REQUEST FOR BID

advertisement
REQUEST FOR BID
PROFESSIONAL SERVICES
BID DETAILS
BID NUMBER:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
OPEN
Date:
Time:
20 September 2013
12h00
CLOSE
Date:
Time:
18 October 2013
11h00
DESCRIPTION:
The provision of a training provider to provide ‘Office
Etiquette’ workshops on a national level to Fasset
delegates in February 2014.
BRIEFING
SESSION:
Yes
No
X
See division 1 on Special Conditions of Bid and Contract
that the bidder needs to take note of.
DETAILS OF BIDDER
Organisation/individual:
Email address:
Please indicated whether it is the original or copy, tick the applicable block
ORIGINAL
COPY
NR:
Procurement process administered by Fasset
Version 13: Fasset Professional Services Bid document template
24 July 2012
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Glossary
GLOSSARY
Award
Conclusion of the procurement process and final notification to the
effect to the successful bidder
B-BBEE
Broad-based Black Economic Empowerment Act, 2003 (Act No. 53
of 2003) and the Codes of Good Practice issued thereunder by the
Department of Trade and Industry
Bid
Written offer in a prescribed or stipulated form in response to an
invitation by Fasset for the provision of goods, works or services
Contractor
Organisation with whom Fasset will conclude a contract and
potential service level agreement subsequent to the final award of
the contract based on this Request for Bid
Core Team
The core team are those members who fill the non-administrative
positions against which the experience will be measured.
dti
Department of Trade and Industry
EME
Exempted Micro Enterprise in terms of the Codes of Good Practice
Fasset
Sector Education and Training Authority (Seta) for Finance,
Accounting, Management Consulting and other Financial Services
GCC
General Conditions of Contract
IP
Intellectual Property
NIPP
National Industrial Participation Programme
Original Bid
Original document signed in ink, or
Copy of original document signed in ink, or
Submitted Facsimile of original document signed in ink
Originally certified
To comply with the principle of originally certified, a document must
be both stamped and signed in original ink by a commissioner of
oaths.
SCM
Supply Chain Management
SLA
Service Level Agreement
Page 2
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Content Page
DOCUMENTS IN THIS BID DOCUMENT PACK
Bidders are to ensure that they have received all pages (76) of this document, which
consist of the following sections:
SECTION A
Note: Documents in this section are for information to or the instruction of bidders
and must not be returned with bids.
 Section A Part 1: Background
 Section A Part 2: Bid Submission Conditions and Instructions
 Section A Part 3: General Conditions of Contract
 Section A Part 4: Terms of Reference
 Section A Part 5: Evaluation Process/Criteria
 Section A Part 6: Contract Form (Rendering of Services) (Parts 1 & 2)
(The pro forma contract is only included for bidders to take note of the contents of the contract
that will be entered into with the successful contractor)
SECTION B
Note: Documents in this section must be completed and returned or supplied with
bids as prescribed.
 Section B Part 1: Special Conditions of Bid and Contract: Special conditions that the
bidder needs to accept
 Section B Part 2: Tax Clearance Certificate (The tax clearance certificate
requirements page must not be returned with bids)
 Section B Part 3: Declaration of Interest
 Section B Part 4: Declaration of bidder’s past SCM practices
 Section B Part 5: Certificate of Independent Bid Determination

Section B Part 6: Preference Points Claim form in terms of the Preferential
Procurement Regulations 2011
 Section B Part 7 Invitation to Bid
 Section B Part 8: CV Template Guideline
 Section B Part 9: Pricing Schedule (Professional Services)
Page 3
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
SECTION A
SECTION A
Page 4
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 1: Background
BACKGROUND
Fasset is a statutory body established through the Skills Development Act of 1998 to
enable its stakeholders to advance the national and global position of the industry for
finance, accounting, management consulting and other financial services.
The members of a Seta include employers, trade unions, professional bodies, government
departments and bargaining councils, where relevant, from each industrial sector. The
Seta landscape was revised to 21 Setas in April 2011.
The objectives of Fasset are:

To develop the competence of employees and potential employees:






To increase the levels of investment in education and training and to optimise the
return on this investment
To position this sector as the sector of career choice for prospective learners and
entrants into the labour market
To encourage employers and employees to adopt a culture of lifelong learning through:









Improving the quality of life of employees, their prospects of work and labour
mobility
Improving productivity in the workplace and the competitiveness of employers
Promoting self-employment in situations where the sector is experiencing job
shrinkage.
Using the workplace as an active learning environment
Providing employees with the opportunities to acquire new skills
Providing opportunities for new entrants and potential entrants into the sector
labour market and enhancing access to opportunities to gain work experience.
To support the objectives of the Employment Equity Act of 1998
To enhance access to learning opportunities and to facilitate the recognition of prior
learning
To ensure the quality of education and training in the sector
To expand the provision of education and training in this sector through sound
partnerships with public and private sector service providers
To encourage greater cooperation between the public and private sectors
To co-operate with the South African Qualifications Authority and other Setas, in
support of the objectives of the Act
All the bids by Fasset are intended to promote the objectives of Fasset.
Page 5
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 2: Bid Submission Conditions and Instructions
BID SUBMISSION CONDITIONS AND INSTRUCTIONS
CONDITIONS AND INSTRUCTIONS THAT BIDDERS NEED TO TAKE NOTE OF
1
FRAUD AND CORRUPTION
1.1
All providers are to take note of the implications of contravening the Prevention
and Combating of Corrupt Activities Act, Act No 12 of 2004 and any other Act
applicable.
2
BRIEFING SESSION
2.1
No briefing session will be held.
3
CLARIFICATIONS/ QUERIES
3.1
Telephonic requests for clarification will not be accepted. Any clarification
required by a bidder regarding the meaning or interpretation of the Terms of
Reference, or any other aspect concerning the bid, is to be requested in writing
(letter, facsimile or e-mail) from amos.nokoane@fasset.org.za by not later than
12h00 on 14 October 2013 A reply will be forwarded within three (3) working
days. All questions and answers will be published on the Fasset website and emails to all prospective bidders after the above date. The bid number should be
mentioned in all correspondence. If appropriate, the clarifying information will be
made available to all bidders by e-mail only.
4
SUBMITTING BIDS
4.1
One (1) original plus two (2) hard copies as well as one (1) soft copy (CD)
of the bid, i.e. three documents and a CD be handed in/delivered to:
The Senior Skills Planning Officer
Fasset
Building 3
Ground Floor
299 Pendoring Road
Blackheath
Randburg
4.2
Only bids that are submitted as one (1) original and two (2) copies will be
accepted as valid and responsive. The original and copies will be distributed
to the tender evaluation panel, and must contain the same information and must
all be nearly marked and professionally presented.
4.3
NB: Bidders must indicate on the cover of each document whether it is the
original or a copy. Copies must be numbered, e.g. Copy 1.
4.4
Bids should be submitted in a sealed envelope, marked with:



Bid number: FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Closing date and time: 18 October 2013, 11h00
The name and address of the bidder
Page 6
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 2: Bid Submission Conditions and Instructions
4.5
Documents submitted on time by bidders shall not be returned.
5
LATE BIDS
5.1
Bids received late shall not be considered. A bid will be considered late if it
arrived even one second after 11h00 or any time thereafter. The tender (bid) box
shall be locked at exactly 11h00 and bids arriving late will not be considered
under any circumstances. Bids received late shall be returned unopened to the
bidder. Bidders are therefore strongly advised to ensure that bids be despatched
allowing enough time for any unforeseen events that may delay the delivery of
the bid.
5.2
The official Telkom time (dial 1026) will be used to verify the exact closing time.
5.3
Bids sent to the Fasset via normal post or any other mechanism shall be
deemed to be received at the date and time of arrival at the Fasset premises
(tender/bid box or reception). Bids received at the physical address after the
closing date and time of the bid, shall therefore be deemed to be received late.
6
DIRECTIONS TO FASSET OFFICES FOR DELIVERY OF BIDS
6.1
Physical Address
Director of Skills Planning
Fasset
Building 3
Ground Floor (bid box is here)
299 Pendoring Road
Blackheath
Johannesburg
6.2
Directions from N1 Pretoria / Polokwane
 Follow the N1 (Ben Schoeman) highway in a southerly direction towards
Johannesburg, past Midrand
 At the Buccleuch Interchange, follow the signs toward Roodepoort /
Bloemfontein onto the N1 highway
 Proceed straight on the N1 highway, past the following turnoffs: Rivonia
Road, William Nicol, Malibongwe
 Take the next turnoff, Beyers Naude Drive and turn left into Beyers Naude
Drive
 After ± 1.9kms, turn right into Pendoring Road
 Past McDonalds on your left. At the next traffic intersection, turn left into 299
Pendoring (± 300m from the corner).
6.3
Directions from O.R Tambo International Airport
 On exiting the airport, follow the signs for Johannesburg, which will lead you
onto the R24 highway
 The R24 highway links up with the N12 highway just before Gillooly’s
Interchange
 At Gillooly’s Interchange, follow the signs for Pretoria, onto the N3 highway
Page 7
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 2: Bid Submission Conditions and Instructions
 Travel north on the N3 highway, past the following turnoffs, Linksfield,
Modderfontein, London Road and Marlboro Drive
 At the Buccleuch Interchange, the N3 highway will become the N1 highway.
Follow the Roodepoort / Bloemfontein signs
 Proceed straight on the N1 highway, past the following turnoffs: Rivonia
Road, William Nicol, Malibongwe
 Take the next turnoff, Beyers Naude Drive and turn left into Beyers Naude
Drive
 After ± 1.9kms, turn right into Pendoring Road
 Pass McDonalds on your left. At the next traffic intersection, turn left into 299
Pendoring (± 300m from the corner).
DIRECTIONS TO FASSET
Bidders should allow time to access the premises due to security arrangements that
need to be observed.
7
PAYMENTS
7.1
Fasset will pay the Contractor the fees set out in the final contract according to
the table of deliverables. No additional amounts will be payable by the Fasset to
the Contractor.
7.1.1
The Contractor shall from time to time during the currency of the contract,
invoice the Fasset for the services rendered.
7.1.2
The invoice must be accompanied by supporting source document(s) containing
detailed information, as Fasset may reasonably require, for the purposes of
establishing the specific nature, extent and quality of the services which were
undertaken by the Contractor.
7.1.3
No payment will be made to the Contractor unless an original tax invoice
complying with section 20 of the VAT Act No 89 of 1991, as amended, has been
submitted to the Fasset.
Page 8
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 2: Bid Submission Conditions and Instructions
7.1.4
Payment shall be made by bank transfer into the Contractor’s back account
normally 30 days after receipt of an acceptable, original, valid tax invoice.
Money will only be transferred into a South African bank account. (Banking
details must be submitted as soon as the bid is awarded).
7.2
The Contractor shall be responsible for accounting to the appropriate authorities
for its income tax, VAT or other moneys required to be paid in terms of the
applicable law.
Page 9
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 3: General Conditions of Contract
GENERAL CONDITIONS OF CONTRACT
1.
The General Conditions of Contract must be accepted. The GCC can be
downloaded from the Fasset website. Please refer to link below:
http://www.fasset.org.za/Downloads/Procurement/General_Conditions_of_Contract_July_2
010.pdf
Page 10
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
TERMS OF REFERENCE (TOR)
The appointment of a training provider to provide national seminars to Fasset delegates on Office
Etiquette during February 2014.
1
BACKGROUND
1.1
Fasset is statutory body established through The Skills Development Act, 1998 (Act No
97 of 1998), as amended. The goal of the Act in respect of the Fasset Seta is ’To
influence the effective operation of the labour market, through effective skills
development, so as to ensure the appropriate supply of competent labour necessary to
compete in the global economy‘ in the sub-sectors that fall with the industrial scope of
Fasset.
2
BACKGROUND TO THE PROJECT
2.1
Fasset, the Seta for Finance and Accounting Services, identified a need to provide
national seminars on Office Etiquette to interested Fasset members.
3
OVERALL OBJECTIVE OF THE PROJECT
3.1
The seminar must build capacity for Fasset stakeholders to ensure an intermediate
understanding of Office Etiquette.
3.2
These should include but is not limited to:
 Office Etiquette
 Interpersonal Relationships
 Diversity
 Handling Interpersonal Conflict
 Assertiveness
 Stress Management
 Professional conduct
 Handling difficult people
 Ethical dilemmas
 Communicating in the workplace – telephone and email courtesy
 Etiquette in meetings
 Appropriate use of the internet
 Attending business functions, social gatherings and office parties
 Bathroom etiquette
 Confidentiality
 Unacceptable behaviour at work and common office etiquette mistakes
 Any other issues related and relevant to this topic
3.3
The training programme should be linked to an appropriate unit standard. This must be
submitted in the proposal.
3.4
Given the Fasset sector profile (see above); the focus is to be on aspects relevant to
SMMEs and to practitioners in the sector who require such knowledge for their own
workplaces and to provide a professional service to their clients.
3.5
The delegates will be employees working for firms registered with the Fasset Seta (who
are principally small, medium and micro enterprises (SMMEs) employing financial and
other specialists registered with a range of professional bodies e.g. SAICA, ACCA,
Page 11
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
SAIPA and at a variety of levels e.g. junior and senior. This course is geared to
employees in firms who wish to get a better understanding of ‘Survive and Thrive in the
Workplace’.
3.6
Respondents to the request for bid would, as an absolute minimum, be required to have
extensive experience in relation to both the subject matter and the provision and delivery
of training to groups of delegates.
3.7
It will be required of the training provider to travel around South Africa as seminars are
scheduled nationally (it is estimated that approximately 42 events will be scheduled).
Where there is demand from delegates, additional events may be scheduled at a time
that is mutually convenient to Fasset and the training provider.
3.8
The Training Provider should, in their project plan, address the requirements in Part
15.12 to 15.16 of the Special Conditions of Contract and include additional areas,
suggest value adds and include the requirements outlined in the terms of reference
above. The list provided is by no means comprehensive and elements of it may be
changed in line with best practice in the field. On occasion bidders omit this plan from
their proposal, or do not comprehensively address the requirements of the criteria for
evaluation in their proposal. This may substantially affect the scores that service
providers receive in the evaluation process.
3.9
Details of the required deliverables are as follows:
Page 12
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
1.
Planning
The submission of a final comprehensive overall training outline and programme. Detailed outcomes and service levels required:
No.
Outcome
Training Provider Responsibility
Fasset Responsibility
1.1
1. Submit a comprehensive training
programme (plan) for the provision of a
full-day workshop on Office Etiquette for
firms registered with Fasset of which
97% are SMMEs in the following
sectors:
i.
a
Approve and sign-off the invitation,
handbook, slide presentation, selfassessment questions and answers and
a one-page article on the course.
b
The 2012 Office Etiquette content is
available on the Fasset website an
example of the suitable standard for this
course. Use the links below as
guidance.

