Appointment of a Service Provider/Consortia/Joint Venture to implement and support a bespoke Project Management Information System (PMIS) for Infrastructure Project Portfolios, Programmes and Projects of the Department of Public Works and Infrastructure BID NUMBER : DPWFS RFP 005/2015 CLOSING DATE AND TIME OF THE PROPOSAL: 17 AUGUST 2015 AT 11:00 AM COMPULSORY CLARIFICATION MEETING: 31 JULY 2015 @ 14H00 AT THE ADELAIDE TAMBO HALL, O.R. TAMBO BUILDING VALIDITY PERIOD OF THE PROPOSAL: 90 DAYS DEPARTMENT OF PUBLIC WORKS AND INFRASTRUCTURE, FREE STATE PROVINCE SUPPLY CHAIN MANAGEMENT ENQUIRIES BIDDING PROCESS: MAPHOKA SETAI: 051 - 409 8555 TECHNICAL: BANDILE NTOMBELA: 051- 409 8680 PUBLIC NOTICE 0 INVITATION TO TENDER BID NUMBER: DPWFS RFP 005/2015 APPOINTMENT OF A SERVICE PROVIDER/CONSORTIA/JOINT VENTURE TO IMPLEMENT AND SUPPORT A BESPOKE PROJECT MANAGEMENT INFORMATION SYSTEM (PMIS) FOR INFRASTRUCTURE PROJECT PORTFOLIOS, PROGRAMMES AND PROJECTS OF THE DEPARTMENT OF PUBLIC WORKS AND INFRASTRUCTURE Tenders must be deposited in the tender box situated on the Ground floor, Medfontein Building, No. 153 St’ Andrews Street, tender document(s) must be submitted by no later than 11:00 am on 17 August 2015. Each tender must be submitted in a separate, clearly marked sealed envelope, addressed to: Supply Chain Management, Medfontein Building, 4th Floor, Room 414. Please note that tenders, which are not submitted in a properly sealed and marked envelope and / or are not deposited in the relevant tender box and / or are deposited after the closing date and time, will not be considered. Faxed tenders will not be considered. A compulsory clarification meeting, will take place at the O.R Tambo House (Lebohang Building), Ground Floor, Adelaide Tambo Hall (Louis Botha Hall) on Friday 31 July 2015 starting at 14:00hrs. Failure to attend this clarification meeting will lead to disqualification. The Department is not bound to accept any tender and reserves the right to accept any tender in whole or in part. 1 SBD 1 INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE DEPARTMENT OF PUBLIC WORKS AND INFRASTRUCTURE BID NO: DPWFS RFP 005/2015 CLOSING DATE: 17 AUGUST 2015 CLOSING TIME: 11:00HRS DESCRIPTION: APPOINTMENT OF A SERVICE PROVIDER/CONSORTIA/JOINT VENTURE TO IMPLEMENT AND SUPPORT A BESPOKE PROJECT MANAGEMENT INFORMATION SYSTEM (PMIS) FOR INFRASTRUCTURE PROJECT PORTFOLIOS, PROGRAMMES AND PROJECTS OF THE DEPARTMENT OF PUBLIC WORKS AND INFRASTRUCTURE PROPOSAL MUST BE DEPOSITED IN THE BID BOX SITUATED AT: Supply Chain Management Medfontein Building, Ground Floor St. Andrew Street, Bloemfontein Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration. The bid box is generally open 24 hours a day, 7 days a week. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS – (NOT TO BE RE-TYPED) THIS BID IS SUBJECT TO THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT THE FOLLOWING PARTICULARS MUST BE FURNISED (FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED) NAME OF BIDDER: ………………………………………………………………………………………….. POSTAL ADDRESS: …………………………………………………………………………………………. ………………………………………………………………………………………… STREET ADDRESS: ……………………………………………………………………………………….. ……………………………………………………………………………………….. TELEPHONE NUMBER: CODE: ………. NUMBER: …..……………………………….…………….... CELLPHONE NUMBER: …………………………………………………………………………………….. FACSIMILE NUMBER: CODE: ………… NUMBER: …………………………………………………… VAT REGISTRATION NUMBER: …………………………………………………………………………… HAS A TAX CLEARANCE CERTIFICATE BEEN SUBMITTED (SBD 2) YES/NO ARE YOU THE ACCREDITED REPRESENTATIVE YES/NO IN SOUTH AFRICA FOR THE GOODS/SERVICES OFFERED BY YOU? (IF YES ENCLOSE PROOF) SIGNATURE OF BIDDER: …………………………………………………… DATE: …………………… CAPACITY UNDER WHICH THIS BID IS SIGNED: ………………………………………………………. TOTAL BID PRICE R ……………………………………………… (IN WORDS) ………………………….. …………………………………………………………………………………………… (VAT INCLUSIVE) NB: COMPLETION OF THIS FORM IS COMPULSORY (TOTAL BID PRICE MUST BE WRITTEN ON THIS FORM FAILURE TO THIS REQUIREMENT WILL LEAD TO DISQUALIFICATION) 2 CONTENTS SECTION 1: LIST OF RETURNABLE DOCUMENTS ........... 4 SECTION 2: TERMS OF REFERENCE .................................... 6 Evaluation Criteria and Methodology ......................................................................................... 23 Technical Specifications ................................................................................................................ 24 Special Instructions to Bidders ..................................................................................................... 24 Background .................................................................................................................................... 24 The objective of RFB ..................................................................................................................... 25 Scope and Mandatory Requirements ........................................................................................... 25 User Requirements ........................................................................................................................ 28 Specific Required Features for Infrastructure Projects: ........................................................... 31 Specific Technical Requirements and Cost Model ..................................................................... 37 3 SECTION 1: LIST OF RETURNABLE DOCUMENTS Responsiveness Criteria The tenderer must submit to the following mandatory document: Submit an original valid Tax Clearance Certificate issued by the South African Revenue Services (where Consortium / Joint Venture / Sub-contractors are involved, each party to the association must submit a separate Original Valid Tax Clearance Certificate). Returnable Documents Returnable Documents will be used for tender evaluation purposes and be incorporated into the contract The tenderer must return the following returnable documents legibly completed and signed in FULL. 1. Resolution of Board of Directors 2. Resolution of Board of Directors to enter into Consortia Or Joint Ventures (in case of Joint Venture or Consortia) 3. Special Resolution of Consortia or Joint Ventures. 4. B-BBEE Certificate issued by a South African National Accreditation System (SANAS) or Auditors approved and registered by the Independent Regulatory Board of Auditors (IRBA), where Consortium / Joint Venture are involved Bidders are to hand in their consolidated B-BBEE certificates. 5. Standard Bidding Document 1 (SBD 1) – Invitation to Bid 6. Standard Bidding Document 2 (SBD 2) – Application for Tax Clearance Certificate 7. Standard Bidding Document 4 (SBD 4) – Declaration of Interest 8. Standard Bidding a Document 6.1 (SBD 6.1) – Preference points claim form in terms of the Preferential Procurement Regulations 2011. 9. Standard Bidding Document 8 (SBD 8) – Declaration of Bidder’s Past Supply Chain Management Practices. 