstructed sleeveless maternity camisole
COLOUR: ACSA Indoor Teal
EMBROIDERED LOGO COLOUR: ACSA White x 1
FABRIC: 108 grams Cotton/Polyester 55% Cotton 45% Polyester
DESCRIPTION: Ladies unconstructed sleeveless maternity camisole with bound
armholes and sweetheart faced front neckline
STYLE: MAT-ID-04 Ladies Maternity pants with knitted fold over waist band/basque
COLOUR: ACSA Indoor Teal with matching knit
EMBROIDERED LOGO COLOUR: ACSA White x 1
FABRIC: 210 grams Polyester/Viscose Twill- 65% Polyester 35%Viscose
DESCRIPTION: Ladies Maternity pants with knitted fold over waist band/basque
and straight leg cut. No pockets either front or back.
QTY REQUIRED ON AN “AS NEEDED” BASIS
BACK
BACK
BACK
BACK
FRONT
FRONT
FRONT
FRONT
QTY REQUIRED ON AN “AS NEEDED” BASIS
QTY REQUIRED ON AN “AS NEEDED” BASIS
QTY REQUIRED ON AN “AS NEEDED” BASIS
Page 24
SECTION 5: PREFERENCE POINTS AND PRICE
5.1 Preference Points Claims
5.1.1 In terms of the PPPFA and its regulations only a maximum of 10 points may be awarded for
preference. The preferential point systems are as follows:
5.1.1.2 The 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable
taxes included); and
5.1.1.3 The 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes
included).
5.1.2 The value of this bid is estimated will exceed R50 000 000 (all applicable taxes included) and
therefore the 90/10 system shall be applicable. Preference points for this bid shall be awarded for:
5.2 The maximum points for this bid are allocated as follows:
Points
5.2.1 Price 90
B-BBEE Status Level of Contribution 10
Total Points for Price and B-BBEE must not Exceed 100
5.2.2 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification
Certificate from a Verification Agency accredited by the South African Accreditation System
(SANAS) or an affidavit in the case of Qualifying Small Enterprises and an Emerging Micro
Enterprises together with the bid, will be interpreted to mean that preference points for B-BBEE
status level of contribution are not claimed. In other words, such a bidder (subject to 5.2.3 below)
will be awarded 0 points for B-BBEE status level of contribution.
5.2.3 ACSA 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
ACSA.
5.3 Definitions
5.3.1 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad
-Based Black Economic Empowerment Act;
5.3.2 “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 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;
Page 25
5.3.3 “Black Designated Groups” has the meaning assigned to it in the codes of good practice issued
in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;
5.3.4 “Black People” has the meaning assigned to it in the codes of good practice issued in terms of
section 9(1) of the Broad-Based Black Economic Empowerment Act;
5.3.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic
Empowerment Act 53 of 2003);
5.3.6 “Designated Group” means:
5.3.6.2 Black Designated Groups;
5.3.6.3 Black People;
5.3.6.4 Women;
5.3.6.5 People with disabilities; or
5.3.6.6 Small enterprises, as defined in section 1 of the national Small Enterprise Act 102 of
1996;
5.3.7 “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;
5.3.8 “EME” means an exempted micro enterprise in terms of the codes of good practice issued in terms
of section 9(1) of the Broad-Based Black Economic Empowerment Act;;
5.3.9 “Functionality” means the ability of Bidder to provide goods or services in accordance with
specifications as set out in the tender documents;
5.3.10 “Military Veteran” has the meaning assigned to it in section 1 of the Military Veterans Act 18 of
2011;
5.3.11 “People with disabilities” has the meaning assigned to it in section 1 of the Employment Equity
Act, 55 of 1998;
5.3.12 “Person” includes a juristic person;
5.3.13 “PPPFA” means the Preferential Procurement Policy Framework Act 5 of 2000 and its Regulations
published on 20 January 2017;
5.3.14 “Price” means all applicable axes less all unconditional discounts;
5.3.15 “QSE” means a qualifying small business enterprise in terms of the codes of good practice issued
in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act
Page 26
5.3.16 “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;
5.3.17 “Rural Area” means:
5.3.17.2 a sparsely populated area in which people farm or depend on natural resources including
villages and small towns that are dispersed through the area; or
5.3.17.3 an area including a large settlement which dee ds a on migratory labour and remittances
and govern social grants for survival, and may have a traditional land tenure system;
5.3.18 “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;
5.3.19 “Township” means an urban living area that any time from the late 19th century until 27 April
1994, was reserved for black people, including areas developed for historically disadvantaged
individuals post 27 April 1994;
5.3.20 “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;
5.3.21 “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; and
5.3.22 “Youth” has the meaning assigned to it in section 1 of the National Youth Development Agency
Act 54 of 2008
All terms not defined herein have the meanings assigned to them in the PPPFA.
5.4 Adjudication Using A Point System
5.4.1 The bidder obtaining the highest number of total points will be awarded the contract, unless
objective criteria exist justifying an award to another bidder or ACSA exercises one or more of its
disclaimers.
5.4.2 Preference points will be calculated after prices have been brought to a comparative basis taking
into account all factors of non-firm prices and all unconditional discounts
5.4.3 Points scored will be rounded off to the nearest 2 decimal places.
5.5 Award of Business where Bidders have Scored Equal Points Overall
Page 27
5.5.1 In the event that two or more bids have scored equal total points, the successful bid will be the
one scoring the highest number of preference points for B-BBEE.
