24
Page 1 of 24 RFP No. 3386/28/08/2020 Request for Proposals (RFP) The Design, Refurbishment and Rebranding of existing CSIR internal and external signage RFP No: 3386/28/08/2020 Date of Issue Friday, 14 August 2020 Last date for submission of intent to bid form (Appendix A) Tuesday, 18 August 2020 at 16h30 Last date for submission of queries Thursday, 20 August 2020 Date and platform where answers to queries will be published Date: Friday, 21 August 2020 Platform: www.etenders.gov.za Enquiries and submission of proposals Strategic Procurement Unit E-mail: [email protected] Closing Date and Time Friday, 28 August 2020 at 16h30 CSIR business hours 08h00 16h30

Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

  • Upload
    others

  • View
    3

  • Download
    2

Embed Size (px)

Citation preview

Page 1: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 1 of 24 RFP No. 3386/28/08/2020

Request for Proposals (RFP)

The Design, Refurbishment and Rebranding of existing CSIR internal and external signage

RFP No: 3386/28/08/2020

Date of Issue Friday, 14 August 2020

Last date for submission of

intent to bid form (Appendix A) Tuesday, 18 August 2020 at 16h30

Last date for submission of

queries Thursday, 20 August 2020

Date and platform where

answers to queries will be

published

Date: Friday, 21 August 2020

Platform: www.etenders.gov.za

Enquiries and submission of

proposals

Strategic

Procurement Unit E-mail: [email protected]

Closing Date and Time Friday, 28 August 2020 at 16h30

CSIR business hours 08h00 – 16h30

Page 2: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 2 of 24 RFP No. 3386/28/08/2020

TABLE OF CONTENTS

SECTION A – TECHNICAL INFORMATION 4

1 INTRODUCTION 4

2 BACKGROUND 4

3 INVITATION FOR PROPOSAL 5

4 PROPOSAL SPECIFICATION 6

5 SCOPE OF WORK 7

6 SPECIFICATIONS 7

7 FUNCTIONAL EVALUATION CRITERIA 8

8 ELIMINATION CRITERIA 9

9 NATIONAL TREASURY CENTRAL SUPPLIER DATABASE REGISTRATION 9

SECTION B – TERMS AND CONDITIONS 10

10 INTENT TO BID 10

11 PROCEDURE FOR SUBMISSION OF PROPOSALS 10

12 TENDER PROGRAMME 10

13 SUBMISSION OF PROPOSALS 10

14 DEADLINE FOR SUBMISSION 11

15 AWARDING OF TENDERS 11

16 EVALUATION PROCESS 11

17 PRICING PROPOSAL 12

18 VALIDITY PERIOD OF PROPOSAL 13

19 APPOINTMENT OF SERVICE PROVIDER 13

20 ENQUIRIES AND CONTACT WITH THE CSIR 13

21 MEDIUM OF COMMUNICATION 13

22 COST OF PROPOSAL 14

23 CORRECTNESS OF RESPONSES 14

24 VERIFICATION OF DOCUMENTS 14

25 SUB-CONTRACTING 14

26 ADDITIONAL TERMS AND CONDITIONS 15

27 CSIR RESERVES THE RIGHT TO 15

28 DISCLAIMER 16

29 DECLARATION BY TENDERER 17

30 SCHEDULE OF BIDDER’S REFERENCE INFORMATION 18

31 RETURNABLE DOCUMENTS 19

32 ANNEXURE A - SCORING SHEET 20

Page 3: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 3 of 24 RFP No. 3386/28/08/2020

33 ANNEXURE B – PRICING SCHEDULE / BOQ 22

34 ANNEXURE C – SBD 1 FORM 23

35 ANNEXURE D: DRAWINGS 24

Page 4: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 4 of 24 RFP No. 3386/28/08/2020

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 is embarking on a brand refresh project that requires the appointment of a capable

service provider to design, refurbish and rebrand some internal and external signage across

the organisation. The services will be required at the sites listed below.