10. Standard Bidding Document 9 (SBD 9) - Certificate of Independent Bid Determination 4 LIST OF RETURNABLE DOCUMENTS THE BIDDER MUST COMPLETE THE FOLLOWING RETURNABLE DOCUMENTS: Number of Returnable Bid Document Name: Pages: document: Resolution of Board of Directors 1 Pages Resolution of Board of Directors to enter into Consortia or JV 2 Pages Special Resolution of Consortia or Joint Venture 3 Pages SBD 1: Invitation to Bid 1 Pages SBD 2: Application for Tax Clearance Certificate 2 Pages SBD 4: Declaration of Interest SBD 6.1: Preference Points Claim Form in terms of the PPR 2011 SBD 8: Declaration of Bidder’s Past Supply Chain Management Practice 4 Pages SBD 9: Certificate of Independent Bid Documentation 6 Pages 2 Pages 4 Pages Pages Pages Pages Pages Pages Name of Bidder Signature 5 Date RESOLUTION OF BOARD OF DIRECTORS RESOLUTION of a meeting of the Board of *Directors / Members / Partners of: (legally correct full name and registration number, if applicable, of the Enterprise) Held at (place) on (date) RESOLVED that: 1 The Enterprise submits a Tender to the Department of Public Works and Infrastructure, Free State Province in respect of the following project: (project description as per Tender Document) Tender Number: 2 (Tender Number as per Tender Document) *Mr/Mrs/Ms: in *his/her Capacity as: (Position in the Enterprise) and who will sign as follows: be, and is hereby, authorised to sign the Tender, and any and all other documents and/or correspondence in connection with and relating to the Tender, as well as to sign any Contract, and any and all documentation, resulting from the award of the Tender to the Enterprise mentioned above. Name Capacity Signature 1 2 3 4 5 6 7 8 Note: 1. * Delete which is not applicable. 2. NB. This resolution must be signed by all the Directors / Members / Partners of the Tendering Enterprise. ENTERPRISE STAMP 6 RESOLUTION OF BOARD OF DIRECTORS TO ENTER INTO CONSORTIA OR JOINT VENTURES RESOLUTION of a meeting of the Board of *Directors / Members / Partners of: (Legally correct full name and registration number, if applicable, of the Enterprise) held at (place) on (date) RESOLVED that: 1 The Enterprise submits a Tender, in consortium/joint venture with the following Enterprises: (List all the legally correct full names and registration numbers, if applicable, of the Enterprises forming the consortium/joint venture) to the Department of Public Works and Infrastructure, Free State Province in respect of the following project: (Project description as per Tender Document) Tender Number: (Tender Number as per Tender Document) 2 *Mr/Mrs/Ms: in *his/her Capacity as: (Position in the Enterprise) and who will sign as follows: be, and is hereby, authorised to sign a consortium/joint venture agreement with the parties listed under item 1 above, and any and all other documents and/or correspondence in connection with and relating to the consortium/joint venture, in respect of the project described under item 1 above. 3 The Enterprise accept joint and several liability with the parties listed under item 1 above for the due fulfilment of the obligations of the joint venture deriving from, and in any way connected with, the Contract to be entered into with the Department in respect of the project described under item 1 above. 4 The Enterprise choose as its domicilium citandi et executandi for all purposes arising from this joint venture agreement and the Contract with the Department in respect of the project under item 1 above: Physical address: (code) Postal Address: (code) Telephone number: Name Capacity Signature 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Note: 1. ENTERPRISE STAMP * Delete which is not applicable. 2. NB. This resolution must be signed by all the Directors / Members / Partners of the Tendering Enterprise. 3. Should the number of Directors / Members / Partners exceed the space available above, additional names, capacity and signatures must be supplied on a separate page. SPECIAL RESOLUTION OF CONSORTIA OR JOINT VENTURES RESOLUTION of a meeting of the duly authorised representatives of the following legal entities who have entered into a consortium/joint venture to jointly tender for the project mentioned below: (legally correct full names and registration numbers, if applicable, of the Enterprises forming a consortium/joint venture) 1 2 3 4 5 6 7 8 Held at (place) on (date) RESOLVED that: A. The above-mentioned Enterprises submit a tender in consortium/joint venture to the Department of Public and Infrastructure Works, Free State Province in respect of the following project: (Project description as per Tender Document) Tender Number: (Tender Number as per Tender Document) B. Mr/Mrs/Ms: in *his/her Capacity as: (Position in the Enterprise) and who will sign as follows: be, and is hereby, authorised to sign the tender, and any and all other documents and/or correspondence in connection with and relating to the tender, as well as to sign any Contract, and any and all documentation, resulting from the award of the tender to the Enterprises in consortium/joint venture mentioned above. C. The Enterprises constituting the consortium/joint venture, notwithstanding its composition, shall conduct all business under the name and style of: D. The Enterprises to the consortium/joint venture accept joint and several liability for the due fulfilment of the obligations of the consortium/joint venture deriving from, and in any way connected with, the Contract entered into with the Department in respect of the project described under item A above. E. Any of the Enterprises to the consortium/joint venture intending to terminate the consortium/joint venture agreement, for whatever reason, shall give the Department 30 days written notice of such intention. Notwithstanding such decision to terminate, the Enterprises shall remain jointly and severally liable to the Department for the due fulfilment of the obligations of the consortium/joint venture as mentioned under item D above. F. No Enterprise to the consortium/joint venture shall, without the prior written consent of the other Enterprises to the consortium/joint venture and of the Department, cede any of its rights or assign any of its obligations under the consortium/joint venture agreement in relation to the Contract with the Department referred to herein. G. The Enterprises choose as the domicilium citandi et executandi of the consortium/joint venture for all purposes arising from the consortium/joint venture agreement and the Contract with the Department in respect of the project under item A above: Physical address: (code) Postal Address: (code) Telephone number: Fax number: (code) SBD 2 TAX CLEARANCE REQUIREMENTS It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the bidder’s tax obligations. 1. In order to meet his requirement bidders are required to complete in full the attached form TCC 001 “Application for a Tax Clearance Certificate” and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submit bids. 2. SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one) year from the date of approval. 3. The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable. 4. In bids where Consortia / Joint Venture / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate. 5. Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za. 6. Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za. SBD 2 -2- a) APPLICATION FOR TAX CLEARANCE CERTIFICATE (IN RESPECT OF BIDDERS) 1. Name of taxpayer / bidder: ………………………………………………………………………………… 2. Trade name: …………………………………………………………………………………. 3. Identification number: .………………………………………………………………………………… 4. Company / Close Corporation registration number:…………….……………………………………..……... 5. Income tax reference number: ………………………………………………………………………..…………… 6. VAT registration number (if applicable): ……………………………………………………………..…………… 7. PAYE employer’s registration number (if applicable): ……………………………………………………..….. Signature of contact person requiring Tax Clearance Certificate: Name: …………………………………………………………………………………………………………….. Telephone number : Code: ………… Number: ………………………………………………………… (1) Address………………………………………………………………………………………….……………….. ………………………………………………………………………….……………………………….. ….………………………………………………………………………………….……………………. DATE: 20……/……./……… NOTE THAT THE COMMISSIONER FOR THE SOUTH AFRICAN REVENUE SERVICE (SARS) WILL NOT EXERCISE HIS DISCRETIONARY POWERS IN FAVOUR OF ANY PERSON WITH REGARD TO ANY INTEREST, PENALTIES AND / OR ADDITIONAL TAX LEVIABLE DUE TO THE LATE OR UNDER PAYMENT OF TAXES, DUTIES OR LEVIES OR THE RENDITION RETURNS BY ANY PERSON AS A RESULT OF ANY SYSTEM NOT BEING YEAR 2000 COMPLIANT SBD 4 DECLARATION OF INTEREST 1. Any legal person, including persons employed by the state¹, or persons having a kinship with persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where- the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid. 2. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. 2.1 Full Name of bidder or his or her representative: …………………………………………………………. 2.2 Identity Number: ………………………………………………………………………………………………… 2.3 Position occupied in the Company (director, trustee, shareholder²): …………………………………….. 2.4 Company Registration Number: ………………………………………………………………………..……. 2.5 Tax Reference Number: ………………………………………………………………………………….……… 2.6 VAT Registration Number: ……………………………………………………………………………….... 2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference numbers and, if applicable, employee / persal numbers must be indicated in paragraph 3 below. ¹“State” means – (a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. ²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over the enterprise. 2.7 Are you or any person connected with the bidder presently employed by the state? 2.7.1 If so, furnish the following particulars: Name of person / director / trustee / shareholder/ member: YES / NO ……....……………………………… Name of state institution at which you or the person connected to the bidder is employed : Position occupied in the state institution: ……………………………………… ……………………………………… Any other particulars: ……………………………………………………………… ……………………………………………………………… ……………………………………………………………… 2.7.2 If you are presently employed by the state, did you obtain the appropriate authority to undertake remunerative work outside employment in the public sector? 2.7.2.1 If yes, did you attached proof of such authority to the bid document? YES / NO YES / NO (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid. 2.7.2.2 If no, furnish reasons for non-submission of such proof: ……………………………………………………………………. ……………………………………………………………………. ……………………………………………………………………. 2.8 2.8.1 Did you or your spouse, or any of the company’s directors / trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months? YES / NO If so, furnish particulars: ………………………………………………………………….. ………………………………………………………………….. …………………………………………………………………... 2.9 Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid? 2.9.1If so, furnish particulars. ……………………………………………………………... …………………………………………………………..…. ……………………………………………………………… 2.10 Are you, or any person connected with the bidder, aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid? 2.10.1 If so, furnish particulars. ……………………………………………………………… ……………………………………………………………… YES / NO YES/NO ……………………………………………………………… 2.11 Do you or any of the directors / trustees / shareholders / members of the company have any interest in any other related companies whether or not they are bidding for this contract? YES/NO 2.11.1 If so, furnish particulars: ……………………………………………………………………………. ……………………………………………………………………………. ……………………………………………………………………………. 3 Full details of directors / trustees / members / shareholders. Full Name Identity Number Personal Tax State Employee Reference Number Number / Persal Number DECLARATION I, THE UNDERSIGNED (NAME)……………………………………………………………………… CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE. ………………………………….. Signature ..…………………………………………… Date …………………………………. Position ……………………………………………… Name of bidder May 2011 SBD 8 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES 1. This Standard Bidding Document must form part of all bids invited. 2. It serves as a declaration to be used by institutions in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system. 3. The bid of any bidder may be disregarded if that bidder, or any of its directors have a. b. c. 4. abused the institution’s supply chain management system; committed fraud or any other improper conduct in relation to such system; or failed to perform on any previous contract. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. ITEM 4.1 QUESTION YES Is the bidder or any of its directors listed on the National Treasury’s Yes database 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 National Treasury after the audi alteram partem rule was applied). 4.1.1 If so, furnish particulars: 4.2 Is the bidder or any of its directors listed on the Register for Tender Yes Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? To access this Register enter the National Treasury’s website, www.treasury.gov.za, click on the icon “Register for tender Defaulters” or submit your written request for a hard copy of the Register to facsimile number (012) 3265445. If so, furnish particulars: No Was the bidder or any of its directors convicted by a court of law (including Yes a court outside of the Republic of South Africa) for fraud or corruption during the past five years? If so, furnish particulars: No Was any contract between the bidder and any organ of state terminated Yes during the past five years on account of failure to perform on or comply with the contract? If so, furnish particulars: No 4.2.1 4.3 4.3.1 4.4 4.4.1 NO No SBD 8 -2- CERTIFICATION I, THE UNDERSIGNED (FULL NAMES)………………………………………………………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ……………………………………………… Signature ……………………………….. Date ……………………………………………… Position ……………………………….. Name of Bidder SBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION 1. This Standard Bidding Document (SBD) must form part of all bids¹ invited. 2. Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds. 3. 4. Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to: a. disregard the bid of any bidder if that bidder, or any of its directors have abused the institution’s supply chain management system and or committed fraud or any other improper conduct in relation to such system. b. cancel a contract awarded to a supplier of goods and services if the supplier committed any corrupt or fraudulent act during the bidding process or the execution of that contract. This SBD serves as a certificate of declaration that would be used by institutions to ensure that, when bids are considered, reasonable steps are taken to prevent any form of bid-rigging. 