5.5.2 However, when functionality is part of the evaluation process and two or more bids have
scored equal points including equal preference points for B-BBEE, the successful bid will be the
one scoring the highest score for functionality.
5.5.3 Should two or more bids be equal in all respects, the award will be decided by the drawing of lots.
5.6 Points Awarded for Price
The 80/20 or 90/10 Preference Point Systems
A maximum of 80 or 90 points is allocated for price on the following basis:
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10
𝑷𝒔 = 𝟖𝟎 (𝟏 −𝑷𝒕−𝑷𝒎𝒊𝒏
𝑷𝒎𝒊𝒏) or 𝑷𝒔 = 𝟗𝟎 (𝟏 −
𝑷𝒕−𝑷𝒎𝒊𝒏
𝑷𝒎𝒊𝒏)
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
5.6.1 Points Awarded for B-BBEE Status Level of Contribution
5.6.1.2 In terms of Regulation 6 (2) and 7 (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 20
2 9 18
3 6 14
Page 28
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant contributor 0 0
Page 29
5.6.1.3 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit an affidavit stating its annual
turnover, certificate issued by a Verification Agency accredited by SANAS.
5.6.1.4 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 Verification
Agency accredited by SANAS. QSEs have an additional option of submitting a sworn affidavit as
its B-BBEE certificate in terms of the amendments to the B-BBEE Codes of Good Practice in 2013.
5.6.1.5 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.
5.6.1.6 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.
5.6.1.7 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.
5.6.1.8 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.
5.7 Bid Declaration
Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the
following:
5.7.1 (B-BBEE Status Level of Contribution Claimed in Terms of Paragraphs 5.2.1)
B-BBEE Status Level of Contribution: ________________ = _____________(maximum of 10 or 20
points)
5.7.2 (Points claimed in respect of paragraph 5.7.1 must be in accordance with the table reflected in
paragraph 5.6.1.2 and must be substantiated by means of a B-BBEE certificate issued by a
Verification Agency accredited by SANAS or an affidavit is permissible in the case of Qualifying Small
Enterprises and an Emerging Micro Enterprises).
5.8 Sub-Contracting
5.8.1 Will any portion of the contract be sub-contracted? YES / NO (*Delete whichever is not
applicable)
5.8.2 If yes, indicate:
Page 30
5.8.2.2 The sub-contracted percentage is:______%
5.8.2.3 The type of ownership is as follows in terms of percentage out of 100:
5.8.2.3.1 black ownerships is: __________
5.8.2.3.2 black youth ownership is: ___________
5.8.2.3.3 black women ownership is: __________
5.8.2.3.4 black people with disabilities ownerships is: ____________;
5.8.2.3.5 black people in rural areas, underdeveloped areas or townships ownerships is: ___________
5.8.2.3.6 black ownership of the co-operative is:_________
5.8.2.3.7 black people who are military veteran ownership is: __________
5.8.2.3.8 Combined ownership of any of the above is: ______________.
5.8.3 The tendering condition must specify that the Bidder may only subcontract to an EME or QSE
listed above if the EME or QSE has a B-BBEE status level that is equal to or more than that of the
bidder.
5.8.3.2 The name of the sub-contractor is: __________________________________________
5.8.3.3 The B-BBEE status level of the sub-contractor is: _____________________
5.8.3.4 The sub-contractor is an EME: YES / NO (*Delete whichever is not applicable)
5.8.4 A bidder may not sub-contract any portion of the tender after award without the written approval
a delegated ACSA representative.
5.9 Declaration with regard to the Bidder
5.9.1 Name of bidding entity
5.9.2 VAT Registration
5.9.3 number:
5.9.4 Company registration
number:
5.9.5 Type of company / firm:
Partnership/Joint Venture / Consortium
One person business/sole propriety
Close corporation
Page 31
Company
(Pty) Limited
[TICK APPLICABLE BOX]
5.11 Company Classification
Manufacturer
Supplier
Professional service provider
Other service providers, e.g. transportation, etcetera.
[TICK APPLICABLE BOX]
5.12 Total numbers of years the company / firm has been in business:
___________________________________________
5.13 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-BBEE status level of contribution indicated in this bid of the foregoing
certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:
5.13.1 The information furnished is true and correct;
5.13.2 The preference points claimed are in accordance with the General Conditions as indicated in this
Section;
5.13.3 In the event of a contract being awarded as a result of points claimed, the contractor may be
required to furnish documentary proof to the satisfaction of ACSA that the claims are correct;
5.13.4 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, ACSA may, in addition to any other remedy
it may have:
5.13.4.2 Disqualify the person from the bidding process;
5.13.4.3 Recover costs, losses or damages it has incurred or suffered as a result of that person’s
conduct;
5.10 Describe principal business activities
Page 32
5.13.4.4 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;
5.13.4.5 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 ACSA for
a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule
has been applied; and
5.13.4.6 Forward the matter for criminal prosecution.
Witnesses:
1. ______________________________
__________________________ Signature(s) of bidder(s)
2. ______________________________
Date : ______________________________
Address: ____________________________________________
____________________________________________________
Page 33
SECTION 6: EVALUATION CRITERIA
6.1 Evaluation Criteria
6.1.1 ACSA will use a pre-determined evaluation criterion when considering received bids. The evaluation
criteria will consider the commitment made for pre-qualifying criteria/ local production and content/
Supplier Development, objective criteria and compulsory sub-contracting/ functionality/ Price and
B-BBEE. During the evaluation of received bids ACSA will make an assessment whether all the
bids comply with set minimum requirements and whether all returnable documents/information have
been submitted. Bidders which fail to meet minimum requirements, thresholds or have not submitted
required mandatory documents will be disqualified from the tender process.