Office Etiquette Material (February –
March 2012)
Handbook Essential Office Etiquette
(PDF - 2.3 MB)
Invite Office Etiquette 2012 (PDF 436KB)
Presentation Essential Office Etiquette
2012 No Video Clips (PPT - 1.6MB)
Self Assessment Essential Office
Etiquette 2012 (PDF - 240 KB)
Summary Article Essential Office
Etiquette 2012 (PDF - 114 MB)
Office Etiquette Material (ZIP - 3.67MB)













Investment entities and trusts
Administration of financial markets
Security dealings and activities
Development corporations and
organisations
Activities auxiliary to financial
intermediation
Tax services
Asset portfolio management
Company secretarial services
Accounting, bookkeeping and
auditing activities
Tax Consultancy
Activities of accountants and
auditors registered in terms of The
Public Accountants and Auditors Act
Activities of cost and management
accountants
Bookkeeping activities, including
relevant data processing and
Compile and submit a draft and then
final plan and forward to Fasset for
approval including as a minimum:
ii. Breakdown of time allocated to each
sub-topic.
iii. Outline of the:





Invitation (draft)
Handbook (draft and final)
Slide presentation (draft and final)
Self-assessment questions and
answers (draft and final)
One-page article on the course (draft
and final)
iv. Methodology of planning, implementing
and reporting for this event
v. The outline of the topics (over and
above the ones suggested in Section
3.1 above) to be covered in the
workshop must be specified in the
proposal response.
vi. Submit a maximum number of three
CVs of the trainers who will be
presenting the workshop (4 main
speakers are intended to facilitate the






c
Vet and approve methodology and
project plan
d
Vet and approve the CVs of the
Page 13
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
No.
Outcome