5. In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be completed and submitted with the bid: ¹ Includes price quotations, advertised competitive bids, limited bids and proposals. ² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete. -2SBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION I, the undersigned, in submitting the accompanying bid: BID NUMBER: DPWFS RFP 005/2015: APPOINTMENT OF A SERVICE PROVIDER/CONSORTIA/JOINT VENTURE TO IMPLEMENT AND SUPPORT A BESPOKE PROJECT MANAGEMENT INFORMATION SYSTEM (PMIS) FOR INFRASTRUCTURE PROJECT PORTFOLIOS, PROGRAMMES AND PROJECTS OF THE DEPARTMENT OF PUBLIC WORKS AND INFRASTRUCTURE in response to the invitation for the bid made by: DEPARTMENT OF PUBLIC WORKS AND INFRASTRUCTURE (Name of Institution) do hereby make the following statements that I certify to be true and complete in every respect: I certify, on behalf of:_______________________________________________________that: (Name of Bidder) 1. I have read and I understand the contents of this Certificate; 2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect; 3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder; 4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms of, and to sign the bid, on behalf of the bidder; SDB 9 -3- 5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who: (a) has been requested to submit a bid in response to this bid invitation; (b) could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and (c) provides the same goods and services as the bidder and/or is in the same line of business as the bidder 6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium³ will not be construed as collusive bidding. 7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding: (a) prices; (b) geographical area where product or service will be rendered (market allocation) (c) methods, factors or formulas used to calculate prices; (d) the intention or decision to submit or not to submit, a bid; (e) the submission of a bid which does not meet the specifications and conditions of the bid; or (f) 8. bidding with the intention not to win the bid. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates. SDB 9 -4- 9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract. 10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practices related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation. ………………………………………………… Signature ³ ………………………………… Date …………………………………………………. ………………………………… Position Name of Bidder Joint venture or Consortium 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. SECTION 2: TERMS OF REFERENCE 1. Evaluation Criteria and Methodology The bids shall be evaluated in a two stage system as follows: 1.1.Stage 1: Functionality With regard to functionality, the following criteria shall be applicable: ITEM Values: 1 = poor, 2 Fair = 3 = average, 4 = good and, 5 = excellent DESCRIPTION WEIGHT METHODOLOGY Methodology and project plan: 30 This refers to the process of eliciting business requirements to managing the project end-toend. Concept Document & Prince 2 or PMBOK EXPERIENCE AND KNOWLEDGE 3. Experience in implementing PMIS: 20 Testimonials 4. Experience in developing PMIS for government programs / projects 20 PRESENTATION 5. Presentation of the proposed system. 30 Total Score 100 1. The minimum score required for functionality in order to qualify for further evaluation = 60% out of 100%. 1.2. Stage 2: Price and Preference The bids eligible for evaluation on Price and Preference shall be evaluated by a panel using the preference points system stipulated in the Preferential Procurement Regulations. 2. Technical Specifications Technical Specification Special Instructions to Bidders Should a bidder have reasons to believe that the Technical Specification is not open and/or is written for a particular brand or product; the vendor shall notify the client within ten (10) days after publication of the bid. Bidders shall provide full and accurate answers to all questions posed in this document, and, where required explicitly state either “Comply/Not Comply” regarding compliance with the requirements. Where required, bidders must substantiate their response including full details on how their proposal/solution will address specific functional bidder’s response and be adequately referenced. If a bidder does not comply fully with each of the mandatory requirements, it shall be regarded as mandatory non-performance/non-compliance and the bid SHALL be disqualified. No “unanswered” questions will be allowed. If a response to a question has been indicated as comply but not elaborated upon or commented on, it shall be regarded as mandatory nonperformance/non-compliance and the bid SHALL be disqualified. Failure to comply with mandatory requirements SHALL lead to disqualification. 3. Background The Free State Provincial EXCO recently approved the “Framework for the implementation of the Infrastructure Delivery Management System” that sets out the specific roles and responsibilities of the Department of Public Works & Infrastructure with regard to the delivery of infrastructure in the province. The two main roles defined for the Department are: 1. Custodian of Provincial Assets; and 2. Preferred Implementer of infrastructure projects for provincial sector (client) departments The Infrastructure Delivery Management System (IDMS) was developed as part of the Infrastructure Delivery Improvement Programme (IDIP) initiative with the key role players being National Treasury, Construction Industry Development Board (CIDB), Department of Public Works, Department of Health, Department of Education and the Development Bank of South Africa (DBSA). According to the Infrastructure Delivery Management Toolkit Management Companion: “The IDMS is the model that describes the processes that make up public sector delivery and procurement management as it applies to the construction industry. The model reflects the diverse needs of the construction industry, in responding to the demands placed on it for the delivery of infrastructure and tangible assets for South Africa. It outlines the core processes and associated with the model for delivery and procurement management where the project delivery processes relate to the provision of infrastructure works.” The IDMS therefore describes and defines uniform, best practice methodologies and principles for the implementation of infrastructure projects in the public sector. As preferred implementer of infrastructure projects, the Free State Department of Public Works must annually manage a large and diverse portfolio of projects to ensure infrastructure is delivered for clients “on time”, “within budget” and also meet the required quality standards. The implementation of the IDMS should assist the Department to meet these requirements, but it also places additional responsibilities on the Department to manage projects in a specific, structured way. In order to be meet the objective of sound management, appropriate measures need to be put in place to keep track of and interpret the large amount of data and information created for each project. These measures should enable easy auditing and record keeping of project information, but also allow for processing, interpretation and reporting of the information in meaningful ways to support fast and effective decision making related to portfolios, programmes and specific projects. Therefore, in order to adequately address the above mentioned, the Department intends establishing a comprehensive Project Management Information System (PMIS) for the infrastructure project portfolios, programmes and projects implemented by the Department that support sound management and to strengthen monitoring and evaluation abilities within the Department as a whole. This contract therefore calls for a suitable service provider to be appointed to establish the required system, provide the necessary infrastructure, user training and technical support that also include management issues. 