6.1.2 The requirements of any given stage must be complied with prior to progression to the next stage.
ACSA reserves the right to disqualify bidders without requesting any outstanding
document/information.
6.2 A staged approach will be used to evaluate bids and the approach will be as follows:
Stage 1 Stage 2 Stage 3 Stage 4 Stage 5 Stage 6
Ch
eck if
Bid
der
meets
th
e p
re-
qu
alify
ing
cri
teri
a
Ch
eck if
all t
he M
an
dato
ry
Req
uir
em
en
ts h
ave b
een
met
Evalu
ate
on
fu
ncti
on
ality
or
the t
ech
nic
al
asp
ect
of
the b
id
Evalu
ate
pri
ce a
nd
Pre
fere
nce
(B-B
BE
E)
Po
st
ten
der
neg
oti
ati
on
s
Sit
e In
sp
ecti
on
of
facto
ry
Page 34
6.3 MANDATORY REQUIREMENTS
A list of mandatory returnable documents must be consulted to understand which documents are required at the
closing date and time. Further, to the mandatory returnable documents/information ACSA will only consider
bidders which have:
a) Bidders acceptance of terms and conditions of bid.
b) Only bids from bidders who are one hundred percent (100%) locally manufactured or have directives
or are in possession of a directive from the DTI will be considered.(Must submit all documentation as
directed by SBD6.2, this includes the covering directive letter from the DTI, and the completed SATS
1286 and all its relevant annexures).
c) Bidders are advised that all prices must be quoted in South African Rand (ZAR). The price proposal
must be completed in full.
d) Bidders must submit the Central Supplier Database Report.
e) Bidders must submit their Registration and Compliance Certificates with the National Bargaining
Council (NBC) – this must include their level within the National Bargaining Council.
6.4 FUNCTIONALITY
The functionality evaluation will be conducted by the end-user/operations/the Bid Evaluation Committee which
comprises of various skilled and experienced members from diverse professional disciplines. The evaluation
process will be based on threshold criteria. The criteria will be as follows:
Threshold
The functional evaluation will be based on a threshold, where bidders which fail to achieve a minimum of 75% per
functionality evaluation criteria will not be considered further in the evaluation. The evaluation criteria as per Stage
3 and 70% per site visit criteria will not be considered further in the evaluation. The evaluation criteria as per Stage
4 will not be considered further in the evaluation.
Stage 3: Functionality Evaluation Criteria
• All bids duly lodged as specified in this RFP will be evaluated to determine compliance with the
minimum threshold requirements as listed below.
• ACSA will only conduct site visits to the premises of bidders who have met the requirements of the
functionality evaluation of Stage 3.
Page 35
STAGE 3 – FUNCTIONAL EVALUATION
Criteria Weighting %
Applicable Value Maximum Score
Minimum Score Required
1. Minimum three (3) years’ experience with four existing contracts for the supply, delivery and stockholding of the Corporate Uniform or similar within a Corporate environment
10%
• < 4 contracts = 5
• 4-6 contracts = 7.5
• 7 and more contracts = 10
10 7.5
2. Bidders must submit a detailed Company Profile that indicates the organizational structure as it relates to resources dedicated to fittings and contract management on a national basis and the company footprint. Considering the footprint within South Africa to provide fittings and contract management across all the regions where ACSA is currently represented.
No Provision of Structure for fittings and contract management services = 0
Average Structure: The bidder is able to demonstrate partial structure with shared resources including; whether it be own or subcontracted resources and the ability to provide services to three (3) major Airports and a minimum of four (4) of the regional Airports. = 15
Complete Structure: the bidder is able demonstrate delivery of the services to all ACSA sites including; the infrastructure whether it be own or subcontracted; and the ability to provide services to three (3) major Airports, all six (6) regional Airports and Corporate Office=20
20%
• No Provision of Structure = 0 • Average Structure = 15
• Complete Structure = 20
20 15
3. Bidders must be able to prove they have the infrastructure and electronic systems to handle volumes for at least 2000 people according to required delivery times in terms of robust production, accounting and ordering systems.
20%
• Accounting or ordering system manual = 5
• Accounting and ordering system electronic = 15
20 15
Page 36
• Accounting and ordering system electronic fully integrated with delivery system = 20
4. Project plan & uniform roll-out proposal (see requirement 3)
50%
• Plan lacks clarity, not submitted in correct format, timeframes not clear = 10
• Detail complete but lacks clarity, submitted in the correct format and inconsistency on timelines= 37.5
• Fully detailed, clear, robust plan with realistic timeframes = 50
50 37.5
Total 100%
100 75
STAGE 4
ONLY BIDDERS WHO HAVE MET THE ABOVE MINIMUM CRITERIA, WILL PROCEED TO THIS STAGE
1.Site visit
100%
• As per attached evaluation sheet p. 37. Compulsory minimum criteria as per evaluation sheet are applicable
100 70%
Total 100% 100 75
Stage 4: Site Visits
• ACSA will only conduct site visits to bidders who have met the Technical Functionality criteria of Stage
3.