Province Campus Address GPS Coordinates

Gauteng Scientia Meiring Naude

Road, Pretoria

Latitude:

25°44'52.92"S

Longitude

28°16'33.02"E

Gauteng Kloppersbos Kloppersbos

Pyramid Road,

Wallmannsthal

Latitude:

25°29'58.73"S

Longitude:

28°22'39.32"E

Gauteng Paardefontein Kloppersbos

Pyramid Road,

Wallmannsthal

Latitude:

25°28'57.57"S

Longitude:

28°22'47.15"E

Gauteng Carlow Road Carlow Road &

Rustenburg Road,

Auckland Park

Latitude:

26°10'24.87"S

Longitude:

28°0'50.94"E

Page 5: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 5 of 24 RFP No. 3386/28/08/2020

Gauteng Cottesloe Cnr of Menton Road

& Frost Avenue,

Braamfontein

Latitude:

26°11'7.56"S

Longitude:

28°0'56.38"E

KwaZulu-Natal Durban 359 King George V

Avenue, Glenwood

Latitude:

29°52'16.83"S

Longitude:

30°58'41.62"E

Western Cape Stellenbosch 11 Jan Celliers

Road, Stellenbosch

Latitude:

33°55'38.10"S

Longitude:

18°51'47.08"E

Western Cape Rosebank 15 Lower Hope

Road, Rosebank,

Cape Town

Latitude:

33°57'20.26"S

Longitude:

18°28'28.33"E

Western Cape Parliamentary Office 37 Barrack Street,

Zonnebloem, Cape

Town

Latitude:

33°55'41.14"S

Longitude:

18°25'24.65"E

Bidders will be required to quote on the design, refurbishment and rebranding of some

internal and external signage. The existing infrastructure would be used since this scope of

works deals with the brand refresh only.

3 INVITATION FOR PROPOSAL

Proposals are hereby invited for the design, refurbishment and rebranding of existing CSIR

internal and external signage.

The supplier would need to start the commencement of the works immediately after the

appointment date and complete the entire project within eleven (11) weeks. -Please see

timelines that need to be achieved on Annexure B, column K.

Page 6: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 6 of 24 RFP No. 3386/28/08/2020

4 PROPOSAL SPECIFICATION

All proposals are to be submitted in a format specified in this enquiry (if applicable). However,

tenderers are welcome to submit additional/alternative proposals over and above the initially

specified format.

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 Technical Proposal

The following must be submitted as part of the technical proposal:

4.1.1 Covering letter;

4.1.2 Company profile stipulating the number of years rendering similar services

(similar= design, supplying, refurbishment and rebranding of corporate

signage);

4.1.3 Portfolio of evidence for rendering similar services, list of projects, pictures, the

value of the contract awarded;

4.1.4 Provide information on equipment, facilities, and resources;

4.1.5 High-level project plan and detailed methodology on the execution of the works;

4.1.6 Contactable references, minimum three (3).

4.2 Financial Proposal

The following must be submitted as part of the financial proposal:

4.2.1 Covering letter;

4.2.2 Proposed cost as per attached Annexure B;

4.2.3 Pricing should be on official company letterhead;

4.2.4 The pricing must be firm for 90 days and inclusive of all costs to render the

required once-off services;

4.2.5 Provide a valid original or certified copy of BBBEE certificate or valid affidavit

4.3 Mandatory Requirements

The following must be submitted as part of the mandatory requirements:

4.3.1 A valid letter of good standing from the Department of Labour (COIDA);

4.3.2 Provide proof of public liability cover of a minimum R 1 700 000.00.

Page 7: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 7 of 24 RFP No. 3386/28/08/2020

4.4 Safety Requirements

The following will be required on the appointment of the supplier as part of the safety

requirements, and submission of the health and safety file for approval;

4.4.1 Compile a health and safety plan for the Gauteng, KZN and Western Cape

regions;

4.4.2 Applicable legal appointment letters and agreements;

4.4.3 A valid letter of good standing from the Department of Labour (COIDA);

4.4.4 Wear personal protective equipment at all times;

4.4.5 Use of proper tools and equipment for the works;

4.4.6 Provision for working at heights, with competent staff to operate either cherry

pickers, erect and dismantling of scaffolding where applicable.

5 SCOPE OF WORK

The winning bidder will perform the following services:

5.1 Removal of existing branding on the current infrastructure or sign; this can be vinyl,

perspex, or other types of material, as seen in Annexure B.

5.2 Refurbishment of the existing signage infrastructure and preparation to install new

branding on the existing sign. Suppliers must make provision for sandblasting, priming,

and painting.