4. The objective of RFB To contract a service provider to provide a fit for purpose, integrated PMIS that will enhance the monitoring and reporting of infrastructure projects implemented by the Free State Department of Public Works. 5. Scope and Mandatory Requirements The Department of Public Works & Infrastructure requires the services of a service provider that possesses the following: Ability to supply the project software as a service model (i.e. rental model); In depth knowledge and experience in Project Management methods and techniques; Ability to implement a project management software application within the department; Ability to provide assistance with the integration of the project management software with the Infrastructure Delivery Management System requirements for the organisation; Proven track record in the development of provision of PMIS; and Proven experience in successful implementation of customized project management software within the government sector and the infrastructure environment. 5.1. The following questions are regarded as mandatory requirements: Mapping of the Department’s infrastructure project management process The service provider will assist with the mapping of Comply project management processes across the various role players and the full life cycle of the projects. In general, the management processes as defined in the latest CIDB IDM toolkit should be incorporated. Comments Not comply Development / provision of suitable PMIS application The proposed software application must be provided to the Free Comply State Department of Public Works & Infrastructure. The application must be installed on a server where it will be available to the Department over the LAN and via the Internet. A detailed user manual should be provided. Not comply Comments Customisation & Configuration The application must be configured and customised to meet the specific requirements and guidelines of the Department of Public Works as well as its User / Client Departments as applicable, as well as the associated reporting requirements of the users and projects. As a minimum, the reporting requirements defined in the latest reporting templates of the Department and the CIDB IDM toolkit should be incorporated as appropriate. Comply Not comply Allowance should be made for approximately 50 customised reports including interfaces with at least 3 other systems Comments Data loading The service provider will be for the startup phase responsible Comply for the capturing of project data onto the PMIS. This will be limited to projects that are current (i.e. in planning, design, tender, construction, retention phases at the date of award). Allowance should be made for up to 2000 projects (this will require travelling to regional offices across the province), each unique in its essential characteristics. Project data must be captured from hard copy files as well as other systems, into the Project Management Information System. Comments Not comply User Training The service provider is required to provide full training to the users and must be able to provide the following levels of training: Comply Not comply Administration training User training Management training Follow-up training The training requirements are as such: a) This training will be done at the training facilities in Bloemfontein to be arranged for and paid for by the service provider as an itemised disbursement under the project. b) The training must be conducted effectively and efficiently. c) Full training materials must be supplied to the users. d) The training will be on- going for the period of the contract, including new and relocated personnel. e) All relevant costs (accommodation and travel) of the trainees will be the responsibility of the Department. Comments On-Site Support & Data Take-On The service provider will be responsible to assist the users during the course of the implementation by being available on site. Comply Not comply Comments Integration with the IDMS Provide assistance with the integration of the project Comply management software with the Infrastructure Delivery Management System (IDMS) best practices and methodology. The Provincial EXCO has approved the “Framework for the implementation of the Infrastructure Delivery Management System” that incorporates the National Treasury Standard for and IDMS and the National Treasury Standard for a Construction Procurement System (CPS), amongst others. It is therefore critically important that the project management software provided should incorporate, adhere to and enable the IDMS requirements as set out in the framework. All applicable templates and graphics (in conjunction with DPW) are to be provided by the service provider. In addition, the necessary training of the organisation’s project staff must support the IDMS methodology. Comments Not comply 6. User Requirements The proposed software application must cover the following high level requirements: User friendly The software must be extremely user friendly and must address project management information in a simple and uncomplicated Comply manner. A wide range of users within the Department and outside the Department, some of which do not have project management qualifications and experience, will use the application. The application must therefore be easy to use for all users. Of importance that the system must also provide interactive help, logistical support and enhancement calls within the software for the users. Not comply Comment Management of scheduled workloads The system must provide on-line management of workflows (i.e. tasks and responsibilities assigned will automatically be Comply allocated to the workload of specific users). On-line collaboration must provide facilities for multiple people, who are working simultaneously on projects to be able to monitor their workload, provide central updates on progress and accumulate supporting information in relation to the project. Not comply Comments Web Enabled The application must be 100% web enabled to allow authorized users to access it (with the necessary username and