• A Bidder will be disqualified if the score for functionality fails to meet the minimum threshold as set out
in Stage 3 for functionality.
• Under no circumstances will presentations/site visits to a Bidder constitute an award or
promise/undertaking to award the contract.
Page 37
Evaluation and Assessment Sheet for Factory Site Visits of Bidders
A Staff Complement & Employee Initiatives Score Min Score Awarded
1. Is staff complement reflective of submission of EEA1 in Bid document – Appendix S
Formal = 2
Informal = 1
2 1
2.Does the factory have a skills development programme in place
Formal Programme = 2
Informal Programme = 1
2 1
2. Does factory have capacity & resources to manufacture as per project proposal submitted in the Bid document
Average Structure = 2
Complete Structure = 1
2 1
B Machinery / Systems Score Min
1. Does factory have ALL specialised machinery to manufacture items as declared in Bid document Appendix R 1 1
2. Does the machinery declared in the Bid Document match the factory floor 2 2
3. Cutting Room processes - Bulk fabric lays & Markers Automated or Manual
Automated = 2
Both A & M = 1.5
2 1
4. Is Pattern Making and Grading done in-house or outsourced?
Inhouse = 2
Outsourced = 1
2 1
6. Is there capability to manufacture as per project proposal timelines submitted in Bid document 1 1
C Quality Assurance Controls - Processes in place Score Min
1. Is there pre-production sample sign-off and visible for ease of reference during production 1 1
Page 38
2. Does factory have inline and endline inspection in place backed by documented and monitored process flows 1 1
3. Is fabric tested and checked after delivery, prior to cutting and production 1 1
4. Does factory have dedicated resource/s to check on quality at outsourced companies as declared in Bid document 1 1
5. Does factory have a separate Research / Prototype division? 1 1
D Logistics, Accounting Systems Score Min
1. Is there full integration with Accounting, ordering, production and delivery electronic systems
Fully Integrated = 2
Partially Integrated = 1
2 1
2. Does factory do all packing at processing of all orders on site
Inhouse = 2
Outsourced= 1
2 1
3. Does factory have established in-house partnerships with courier services
Inhouse = 2
Outsourced = 1
2 1
Bidders must achieve minimum of 70% to proceed to next level of evaluation 25 17.5
Total Score
Page 39
6.5 Price and B-BBEE
This is the final stage of the evaluation process and will be based on the PPPFA preference point system of 90/10.
Price will amount to 90 points, whilst preference will be 10 points. The award of business will be made to a bidder
which has scored the highest overall points for this stage of the evaluation, unless objective criteria exists, justifying
an award to another bidder or ACSA splits the award or cancels the tender, etcetera. The pricing schedule to be
completed is as follows:
Calculation of Points for Price
• If appropriate, implied contract price adjustments will be made to the cost bids of all remaining bids.
• The lowest acceptable bid/bid (adjusted or not), will obtain the maximum point allocated for price. The
other bids/bids with higher prices (adjusted or not), will proportionately obtain lower points based on
the following formula:
• The 90/10 preference point system (above R50 million)
Where
Ps = points scored for price of bid/bid under consideration
Pt = Rand value of bid/bid under consideration
Pmin = Rand value of lowest acceptable bid/bid
)min
min1(90
P
PPtPs
−−=
Page 40
SECTION 7: RETURNABLE DOCUMENTS
7.1 Mandatory Returnable documents
ACSA may disqualify from the tender process any bidder that has failed to submit mandatory returnable documents
and information on the closing date and time. Bidders should therefore ensure that all the mandatory returnable
documents and information have been submitted. In order to assist bidders, ACSA has also included a column
next to the required mandatory document and information to enable bidders to keep track of whether they have
submitted or not. The mandatory documents and information are as follows:
MANDATORY RETURNABLE DOCUMENTS AND INFORMATION SUBMITTED
[Yes or No]
Bid form fully completed. The following is the list of section that bidders must complete
and returnable with bids documents:
• Section 5: BBEEE Declaration
• Section 6: Declaration Form
• Section 8: Declaration of Forbidden Practices
Organisational profile and footprint
Proposal
1. Pricing Schedule
2. Bidder’s Previous Experience (Bidder provided a profile showing their previous
experience relevant to the scope for at least 4 clients in the past 5 years)
3. Bidders must provide a detailed proposal relating to the scope of work in relation to
this tender;
Joint Venture (JV) Agreement (if applicable)
Bidders must provide a valid SARS Tax Clearance pin (ACSA may not award a tender to
a bidder whose tax affairs have not been declared to be in orders by SARS);
Bidders must provide the Central Supplier Database Summary;
Bidders are advised that all prices must be quoted in South African Rand (ZAR).