5.3 Design and layout of new signage (branding).

5.4 Manufacture and supply of the signage, as seen in Annexure B.

5.5 Installation and/or application of branding, as seen in Annexure B.

5.6 Provide a one-year workmanship guarantee for work done on all signage.

5.7 The vinyl used must be durable and have guarantee of at least five (5) years.

6 SPECIFICATIONS NB: PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED AS ANNEXURE B.

Page 8: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 8 of 24 RFP No. 3386/28/08/2020

7 FUNCTIONAL EVALUATION CRITERIA

7.1 The evaluation of the functional/technical detail of the proposal will be based on the

following criteria:

Functional Factor

Criteria Description Weighting

(%)

Company Experience

Provide a company profile indicating similar

services (design, refurbishment, and

rebranding of signage) provided within the

last three years.

The profile must indicate duration of each

signage project, scope (type and size of

signage and value of project carried out and

completed successfully.

(Similar= design, refurbishment, supply

and rebranding of same type of signage).

30

Client references

Provide a minimum of three (3) relevant

contactable references indicating work

carried out or completed successfully in

designing, refurbishment, and rebranding of

signage within the last three years.

Required reference must indicate, duration of

work, and descriptions of works completed

successfully.

Bidders must complete the reference

information on section 30 of the RFP.

20

Project plan and Methodology

Provide a detailed methodology in

approaching a project of this nature or

magnitude.

Provide a drafted detailed and specific project

plan indicating all timelines (design,

refurbishment and rebranding lead times,

installation per site etc.) (generic downloaded

plan from the internet not allowed)

20

Workmanship capacity

Project Manager / Site Supervisor

Project manager or site supervisor with 5

years relevant experience managing projects

similar with Terms of Reference.

10

Page 9: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 9 of 24 RFP No. 3386/28/08/2020

Manufacturing / Production Capacity

Provide information on equipment, facilities,

and resources;

The bidder must provide pictures of their

existing/proposed manufacturing facilities.

These pictures must include the entire value

chain of the signage process and machinery.

NB: Also outline in your company profile if you

are outsourcing, partially outsourcing or

manufacturing in-house. – (Please note that

this may be validated by conducting site

visits to your proposed facilities)

20

TOTAL POINTS FOR FUNCTIONALITY 100

7.2. Proposals with functional/technical points of less than the pre-determined minimum overall

percentage of 70% and sub-minimum of 50% for each individual criteria will be eliminated.

7.3. Refer to Annexure A for the scoring sheet that will be used to evaluate functionality.

8 ELIMINATION CRITERIA

8.1 Proposals will be eliminated under the following conditions:

8.1.1 Submission after the deadline;

8.1.2 Proposal submitted at an incorrect location;

8.1.3 A valid letter of good standing from the Department of Labour (COIDA); and

8.1.4 Provide proof of public liability cover of a minimum R 1 700 000.00;

9 NATIONAL TREASURY CENTRAL SUPPLIER DATABASE REGISTRATION

Before any negotiations start with the winning bidder it will be required from the winning

bidder to:

9.1 Be registered on National Treasury’s Central Supplier Database (CSD). Registrations

can be completed online at: www.csd.gov.za;

9.2 Provide the CSIR with a certified copy of their B-BBEE certificate. If no certificate can

be provided, no points will be scored during the evaluation process. (RSA suppliers

only)

Page 10: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 10 of 24 RFP No. 3386/28/08/2020

SECTION B – TERMS AND CONDITIONS 10 INTENT TO BID

Prospective bidders are requested to complete the intent to bid form (Appendix A) published

with this RFP and confirm their intention to submit a bid. All interested bidders MUST submit

the completed intent to bid form by not later than Tuesday, 18 August 2020 @ 16:30 to

[email protected]. The RFP Number must be used on the email subject.

11 PROCEDURE FOR SUBMISSION OF PROPOSALS

11.1 All proposals must be submitted electronically to [email protected].

11.2 Respondents must use the RFP number as the subject reference number when

submitting their bids.

11.3 The e-mail and file sizes should not exceed a total of 25MB per e-mail.

11.4 The naming/labeling syntax of files or documents must be short and simple (e.g.,

Product Catalogues).