password) Comply through a standard web browser. No software except for the web browser should be loaded on the user computer to access the application. Not comply The system should be available on smartphones and tablet computers Comments Access Rights at Functional level The application must include the functionality to allow each user group access to specific functionality. For example a Comply Project Managers’ user group will have access to register projects where as a Project Team Members user group will only have access to view project information and not register projects. This access must be fine-grained enough down to field/record level that only users of certain groups can see and enter information for specified fields relevant to a specific project, e.g. financial information. Comments Not comply Access Rights at Information level The application must have the capability to allow users belonging to a specific user group to only see specific Comply information and not others. Thus users belonging to Department / Sector A must only see projects that are being executed by that Department / Sector while users in Department / Sector B will only see their projects. This access must be fine-grained enough down to field/record level that only users of certain groups can see specified fields relevant to a specific project, e.g. financial information. Not comply Comments History The application must store and secure all history of previous projects, tasks, costs etc. This must be available within the data Comply store of the application and must be accessible through the application’s web front-end as and when required. Not comply Comments Audit Log A full real time audit log of all access to the application and changes to any information (field/record level) and data must be maintained and be available to be queried by users with specific assigned access rights. It must also be possible to report on the time spent by specific users on the system. Comply Not comply Comply Not comply Comply Not comply Comments Tracking All information and data modified must be tracked to ensure that users know who effected changes to the information and when (field / record level). This should be available real time through the front-end where and when applicable to be queried by users with specific assigned access rights. Comments Data Entry Quality Validation and Reporting The data entered for each field should be validated. This may include data type validation or also logical validity where applicable (i.e. chronological order of dates, values of certificates compare to budget, etc.). The system should provide a user friendly error message and allow the user to correct errors easily. The completeness of project information entered should be checked and standardised reporting and indicators provided to allow for an overview of the data entered for all projects. Comments Inbox / My Workspace (User Dashboard) The application should have an Inbox / My Workspace (Dashboard) screen which is specific for each user who logs into the application. This screen should show all items (tasks, risks etc.) that have been assigned to the specific user. Comply Not comply Comments Project Registration The application should allow users with the necessary access authority to register projects through the application. Each Comply project should receive a unique code and provide information pertaining to project such as description, objectives, budget, time span, responsible people, etc. Not comply Comments Project Stages The application should allow for specific project stages depending on the chosen Project Management Methodology Comply (i.e. Design by Employer) to be stored (in accordance with the IDMS, the CIDB standard for Infrastructure Gateway System and the applicable Conditions of Contract). In addition specific users with the necessary access must be able to approve and change the stages of the project. Allowance must be made to upload scanned copies of approval documents linked to specific stages. The status of stages and approvals must be reflected on the applications and reports. Allowance must be made to change the chosen Project Management Methodology without having to re-enter the project milestone dates for the different stages in the system. Not comply Comments Project Structure The application must allow for programs, portfolios and individual projects. In addition it must support Mother and Child relationships between projects with functionality to summarise project information at program and portfolio level. Comply Not comply Comments Performance Dash boarding (Portfolio & Programme Level) The application must include graphical high-level dashboards of the underlying data to allow senior management to Comply get a bird’s eye view of the portfolio, programs and projects. Where applicable the dashboards should allow for drilldown to detail functionality. A specific example of this is a one-liner report, which provides information pertaining to progress made vs. planned progress, as well as total budget vs. expenditure. The application must also have a robot / traffic lights functionality to allow items to be flagged as Red – Orange – Green. This information must be available on reports to allow management to get a bird’s eye view of the projects and programs based on these indicators. Comments Not comply 7. Specific Required Features for Infrastructure Projects: Project Details Project Identification: Project name Project number Project Location: Name of province Name of local municipality/metro Name of district municipality GPS coordinates Site or erf description Title deed details [The PMIS will need to be able to cross-reference the location of the facility with an embedded cadastral mapping capability] Project Type (SCOA Classification): New facility Upgrades and Additions of facility Refurbishments and Rehabilitations of facility Maintenance and Repairs of facility Facility particulars and indicators (multiple and user definable): Floor area Client specific indicators (i.e. Hospital beds, pupils, etc.) Other user definable indicators Source of Project Funding and R value per source: [Grant, Comply Not comply Equitable Share, donor, other, etc.] Value of Project: Original project value [R] Cumulative expenditure up to year 1 Budget allocation [Year 1, 2 and 3] Cumulative budget required after year 3 Rand value of approved VO’s Rand value of outstanding VO’s Revised project value [R] Capturing of project resources (Equipment, material) Key Dates: Date of tender Date of award of tender Site handover date Completion date[as planned] Approved extension of time [days] Final completion dates (Practical, Works & Final as appropriate, based on Conditions of Contract used Responsible parties: Client Department Implementing Agent Principal Agent & Consultants Main contractor & Sub Contractor’s In each of the above instances the name, contact person, telephone and email particulars of the responsible party need to be noted. Additional detail may be required. Scheduling of tasks/activities for projects Scheduling of tasks/activities for projects that must