Bidders must provide the latest BBBEE certificate (s) is issued by any SANAS accredited
body
Bidders must provide at least 4 contactable references with proof of their experience
(Contact number and email address). ACSA will endeavour to contact the references
(Telephonically we will attempt Three (3) times, Email (1 email and 1 Follow email):
Bidders must complete, submit and return all the information required in the “References”
form contained in Appendix A indicating clients where similar or same work has been or
Page 41
is currently being rendered. As per the criteria, bidders must have proven experience in
the field.
• It is criteria that Bidders have minimum three (3) years of proven experience
in the field of manufacture, supply, delivery, stockholding of Corporate
Uniforms.
• Please note that all reference letters must:
o be clear and on a letter with client letter heads;
o indicate the client contactable details;
o clearly state the scope of services that was rendered;
o clearly state the duration (start and end date preferably using the MM-
YYYY date format); and
Bidders must provide their company profile.
Bidders must provide the latest financial statements over a three (3) year period.
Bidders acceptance of terms and conditions of bid.
Bidders must provide the latest Letter of Good Standing: Workman’s Compensation Fund.
Each party to the bid in the case of a consortium/joint venture as well as the party
responsible for the execution of the work (in the case of a sub-contractor) must submit a
letter of good standing issued by the Compensation Fund confirming proof of registration
in terms of Compensation for Occupational Injuries and Diseases Act. A letter of good
standing from an approved mutual association confirming proof of registration would be
acceptable.
Bidders must provide a certified copy of a certificate of confirmation from the Companies
and Intellectual Properties Registration Office (CIPRO) or Companies and Intellectual
Property Commission (CIPC) must accompany the bid. In case of a consortium/joint
venture, a certificate must be submitted for all the parties to the bid. Certified copies of ID
documents of the directors/members as listed on the company registration form must be
submitted
Bidders must complete and submit the “Resources” form contained in Appendix G
Subcontracting agreement and documentation
Bidders must complete the declaration of Local Content Designation
Transformation imperatives
Page 42
Bidders must also submit CV’s of a sufficient number of suitably qualified and experienced
key resources that will be responsible for the provision of the services to the ACSA
contract as per the table on Appendix G. This should include Resources allocated to
monitor quality controls at outsourced companies.
Bidders must submit an EEA1 form reflective of their entire
workforce
Bidders must submit the completed Project Timelines and roll-out document
Bidders must submit complete asset register of all machinery at the manufacturing plant
(both specialised and regular)
Bidders must submit their Registration and Compliance Certificates with the National
Bargaining Council (NBC) – this must include their level within the National Bargaining
Council.
7.2 Validity of submitted information
Bidders must ensure that any document or information which has been submitted in pursuance to this
tender remains valid for the duration of the contract period. The duty is on the bidder to provide updated
information to ACSA immediately after such information has changed.
Page 43
SECTION 8: ACCEPTANCE OF TERMS AND CONDITIONS OF RFP AND BIDDERS PARTICULARS
TO: The Airport Manager
Airports Company South Africa Limited.
Proposal No:
1. Bidder’s Name and Contract Details
Bidder:
Physical Address:
Correspondence to be addressed to:
Fax Number:
Phone numbers:
Email Address:
Contact Person:
2. Proposal Certification
We hereby submit a Proposal in respect of the [INSERT PROPOSAL DETAIL] in accordance with Airports
Company South Africa’s requirements.
• We acknowledge that Airports Company South Africa’s terms and conditions (as amended and
mutually agreed between the parties if necessary) shall apply to the agreement with the successful
Bidder,
Page 44
• We have read, understand and agree to be bound by the content of all the documentation provided
by Airports Company South Africa in this Request for Proposal.
• We accept that Airports Company South Africa’s Tender Board’s decision is final and binding.
• We certify that all forms of Proposal as required in the Proposal document are included in our
submission.
• We certify that all information provided in our Proposal is true, accurate, complete and correct.
• This Proposal is specific to this project only; it has no impact, influence or effect on any other
project for which a Proposal may be submitted.
• The undersigned is/are authorized to submit and sign the Proposal that shall be binding on closure
of the Proposal submission.
• The Proposal is binding on this Bidder for a period which lapses after one hundred and twenty
(120) working days calculated from the closing date for Proposal submission.
Thus done and signed at on this the day of 2020
Signature:
Name:
For and behalf of:
Tendering entity name:
Capacity:
Page 45
SECTION 9: DECLARATION FORM
9.1 Making a Declaration
Any legal person or persons having a relationship with persons employed by ACSA, including a blood relationship,
may submit a bid in terms of this tender document. In view of possible allegations of unfairness, should the resulting
bid, or part thereof, be awarded to persons connected with or related to ACSA employees, it is required that the
bidder or his/her authorised representative declare his/her position in relation to ACSA employees or any member
of the evaluation or adjudication committee which will consider bids. Furthermore, ACSA requires all bidders to
declare that they have not acted in any manner inconsistent with the law, policy or fairness.
9.2 All bidders must complete a declaration of interest form below:
Full name of the bidder or representative of
the bidding entity
Identity Number
Position held in the bidding entity
Registration number of the bidding entity
Tax Reference number of the bidding entity
VAT Registration number of the bidding entity
I/We certify that there is a / no relationship between the bidding entity or any of its shareholders /
directors / owner / member / partner with any ACSA employee or official.