tabulation activities
Business and management
consultancy activities
South African Revenue Service
(SARS) and
National Treasury
Training Provider Responsibility
presentation, and 2 speakers are
intended to act as a backup in the event
that the main speaker is ill or for other
reasons of force majeur), including
relevant qualifications, experience and
language competencies.
Fasset Responsibility
speaker/trainers who will be presenting
the course
vii. Ensure that ‘new’ and ‘fresh’ quality
speaker CVs are submitted to the Seta
for perusal. Delegates who are exposed
to the same speaker regularly (i.e. more
than three times in succession for a
specific type of event such as the SDF
event) will benefit from a fresh approach
and presentation style.
viii. Video clips of the speakers are required
and will provide the evaluation
committee with a clear indication of the
speaker style and ability. The video clip
can be professional (taken with a
camcorder, video recorder, camera) or
via amateur devices (such as mobile
phones). The video clips can be short or
long, depending on the resources or
recording of the service provider. The
video clips must be saved to a CD /
memory stick and included in the
required number of copies of the
proposal.
ix. Fasset’s official language is English,
however a speaker with the ability to
speak Afrikaans and at least one other
official language would facilitate
Page 14
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
No.
Outcome
Training Provider Responsibility
Fasset Responsibility
communication, especially where
delegates may prefer to ask questions
in their language e.g. Afrikaans.
1.2
1. Given the Fasset sector profile (see
above); the focus is to be on aspects
relevant to SMMEs and to practitioners
in the sector who require such
knowledge for their own workplaces and
to provide a service to their clients.
i.
Include / address this focus in the plan
and training.
a. Approve and sign off as part of the plan
content.
Where speaker quality is unknown to
Fasset, Fasset must be able to ensure
that the quality of the speakers
proposed is adequate by assessing this
prior to the start of the event. The
training provider must allow for the
proposed speakers (selected speakers
and backup speaker) to be made
available for a ‘dry-run’ workshop in
Gauteng, at a specific venue to be
confirmed, for review.
a. Inform the recommended service
provider of the final date, time and
venue for the ‘dry run’, if applicable.
2. The target market for delegates
attending the course includes
employees in the Fasset sector, ranging
from entry level staff to middle
managers. It is unlikely that senior staff
will attend this course, however there
may be a percentage of senior staff
attending.
1.3
1. Allocate three speakers who are experts i.
in the topic. A minimum of two trainers
are required for the presentation, and
one replacement trainer is required for
stand-by, in the event that a trainer is
unavailable on a specific day.
2. The maximum number of three CVs
must be submitted in the proposal
phase to enable the Seta to approve
speakers at the presentation ‘dry-run’.
b. Review and approve each speaker at
the ‘dry run’ presentation at the sole
discretion of Fasset, which approval
shall not be withheld unreasonably.
c. Allocate speakers to a proposed training
schedule (venues and dates
scheduled).
ii. This ‘dry-run’ workshop is required for
all proposed trainers to access their
suitability for the programme (at the
Page 15
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
No.
Outcome
Training Provider Responsibility
Fasset Responsibility
Seta’s discretion, if the speaker quality
or company quality is known to the
Seta, a ‘dry-run’ may not be required).
iii. The dry-run is intended to test the
speaker quality and at most 20 minutes
per speaker is usually allocated,
however this may be extended /
changed under certain reasonable
circumstances.
iv. Ensure that proposed speakers are
available for the ‘dry-run’ which will be
scheduled to take place as per the draft
timetable below.
v. Reject trainers who are not approved by
Fasset in the ‘dry-run’. This process
shall be repeated until Fasset is
satisfied with all the proposed trainers.
vi. The cost of the ‘dry-run’ per speaker is
to be included in the quote. Should the
proposed speaker/s be deemed
unsuccessful by Fasset, the cost of this
dry-run must be borne by the bidder.
Fasset will only pay for speaker dryruns, where the speaker is deemed
acceptable.
vii. Should the demand for the course
exceed the demand expected, and the
trainers are able to service the need by
providing additional suitable trainers,
these trainers must also undergo a dryrun.
Page 16
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
No.
Outcome
Training Provider Responsibility
Fasset Responsibility
viii. Agree to make speakers available on
specific days following the last
scheduled event. This has been
introduced to allow the Seta to easily
schedule additional events without have
to wait for the training company to
allocate a speaker. The service provider
must ensure that the full day is kept
open in the event of out-of-town trips
and travel in the afternoons / evenings.
Page 17
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
2. Course Development
The development of a suitable and appropriate training programme, delegate handbook, slide presentation, delegate self-assessment questions and
answers, draft invitation content and a one page summary article. Detailed outcomes and service levels required:
No.
Outcome
Training Provider Responsibility
Fasset Responsibility
2.1
1. A workshop to a standard suitable to
Fasset members. Refer to the Fasset
website for full information on the
Fasset sector membership.
i. The course material and full-day workshop
(see draft agenda below) must train Fasset
stakeholders to ensure (but not limited to) a
thorough understanding of the topic ‘Office
Etiquette’ as it is applicable to employees in
the Fasset sector. The 2012 Office
Etiquette workshop available on the Fasset
website is an example of the suitable
standard for this workshop.
a
Approve and sign-off the invitation,
handbook, slide presentation, selfassessment questions and answers
and a one-page article on the
course.
b
The 2012 Office Etiquette content is
available on the Fasset website an
example of the suitable standard for
this course. Use the links below as
guidance.