11.5 All documents submitted electronically via e-mail must be clear and visible.

11.6 All proposals, documents, and late submissions after the due date will not be evaluated.

NB: NO HARD COPIES OR PHYSICAL SUBMISSIONS WILL BE ACCEPTED 12 TENDER PROGRAMME

The tender program, as currently envisaged, incorporates the following key dates:

Issue of tender documents: 14 August 2020

Last date for submission of intent to bid form 18 August 2020

Last date for submission of queries: 20 August 2020

Date when answers to queries will be published 21 August 2020

Closing / submission Date: 28 August 2020

13 SUBMISSION OF PROPOSALS

13.1 All proposals are to be submitted electronically to [email protected]. No late proposals will

be accepted.

13.2 Responses submitted by companies must be signed by a person or persons duly authorised.

Page 11: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 11 of 24 RFP No. 3386/28/08/2020

13.3 All e-mailed proposal submissions are to be clearly subject-referenced with the RFP number.

Proposals must consist of two parts, each of which must be sent in two separate e-mails with

the following subject:

PART 1: Technical Proposal RFP No.: 3386/28/08/2020

PART 2: Pricing Proposal RFP No.: 3386/28/08/2020

13.4 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.

13.5 Proposals submitted must be in the following file formats:

PDF

14 DEADLINE FOR SUBMISSION

Proposals shall be submitted at the e-mail address mentioned above no later than the closing

date of Friday, 28 August 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 e-mail address,

it will be regarded as a late submission. Late submissions will not be considered.

15 AWARDING OF TENDERS 15.1 Awarding of tenders will be published on the National Treasury e-tender portal or the CSIR’s

tender website. No regret letters will be sent out.

16 EVALUATION PROCESS 16.1 Evaluation of proposals

An evaluation team will evaluate all proposals for functionality, price, and B-BBEE. Based on

the results of the evaluation process and upon successful negotiations, the CSIR will approve

the awarding of the contract to successful tenderer/s.

A two-phase evaluation process will be followed:

16.1.1 The first phase includes the evaluation of elimination and functionality criteria.

16.1.2 The second phase includes the evaluation of price and B-BBEE status.

Pricing Proposals will only be considered after the functionality phase has been

adjudicated and accepted. Only proposals that achieved the specified minimum

Page 12: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 12 of 24 RFP No. 3386/28/08/2020

qualification scores for functionality will be evaluated further using the preference

points system.

16.2 Preference points system

The 80/20 preference point system will be used where 80 points will be dedicated to pricing

and 20 points to B-BBEE status. If all tenders received are more than R50m, the proposal

will be cancelled and re-issued.

17 PRICING PROPOSAL

17.1 Pricing proposal must be cross-referenced to the sections in the Technical Proposal. Any

options offered must be clearly labelled. Separate pricing must be provided for each option

offered to ensure that pricing comparisons are clear and unambiguous.

17.2 Price needs to be provided in South African Rand (excl. VAT), with details on price elements

that are subject to escalation and exchange rate fluctuations indicated.

17.3 Price should include additional cost elements such as freight, insurance until acceptance,

duty where applicable.

17.4 Only firm prices* will be accepted during the tender validity period. Non–firm prices**

(including prices subject to rates of exchange variations) will not be considered.

17.5 Bidders must quote as per the pricing schedule (Annexure C).

*Firm price is the price that is only subject to adjustments in accordance with the actual

increase or decrease resulting from the change, imposition, or abolition of customs or excise

duty and any other duty, levy, or tax which, in terms of a law or regulation is binding on the

Page 13: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 13 of 24 RFP No. 3386/28/08/2020

contractor and demonstrably has an influence on the price of any supplies, or the rendering

costs of any service, for the execution of the contract;

**Non-firm price is all prices other than “firm” prices.

17.6 Payment will be according to the CSIR Payment Terms and Conditions.

18 VALIDITY PERIOD OF PROPOSAL

Each proposal shall be valid for a minimum period of three (3) months calculated from the

closing date.

19 APPOINTMENT OF SERVICE PROVIDER

19.1 The contract will be awarded to the tenderer who scores the highest total number of points

during the evaluation process, except where the law permits otherwise.

19.2 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.

19.3 Awarding of contracts will be announced on the National Treasury website, and no regret

letters will be sent to unsuccessful bidders.