Where a relationship exists, please provide details of the ACSA employee or official and the extent of the
relationship below
Page 46
9.3 Full Names of Directors / Trustees / Members / Shareholders of the bidding entity
Full Name Identity Number Personal Income Tax Reference Number
9.4 I/We declare that we have not acted in any manner which promotes unfairness, contravenes any law or is
against public morals. We further certify that we will in full compliance of this tender terms and conditions
as well as ACSA policies in the event that we are successful in this tender.
Declaration:
I/We the undersigned ____________________________________________________ (Name) herby
certify that the information furnished in this tender document is true and correct. We further certify that we
understand that where it is found that we have made a false declaration or statement in this tender, ACSA
may disqualify our bid or terminate a contract we may have with ACSA where we are successful in this
tender.
___________________________ _________________________________
Signature Date
____________________________ __________________________________
Position Name of bidder
Page 47
SECTION: 10 DECLARATION OF FORBIDDEN PRACTICES
10.1 The bid of any bidder may be disregarded if that bidder, or any of its directors have- 10.1.1 abused the institution’s supply chain management system; 10.1.2 committed fraud or any other improper conduct in relation to such system; or 10.2.3 failed to perform on any previous contract.
10.2 In order to give effect to the above, the following questionnaire must be completed and submitted with the
bid.
Item Question Yes No
10.2.1 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.treasury.gov.za) and can be accessed by clicking
on its link at the bottom of the home page.
Yes
No
If so, furnish particulars:
10.2.2 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 home page.
Yes
No
If so, furnish particulars:
10.2.3 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?
Yes
No
If so, furnish particulars:
Page 48
10.2.4 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?
Yes
No
If so, furnish particulars:
I/We hereby declare that we have not/been found guilty of any illegal activities relating to corruption, fraud, B-
BBEE fronting, anti-competitive practices and/or blacklisted by an organ of State Owned Company, etc. and/or
any other forbidden practices.
I/We declare the following:
Description Penalty Organ of State / State Owned
Company
a)
b)
Furthermore, I/We declare that to the best of my/our knowledge there is /are no further practices to be declared
or which are in the process of being finalised. The following are alleged practices which have not yet been
finalised.
Description Organ of State / State Owned Company
a)
b)
This declaration was signed on _______ of ____________________________ 201_____
Name:
Designation:
Signature:
Page 49
SECTION 11: SUBMISSION CHECKLIST
SECTION APPENDIX DOCUMENT
INCLUDED
YES NO
9 Declaration of conflict of interest Form
10 Declaration of forbidden practises Form
A References
B Local Content
C Company profile – Organogram, Footprint,
Networks/Partnerships
D Names, identity and tax details of company directors
E Certificate of incorporation
F Joint Venture (JV) Agreement (If Applicable)
G
CV Template/qualifications/certificates of key
resources
H Bidders Experience and Client reference letter/s
I
Certified copy of latest B-BBEE Certificate from
approved certification body (Sanas) or Sworn Affidavit
J Valid, Original Tax Clearance/Pin
K Most recent annual financial statements (for last three
3 years)
L Methodology and approach for tasks identified in
Scope and project timelines
M
Transformation Commitment: Sub-Contracting
Agreement/Memorandum of Understanding or letter of
intent and other related Documentation
N Pricing Proposal
O Central Suppler Database Summary
P Any other information requested in the RFP
Q Outsourced Items
R Asset Register - Machinery
S EEA1 submission Report
T National Bargaining Council Certificate
Page 50
APPENDIX A: REFERENCES
Indicate the details of clients for whom a similar or same service was (supply at least 1 previous) and is (current –supply at least 3) being rendered in the format noted below. In case of a consortium/joint venture, each consortium/joint venture member should submit their details on a separate form. Likewise, each party to the bid who will be responsible for the execution of the actual work should submit their details on a separate form.
Name of party to the bid __________________________________________________________________________________
Names of Client
(for which a same or similar service was rendered)
Date of award Value of Contract Status of contract Duration of contract
Contact person and contact details (contact person, telephone and email)
Page 51
APPENDIX B:
LOCAL CONTENT DECLARATION BY CHIEF FINACIAL 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 RFP No. __________________________________________________________________
ISSUED BY: (Airports Company South Africa SOC Ltd):
_________________________________________________________________________________________
NB: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.
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 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.
(c) The local content has been calculated using the formula given in clause 3 of SATS 1286, the rates of
exchange indicated in paragraph 2.3 above and the following figures:
Bid price, excluding VAT (y) R…
Imported content (x) R…
Stipulated minimum threshold for Local content (paragraph 2.6 above)
Local content % , as calculated in terms of SATS 1286
If the bid is for more than one product, a schedule of the local content by product shall be attached.
(d) I accept that the Airports Company South Africa SOC Ltd has the right to request that the local content be
verified in terms of the requirements of SATS 1286.
(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, may result in the Airports Company South Africa SOC Ltd imposing any or all of the remedies
Page 52
as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the
Preferential Procurement Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000).
SIGNATURE: DATE:
WITNESS No.1: DATE:
WITNESS No 2: DATE:
Page 53
APPENDIX C: COMPANY PROFILE, EXECUTIVE SUMMARY & ORGANOGRAM
• Provide an executive summary and organogram including the highlights of your bid. This must be signed by a
duly authorised representative. (Please limit this to one page).