include: Planning & workflow functionality GANTT chart creation Comply Recording of project tasks, deliverables and milestones Assigning responsibility per task Bi-directional integration with MS Project & Prima Vera software Notification on tasks (OHS- Occupational Health & Safety) Allowance must be made for selected tasks to be linked, i.e. updating the dates for one task should update the dates for the linked subsequent tasks. Not comply Comments Project expenditure and cash flow forecasting The system should be able to measure budget, expenditure Comply and estimates to complete cash flow forecasting. Payments should be tracked in terms of dates received, date certified, date approved and date paid by client departments and allowing for payment times to be measured and reported. Comments Not comply Project Variations and Scope Changes The system should have the functionality to manage the scope of projects and register scope change requests (e.g. variation orders Comply and extension of time claims) the approval process for such changes (i.e. reasons for change, date received, date approved by client, date instructed) as well as changes to time frames, project milestone dates and changes to cost estimates and cash flow forecasts. The system should also be able to provide reports on all project variations and scope changes. Not comply Comments Risk management Must include risk identification, categorisation, rating, notification and assigning of responsibility to manage the risks. Risk management will need to monitor the following: Comply Not comply Comply Not comply Comply Not comply Cost Time Project scope Quality Safety Legal Contractor payments Labour relations Contract dispute Weather Other (User Customisable) Comments Issue management Of importance here is the notification, workflow, history tracking and reporting of issues by assignee, status, type and priority. Allowance should also be made for escalation of issues based on user definable rules and time frames. Comments Customization Customization and addition of user definable fields over time due to experiences of lessons learned and best practices in the environment. Comments Project Quality Management In this regard it is required to create a matrix showing whether or not certain identified matters have been taken account of in the project, as well as noting the applicable date the matter was attended to. The matters identified are as follows: Legal agreement that confirms that a specific project can take place on the land in question [e.g. agreement of sale, lease or access agreement]; Environmental Impact Assessment completed and approval for project obtained if required; Geotechnical assessment completed; Compaction tests for earthworks; Bulk engineering services (Water, Sewer, Electricity, Roads Access) available and approved; Testing and hand over of civil services; Foundation design completed and approved; Site and building plans approved; Termite control fumigation; Approval of roof design and specification; Foundation inspection and approval; Concrete testing; Roof inspection and approval; Final building inspection [all aspects]; Electrical clearance certificate; Testing and certification of mechanical equipment; Occupation certificate obtained; Allowance for user definable custom quality criteria; Comments Comply Not comply Detailed project reporting documents The software must generate and filter reporting documents on all project information. The software must be able to generate consistent, accurate filter progress (performance) reports, including graphs, on any of the available fields, and should be able to produce reports on: Comply Not comply Unlimited document storage and number of projects The application should allow for an infinite number of document storage and number of projects to be created by the Comply administrators (without affecting the license costs). Not comply Per stage reached in the project life cycle (in accordance with the IDMS and Gateways): o Investigation/assessment o Viability study o Preparation of the project brief/scope of work o Appointment of planning/design professionals o Concept design o Design development o Preparation of technical documentation o Tender phase o Award of contract o Construction o Practical completion o Commissioning o Final account and close out Building progress o In this instance it is necessary to monitor the percentage of physical building work completed. Reasons for any construction delays need to be noted. Project checklist information (e.g. retention money paid) Actual versus planned expenditure report Cash flow reports: A schedule is to be created showing the: o Original projected cash flow o Revised projected cash flow [including VO’s etc] o Actual expenditure and projected cash flow against a horizontal scale of months of the year. o A graphic presentation illustrating cumulative original cash flow as against cumulative actual expenditure and projected cash flow needs to be created from the actual figures contained in the schedule. Cost (over budget or under budget) and schedule (behind schedule or ahead of schedule) performance indices. Annual, quarterly and monthly performance reports for the Department, indicating Client Department, Project Status, Project Name, Project Budget, Start Date, End Date, Physical Progress %, Progress Comments. Comments Comments Document Management and backup of all users’ data The application must have a documentation management Comply module, which will allow all documents (of formats Word, Excel, Powerpoint, PDF, Project and graphics) to be uploaded and stored within the application. A selection of project photographs needs to be allowed for. The PMIS must have the capability to archive previous photographs submitted and record only current photographs on the project profile. All photographs on the profile and those archived must be dated. The application should allow for the storing of all versions of a specific document. Additional backup of all the users data must also be provided on a monthly basis to the Department. Not comply Comments Linking The application should allow for documents to be linked to other data in the application as and when required. For example the Risk Mitigation Plan for a specific risk should be able to be linked to the applicable risk record, or the completion certificate should be linked to the applicable milestone. Comply Not comply Methodology, Process and Templates The application must allow for easy access to online IDMS methodology, linking to process descriptions, templates, Comply guidelines and procedures in a consistent, yet simple userfriendly format. Not comply Comments Comments 8. Specific Technical Requirements and Cost Model The proposed software application must answer the following technical requirements: Web-Front End Does the system provide a web-based user-interface? Is all the functionality of the system available through web front-end (i.e. no separate desktop client interface required for power users)? Is the web front-end a pure HTML implementation (i.e. does not require the installation of ActiveX or Java components)? Is