20 ENQUIRIES AND CONTACT WITH THE CSIR

Any enquiry regarding this RFP shall be submitted in writing to CSIR at [email protected]

with RFP No: 3386/28/08/2020 – “The design, refurbishment, and rebranding of existing

CSIR internal and external signage” subject.

Any other contact with CSIR personnel involved in this tender is not permitted during the RFP

process other than as required through existing service arrangements or as requested by the

CSIR as part of the RFP process.

21 MEDIUM OF COMMUNICATION

All documentation submitted in response to this RFP must be in English.

Page 14: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 14 of 24 RFP No. 3386/28/08/2020

22 COST OF PROPOSAL

Tenderers are expected to fully acquaint themselves with the conditions, requirements, and

specifications of this RFP before submitting proposals. Each bidder assumes all risks for

resource commitment and expenses, direct or indirect, of proposal preparation and

participation throughout the RFP process. The CSIR is not responsible directly or indirectly

for any costs incurred by tenderers.

23 CORRECTNESS OF RESPONSES

23.1 The tenderer must confirm satisfaction regarding the correctness and validity of their proposal

and that all prices and rates quoted cover all the work/items specified in the RFP. The prices

and rates quoted must cover all obligations under any resulting contract.

23.2 The tenderer accepts that any mistakes regarding prices and calculations will be at their own

risk.

24 VERIFICATION OF DOCUMENTS

24.1 Tenderers should check the numbers of the pages to satisfy themselves that none are

missing or duplicated. The CSIR will accept no liability concerning anything arising from the

fact that pages are missing or duplicated.

24.2 Only one electronic copy of the proposal (Technical and Financial) must be submitted via e-

mail to [email protected]. If 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.

Pricing schedule and B-BBEE credentials should be submitted with the proposal, but as a

separate e-mail and no such information should be available in the technical proposal.

25 SUB-CONTRACTING

25.1 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.

25.2 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

Page 15: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 15 of 24 RFP No. 3386/28/08/2020

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.

26 ADDITIONAL TERMS AND CONDITIONS

26.1 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.

26.2 Copies of any affiliations, memberships and/or accreditations that support your submission

must be included in the tender.

26.3 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;

26.4 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.

26.5 Failure to comply with any of the terms and conditions as set out in this document will

invalidate the proposal.

27 CSIR RESERVES THE RIGHT TO

27.1 Extend the closing date;

27.2 Verify any information contained in a proposal;

27.3 Request documentary proof regarding any tendering issue;

27.4 Give preference to locally manufactured goods;

27.5 Appoint one or more service providers, separately or jointly (whether or not they submitted a

joint proposal);

27.6 Award this RFP as a whole or in part;

27.7 Cancel or withdraw this RFP as a whole or in part.

Page 16: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 16 of 24 RFP No. 3386/28/08/2020

28 DISCLAIMER

This RFP is a request for proposals only and not an offer document. Answers to this RFP

must not be construed as acceptance of an offer or imply the existence of a contract between

the parties. By submission of its proposal, tenderers shall be deemed to have satisfied

themselves with and to have accepted all Terms & Conditions of this RFP. The CSIR makes

no representation, warranty, assurance, guarantee or endorsements to tenderer concerning

the RFP, whether with regard to its accuracy, completeness or otherwise and the CSIR shall

have no liability towards the tenderer or any other party in connection therewith.

Page 17: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 17 of 24 RFP No. 3386/28/08/2020

29 DECLARATION BY TENDERER

Only tenderers who completed the declaration below will be considered for evaluation. RFP No: 3386/28/08/2020 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

RFP No: 3386/28/08/2020 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) quoted cover all the services specified in the proposal documents; that the

price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and

rate(s) and calculations will be at my own risk.

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: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 18 of 24 RFP No. 3386/28/08/2020

30 SCHEDULE OF BIDDER’S REFERENCE INFORMATION

The bidder must provide details of the bidder's current experience in providing similar

services. Only references for work done in the past 3 years must be provided.