• Your company’s profile, including a brief background and outlining the number of people it employs, footprint,
networks/partnerships (for collaboration, research etc, product/service offering), and the period for which you
have been providing these services.
• A schematic representation of the structure of the bidding company needs to be supplied. If you are responding
as a joint venture or consortium, please submit an organogram for each of the companies involved, and one
to illustrate the composition of the joint venture or consortium.
Page 54
APPENDIX D: NAMES, TAX NUMBERS AND IDENTITY NUMBERS OF DIRECTORS
Page 55
APPENDIX E: CERTIFICATE OF INCORPORATION
Page 56
APPENDIX F: SIGNED, CERTIFIED COPY OF THE JOINT VENTURE AGREEMENT OR
MEMORANDUM OF UNDERSTANDING (IF APPLICABLE)
Page 57
APPENDIX G: BIDDER’S CV TEMPLATE/QUALIFICATIONS/CERTIFICATES OF KEY
RESOURCES
(Contract in the last 3 years)
Please note that the key resources presented for this bid may not be changed for the duration of the award
without ACSA’s consent, if the bidder is successful
Name and
Surname of
Employee
Position/
Job Title
Related
Experience
(years)
Qualifications Professional
Registration
Full
time/Part
time
Indicate
Specialist
knowledge
/skills
Attach
CV’S
Page 58
APPENDIX H: REFERENCE LETTER TEMPLATE
(REFERENCE TO BE PRINTED ON LETTER HEAD OF REFEREES)
Attn.: ACSA Supply Chain Management - Corporate Airports Company South Africa Limited
Date:
To Whom It May Concern
ACSA: RFP REFERENCE No. :
I hereby confirm that:
• The Bidder: performed
work for our Company.
• The work was completed or not completed (whichever is applicable) to our satisfaction or
unsatisfactory (whichever is applicable) at our Company.
• The estimated value of the contract with the Bidder was R ………………………..
• Our Company has a headcount of …………………………personnel.
The Bidder performed work from to .
MM/YYYY MM/YYYY
Note to referee: If any other work was done, please explain the relationship with your company below:
Yours faithfully
NAME & SURNAME POSITION
Page 59
APPENDIX I: B-BBEE CERTIFICATE
(Attach valid B-BBEE verification certificate with “actual score” to claim B-BBEE points and supporting BEE
details).
Page 60
APPENDIX J: VALID, ORIGINAL TAX CLEARANCE CERTIFICATE OR PIN
Page 61
APPENDIX K: FINANCIAL INFORMATION: LATEST FINANCIAL STATEMENTS AND
DECLARATION OF SOLVENCY OR LIQUIDATION
(Attach here using bidder’s letterhead)
Page 62
APPENDIX L: METHODOLOGY AND APPROACH FOR TASKS IDENTIFIED IN SCOPE WITH A
PROJECT PLAN AND TIMELINES
Page 63
APPENDIX M: TRANSFORMATION COMMITMENT
SUB-CONTRACTING AGREEMENT/MEMORANDUM OF UNDERSTANDING OR LETTER OF
INTENT AND OTHER DOCUMENTATION
(Attach here the Transformation and Subcontractor agreement)
Page 64
APPENDIX N: PRICING PROPOSAL (Complete Below)
PRICING PROPOSAL : ALL PRICING MUST INCLUDE COURIER CHARGES
Ladies Indoor Style No Description Qty Required Unit Price VAT Amount Total Price
LDS-IN-01 Ladies Fully Lined coat 941
LDS-IN-02 Ladies Fully Lined A-Line Dress 1882
LDS-IN-03 Ladies Fully Lined A-Line Skirt 941
LDS-IN-04 Ladies Pleated Skirt 941
LDS-IN-05 Ladies Formal Trousers 1882
LDS-IN-06 Ladies Fully Lined Formal Waistcoat 1882
LDS-IN-07 Ladies Formal short sleeve blouse 1882
LDS-IN-08 Ladies Formal long sleeve blouse 2823
LDS-IN-09 Ladies Fully lined Formal 2 Button Jacket 941
LDS-IN-10 Ladies Fully Lined Formal 3 Button Jacket 941
LDS-IN-13 Ladies golden thread scarf 100
LDS-IN-13a Ladies golden thread scarf 1882
LDS-IN-14 Ladies Logo Scarf 300
LDS-IN-15 Ladies Leather Belt 1882
UNX-OD-05 Unisex V-Neck Jersey 1882
UNX-OD-12 Unisex Knitted Scarf 1882
UNX-OD-14 Unisex Knitted Gloves 1882
TOTAL
Page 65
Mens Indoor Style No Description Qty Required Unit Price Total Price
MNS-IN-01 Mens Fully Lined Winter Coat 838
MNS-IN-02 Mens Fully Lined Formal Jacket 1676
MNS-IN-03 Mens Formal Trousers 5028
MNS-IN-04 Mens Long Sleeve Formal Shirt 2514
MNS-IN-05 Mens Short Sleeve Formal Shirt 2514
MNS-IN-06 Mens Fully Lined Formal Waistcoat 1676
UNX-OD-05 Unisex V-Neck Jersey 1676
MNS-IN-09 Mens Golden Thread Tie 982
MNS-IN-13 Mens Logo Tie 200
MNS-IN-11 Mens Leather Belt 1676
UNX-OD-12 Unisex Knitted Scarf 1676
UNX-OD-14 Unisex Knitted Gloves 1676