Microsoft Internet Explorer 8.0 or later supported? Is the web-front end viewable on a mobile devices such as smartphones and tablets? Comply Not comply Comply Not comply Comply Not comply Comply Not comply Does the system allow for creation of user definable workflows Comply and processes, incorporating events, document routing and approval, user issue assignment, reminders, etc.? Not comply Comments Scalability Can the system scale to several thousand users, using commodity hardware? Can the database server layer be run on a separate server/s from the application layer? Does the system make use of caching to reduce the load on the database server? Comments Application Program Interface (API) Is an API provided as part of the solution? Is all the functionality of the system available through the API? Can the API be used to extract data for reporting, or data warehousing purposes? Comments System Communication Does the system allow for communication via e-mail and SMS to users for specific user definable events, such as: the registering of a new Issue or Variation Order, a reminder on about a legal binding date such as the end of the liability period, etc? Comments User Definable Workflow Comments Security Does the system allow access control to be managed (i.e. access to specific functionality) based on the Windows user group that the user belongs to? Does the system provide a stand-alone security model so that users that are not authenticated on the network, can access the system securely (e.g. login via the internet)? For the stand-alone security mode, does the system provide for security policies to be implemented, i.e. password length, password strength, expiration? Does the system provide support for Active Directory as an authentication mechanism? Comply Not comply Comments Network Utilization Is the system efficient in terms of bandwidth utilization? Is the average size of a page (received at the client) less than 100KB? Does the system perform adequately over a 56Kb connection? Comply Not comply Comply Not comply Comments Escrow agreement Of importance is that there must be a source code escrow agreement with an independent agent that provide the following: The source code of the specific software, accompanied by everything that the licensee requires to independently maintain the software, such as documentation, software tools or specialized hardware. The licensor must put updated versions of the software in escrow in three monthly intervals. The conditions that must be met for the agent to release the source code to the licensee are bankruptcy of the licensor and the express unwillingness of the licensor to fulfil his contractual maintenance obligations. Comments Implementation Time Frame For the first phase the successful bidder will be given a piloting phase of six (6) months to complete the deliverables as Comply mentioned above. Thereafter the successful bidder will be given six (6) months to complete the loading of the project information as mentioned above. The Department reserves the right to terminate the contract based on non-performance, nondelivery, misrepresentation of experience and qualifications. Not comply Comments The following questions are regarded as non-mandatory requirements: The bidder will be given points regarding the following non-mandatory requirements to fulfil the process of best fit solution. All “unanswered” questions will be given no score and will thus influence the rating in a negative way. If a response to a question has been indicated as comply but not elaborated upon or commented on, it shall be regarded as non-performance and will also influence the rating negatively. Methodology and Approach Bidders must provide Methodology and approach clearly indicating how the proposed solution will be implemented. Comply Not comply Comply Not comply Comply Not comply Experience in developing PMIS software for Infrastructure Programs Bidders must demonstrate their experience in developing PMIS Comply for infrastructure programs/projects. Not comply Comments Project Plan Bidders must submit a project plan. Comments Knowledge of Project Management Principles and Software Bidders must demonstrate their knowledge of Project Management Principles and Software. Comments Comments Experience in developing PMIS software for Government Programs Bidders must demonstrate their experience in developing PMIS Comply for government programs/projects. Not comply Comments Specific Requirements Bidders must demonstrate how their solution will address the following requirements: Knowledge areas (integration; scope; time; cost; quality; HR; communication and risk management.) Administrator function Helpdesk Web-based interface Security User friendly interface and general impression (presentation)* Comments *As demonstrated at bidder presentation. Comply Not comply a. Pricing schedule 1 Please indicate your total bid price here: R…………………………… (compulsory) 2 Important: It is mandatory to indicate your total bid price as requested above. This price must be the same as the total bid price you submit in your pricing schedule. Should the total bid prices differ, the one indicated above shall be considered the correct price. 3 NOTE: All prices must be VAT inclusive and must be quoted in South African Rand (ZAR). 4 Are the rates quoted firm for the full period of the contract? 5 Mandatory: If not firm for the full period, provide details of the basis YES 6 on which adjustments shall be applied e.g. CPI, and also details of the cost breakdown. Basis of adjustment: Rand value Cost Breakdown e.g.: Material Labour Overhead Fixed portion Total 7 8 % Cost Rand value breakdown of Imported Content if applicable % of Imported Content Only the total ceiling price for the entire project that must be inclusive of all costs. Prospective bidders are required to submit a detailed pricing for the project, outlining the following: NO Costing Model: Description Software Cost per user Total cost (VAT Incl.) Implementation Services – Analysis, Design, Development, Configuration & Testing Implementation Services – Production Deployment Implementation Services - Training (specify cost per user) Installation fee (once off) Software maintenance and licensing (duration of the contract) and Software support (3 years) per user Data loading fee per project(specify details) Project management fee Sub-Total (VAT Incl.) Additional items if any (specify details) TOTAL (VAT Incl.): *NOTE: All the consortium or joint venture partners must submit a complete set of the latest audited financial statements. Installation costs, delivery, site preparation: The cost of installation, delivery, site preparation etc. must be included in this proposal if applicable. Comply Not comply Comply Not comply Yearly increases on maintenance Yearly price increases on maintenance and license fees must not exceed the Comply CPI, with the anniversary date of the contract as baseline. Not comply Yearly increases in costs Yearly increases in costs must be clearly indicated if applicable. Additional Costs All additional costs must be clearly specified if applicable. Comply Not comply