Company Name

Contact Person and

contact details

(email and telephone

number)

Nature Of Work

(Description of service

performed and extent of

Bidder's responsibilities)

Value of

contract

(Inclusive of

VAT)

Contract duration

(Start and End

Dates)

Page 19: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 19 of 24 RFP No. 3386/28/08/2020

31 RETURNABLE DOCUMENTS

PART A: TECHNICAL PROPOSAL RETURNABLES

ONE ELECTRONIC COPY

Description Submitted (Please tick)

Yes No

1 Cover letter

2

Company profile stipulating the number of years rendering

similar services

3

Portfolio of evidence for rendering similar services, list of

projects, pictures, the value of the contract awarded

4 Provide information on equipment, facilities, and resources

5

High-level project plan and detailed methodology on the

execution of the works

6

Contactable references, minimum three (3)- Completed

reference information (section 30 of RFP) must be submitted

7 Completed SBD 1 form (Annexure C)

8 Completed Declaration form

9

A valid letter of good standing from the Department of Labour

(COIDA)

10 Proof of public liability cover of a minimum R 1 700 000.00;

PART B: PRICING PROPOSAL RETURNABLES

ONE ELECTRONIC COPY

7 Cover letter

8 Pricing on official company letterhead

9 Completed BOQ as per attached Annexure B

10 B-BBEE certificate or valid affidavit and registration report

NOTES:

1. THE DOCUMENTS SHALL BE PROPERLY ANNEXED FOR EASE OF REFERENCE.

2. ANY OTHER REQUESTED DOCUMENTATION REQUESTED IN THIS RFP MUST BE

SUPPLIED.

3. IRRELEVANT DOCUMENTATION MUST NOT BE SUPPLIED.

Page 20: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 20 of 24 RFP No. 3386/28/08/2020

32 ANNEXURE A - SCORING SHEET No. Criteria Proof required Points allocation Weight

1

Company Experience:

Number of years the company has been rendering similar services

The service provider must have a minimum of 3 years’ experience signage

The bidder must provide a clearly detailed company profile, stipulating the number of years rendering similar services in similar portfolios dealing with corporate signage.

CIPC documents confirming when company was registered

< 3 years – 0 points 3 – 5 years – 5 points 6 – 7 years – 7 points >7 years – 10 points

30%

2 Client References (Only relevant references)

Provide a minimum of three (3) relevant contactable reference indicating work carried out or completed successfully in design, refurbishment and rebranding of signage provided within the last three years.

< 3 references – 0 points 3 – 4 references – 5 points 5 – 6 references – 7 points >6 references – 10 points

20%

3 Methodology and Project Plan

Provide a detailed methodology in approaching a project of this nature or magnitude. Provide a drafted detailed and specific project plan (generic downloaded plan from the internet not allowed) Detailed project plan indicating all timelines (design and refurbishment lead times, applications per site etc.).

1. No methodology and project plan submitted =0 points

2. Only the methodology or project plan has been submitted. Bidder can deliver project within 11 weeks from date of appointment =5 points

3. Detailed methodology and project plan has been submitted. Bidder can deliver project within between 7 and 10 weeks from date of appointment = 7 points

4. The proposed methodology and project plan exceeds the expectations of the CSIR and

40%

Page 21: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 21 of 24 RFP No. 3386/28/08/2020

is well articulated with clear timelines. Bidder can deliver the project within 6 weeks from date of appointment = 10 points

4 Workmanship capacity of project manager / site supervisor

Project Manager /Site Supervisor

Project manager / Site Supervisor with 5 years relevant experience managing projects similar with Terms of Reference.

CV or profile of site manager who will be responsible for managing the project.

< 3 years’ experience – 0 points 3 – 5 years’ experience – 5 points 6 – 7 years’ experience – 7 points >7 years’ experience – 10 points

10%

TOTAL 100

Page 22: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 22 of 24 RFP No. 3386/28/08/2020

33 ANNEXURE B – PRICING SCHEDULE / BOQ

Page 23: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 23 of 24 RFP No. 3386/28/08/2020

34 ANNEXURE C – SBD 1 FORM

Page 24: Request for Proposals (RFP) The Design, Refurbishment and ... · 33 ANNEXURE B – PRICING SCHEDULE / BOQ 22 ... PLEASE REFER TO THE ATTACHED SPECIFICATION/BOQ WITH PICTURES, ATTACHED

Page 24 of 24 RFP No. 3386/28/08/2020

35 Annexure D: Drawings