TOTAL
Unisex Outdoor Style No
Description Qty Required Unit Price Total Price
UNX-OD-01 Unisex Fleece Lined Long Sleeve Parka Jacket 652
UNX-OD-02 Unisex Padded Sleeveless Parka Jacket 652
UNX-OD-03 Unisex Long Sleeve Golf Shirt 2608
UNX-OD-04 Unisex Short Sleeve Golf Shirt 2608
UNX-OD-05 Unisex V-Neck Jersey 1304
UNX-OD-06 Unisex Utility Cargo Pants 2128
Page 66
MNS-OD-07 Mens Chinos 888
LDS-OD-08 Ladies Chinos 704
UNX-OD-09 Unisex Utility Cargo Shorts-Khaki 128
UNX-OD-10 Unisex Utility Cargo Pants-Khaki 256
UNX-OD-11 Unisex Knitted Beenie 1304
UNX-OD-12 Unisex Knitted Scarf 1304
UNX-OD-13 Unisex Baseball Caps 1304
UNX-OD-14 Unisex Knitted Gloves 1304
UNX-OD-16 Name Badges 4886
LDS-OD-15 Ladies A-Line Dress 200
LDS-OD-16 Ladies A-Line Skirt 200
LDS-OD-17 Ladies Pleated Skirt 200
TOTAL
Maternity Styles Description Qty Required Unit Price VAT AMOUNT
MAT-ID-01 Ladies Fully Lined Maternity A-Line Dress As needed MAT-ID-02 Ladies unconstructed unlined Maternity Jacket As needed MAT-ID-03 Ladies unconstructed sleeveless maternity camisole As needed
MAT-ID-04 Ladies Maternity pants with knitted fold over waist band/basque
As needed
Amalgamated Totals
TOTAL VAT AMOUNT
Ladies Indoor
Page 67
Mens Indoor
Unisex Outdoor
GRAND TOTAL
Page 68
APPENDIX O: PROOF OF BIDDER’S REGISTRATION ON THE NATIONAL TREASURY
CENTRAL SUPPLIER DATABASE
(Attach here)
Page 69
APPENDIX P: ANY OTHER INFORMATION REQUESTED IN THE RFP
(Attach here)
Page 70
APPENDIX Q: OUTSOURCED ITEMS (Requirement 2)
(Attach here) Bidders are requested to declare items that will be outsourced to external parties/
manufacturers. This information must be submitted in the format below:
STYLE NO DESCRIPTION QUANTITY
LDS-IN-01 Ladies Fully Lined Coat (EXAMPLE) 300
.
Page 71
APPENDIX R: ASSET REGISTER (Requirement 3)
(Attach Here) Bidders are required to complete a detailed list of all machinery residing at its production
plant to be used in the manufacture, supply, delivery and stockholding of the ACSA uniforms. This
information must be completed in the format below:
ITEM FUNCTION SPECIALISED, IF YES PLEASE EXPLAIN WHY
Plain
Machine
Basic Stitching
(EXAMPLE)
No
Page 72
APPENDIX S: EEA1 submission
(Attach here)
Page 73
APPENDIX T: National Bargaining Council Compliance Certificate
(Attach here)
Page 74
Requirement 1: MANUFACTURE, SUPPLY, DELIVERY & STOCKHOLDING OF THE BID
• Bidders should supply full detail of the methodology and process related to manufacture,
supply stockholding and delivery, including timeframes to delivery. Detail should be
provided to allow for bulk order, including stockholding options.
• Bidders should utilise the following scenario:
• The project start date should be 01 May.
• Bidders must calculate all project timelines from this date.
• The following topics are examples but not limited to, of what must be included in
these project timelines:
o Production of uniforms
o Deliveries to Airports
o Order Capture
o Stockholding
o Fabric Ordering
Page 75
Bidders must submit the above project timelines and roll-out details in the table format below:
Bidders must provide full detail of all process steps. Bidders are allowed to recreate this table, however the format must remain identical. Please list detail as per the process number as per table above, i.e.
1 Production of uniforms (Example)
(Full detail)
2 Fabric Orders (Example)
(Full detail)
MAY JUNE FORWARD
No. PROCESS
Week 1
Week 2
Week 3
Week 4
Week 1
Week 2
Week 3
Week 4
1
Production of Uniforms
EXAMPLE
2 Fabric Orders
3
4
5
6
7
Page 76
Requirement 2: OUTSOURCED ITEMS OF THE UNIFORM
Bidders are requested to declare items that will be outsourced to external parties/
manufacturers. This information must be submitted in the format below:
STYLE NO DESCRIPTION QUANTITY
LDS-IN-01 Ladies Fully Lined Coat (EXAMPLE) 300
Page 77
Requirement 3: ASSET REGISTER OF MACHINERY AT FACTORY SITE
Bidders are required to complete a detailed list of all machinery residing at its production plant to be used in the
manufacture, supply, delivery and stockholding of the ACSA uniforms. This information must be completed in the
format below:
ITEM FUNCTION SPECIALISED, IF YES PLEASE EXPLAIN WHY
Plain
Machine
Basic Stitching
(EXAMPLE)
No