Office Etiquette Material
(February – March 2012)
Handbook Essential Office Etiquette
(PDF - 2.3 MB)
Invite Office Etiquette 2012 (PDF 436KB)
Presentation Essential Office
Etiquette 2012 No Video Clips (PPT
- 1.6MB)
Self Assessment Essential Office
Etiquette 2012 (PDF - 240 KB)
Summary Article Essential Office
Etiquette 2012 (PDF - 114 MB)
Office Etiquette Material (ZIP 3.67MB)
2. The course material and full-day course
(see draft agenda below) must train
Fasset stakeholders to ensure (but not
limited to) an intermediate
understanding of the subject matter.
ii. The workshop should cover all issues
pertinent to this area and the latest changes
and developments in the area.






Page 18
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
No.
2.2
Outcome
1
2
Course material (invitation to the event,
slide presentation, handbook, one-page
article, assessment questions and
answers) to support the topic.
The training event should address, but
not be limited to, the topics listed in
Section 3.1 above:
Training Provider Responsibility
i. Develop and submit a delegate handbook,
slide presentation and assessment
questions and answers that will be used as
supporting documentation for the workshop.
This comprehensive handbook must
include examples, working problems, etc.
Amend the handbook as appropriate in
accordance with any changes or updates,
as required.
ii. Submit to Fasset one master copy of the
final course manual and slide presentation
for the Seta’s’ records.
Fasset Responsibility
c
Vet and approve methodology and
project plan
d
Vet and approve the CVs of the
speaker/trainers who will be
presenting the course
a. Review and vet the first draft of the
handbook and supply comments.
b. Vet and approve the final handbook
and all related course material.
c. A panel of experts shall benchmark
the quality and level of the course
prepared if required.
d. Fasset shall be responsible for the
duplication of all handbooks and/or
training material and the distribution
to the respective venues.
iii. A hard copy of the slide presentation must
be included in the delegate handout, and
must flow in line with the handout to ensure
that delegates do not lose their place and
are unable to get all of the relevant
information.
iv. Self-assessment questions and answers to
allow delegates to test their knowledge and
for the Seta to determine the impact of the
training funded.
v. Make changes to the course material as
required by Fasset.
vi. Submit the documents in line with Fasset’s
Page 19
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
No.
Outcome
Training Provider Responsibility
Fasset Responsibility
standards regarding layout, grammar,
language, etc.
vii. Fasset reserves the right to reject material
which is below an acceptable standard.
viii. In the event of a rejection, the service
provider will be required to utilise the
services of a professional language editor.
ix. A request for external language editing is at
the Seta’s discretion but is included as
pricing element. Fasset will pay for the
services of a language editor only if the
service is deemed as necessary. All
outsourced editing prior to this request is for
the service providers cost.
2.3
2.4
1. One page article (single paragraph
spacing, Arial 11 point font) on the
course subject matter for publication in
the Fasset newsletter and on the Fasset
website (this is intended to provide
information to Fasset members who
were unable to attend the training and to
outline the frequently asked questions
that emerged over the workshop).
i.
1. Invitation to the event which includes a
short description on the service provider
and short CV of the speakers, and a
course outline and the course content.
i.
Develop and submit to Fasset a one page
article on the course subject matter.
a. Vet and approve the article and the
amended article (if applicable).
ii. Amend the article as per feedback received
from Fasset.
Develop and amend the invitation as per
feedback received from Fasset.
a. Vet and approve invite and the
amended invite (if applicable).
ii. Submit to Fasset the invitation in line with
the Fasset requirements. The invitation to
the 2012 Office Etiquette 2010 Event is
available on the Fasset website and
contains the required standards for the
Page 20
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
No.
Outcome
Training Provider Responsibility
Fasset Responsibility
Fasset invitation.
3. Course Deliverables
The presentation of the course to Fasset members. Detailed outcomes and service levels required:
Nr.
Outcome
Training Provider Responsibility
Fasset Responsibility
3.1
1. Workshop to the Fasset members
i.
a. Advertising and invitation costs.
Present the workshop according to the
approved host, venue and training
schedule to the Fasset members who
are attending (group size may vary, but
approximately 2000 delegates, in total
across different venues, are to be
trained in class sizes of between 30 and
300, depending on demand). As class
size may vary, trainers must be familiar
with techniques for small and large
class management.
ii. Present the workshop using the latest
acceptable technology e.g. PowerPoint
Presentation via Notebook/Computer
(with DVD and sound capability to be
provided by speaker) and using a data
projector (to be provided by Fasset).
iii. The trainers are expected to uphold the
following criteria at the different
workshops and venues:

Presentability
b. Registration of delegates at the event.
c. Registration of delegates for the event
via the Fasset online system.
d. Reproduction and provision of training
material in the form of a delegate guide
to all delegates.
e. Reproduction of the agenda, course
evaluation etc …
f.
Provision of Fasset marketing material
to delegates at the event.
g. Courier of documents and course packs
to the venue.
h. Securing and paying the venue and
catering.
i.
Providing a flipchart and flipchart
markers.
j.
Accommodation outside of the province
in which the Training Provider (all costs
Page 21
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
Nr.
Outcome
Training Provider Responsibility



Language Proficiency
Punctuality
Professionalism
iv. Under no circumstances may the
speaker share service level aspects
with delegates. For example, drawing
attention of delegates to Fasset
minimum standards for speaker quality
is prohibited.
v. Fasset shall not pay for any speaker
fees related to any cancelled sessions.
vi. Fasset is not responsible speaker costs
relating to cancelled venues.
Fasset Responsibility
to be calculated ex-Gauteng) resides in
i.e. any province other than Gauteng.
k. Booking of travel (including flights and
car hire) and accommodation ex
Gauteng to be made by Fasset and paid
for by Fasset.
l.
Provision of Fasset hosts (generally,
there are instances where Fasset will
host smaller venues) for medium and
large venues (i.e. venues over 40).
Fasset expects the service provider to
attend to hosting and registration
requirements for the smaller venues
(i.e. between 14 and 40 delegates).
vii. Incidental costs incurred by the training
provider such as telephone costs,
laundry etc, are for the account of the
training provider.
m. Assign a Fasset representative (or
DVD) to officially open and close
workshops where applicable.
viii. The training provider will be required to
share driving with the Fasset host (i.e.
over 300km from any venue). Fasset
hires Category B (usually manual)
vehicles.
n. Provide the training provider with a DVD
for the opening of sessions of smaller
venues where a Fasset representative
will not be present (to be decided after
consideration of final registration
figures).
ix. Where no Fasset host attends and
hosts the event, the speaker is
expected to transport themselves to the
venue. Where the venue is in Gauteng,
Fasset will not reimburse travel. Where
the event is outside of Gauteng, Fasset
will reimburse travel.
x. The base of the training provider is
assumed to be Gauteng and all travel
o. Approve any changes to the
appointment of trainers to specific
venues.
p. Cancel any session/s where there are
less than 14 registered attendees and
advise (where possible) the training
provider seven calendar days in
advance.
Page 22
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
Nr.
Outcome
Training Provider Responsibility
ex-Gauteng will be arranged by Fasset
and the speakers are expected to travel
with the Fasset hosts to allow for costeffective travelling. All travel in Gauteng
must be managed by the training
provider. Trainers based in provinces
other than Gauteng are required to
travel ex-Gauteng.
xi. The trainers may, for smaller training
sessions where no Fasset host is
present, be required to assist Fasset in
terms of the registration and hosting
requirements to be laid out in the Fasset
memorandum to be issued to all parties
to this training event. These include, but
are not limited to:






Playing the Fasset DVD.
Ensuring registers are completed by
delegates on their arrival.
Ensuring that late delegates sign the
register.
Ensuring the access to the venue is
controlled and registered delegates
are provided access, and the
numbers of non-registered delegates
are controlled.
Ensuring that name labels are
distributed.
Ensuring that unregistered delegates
complete a delegate registration
form to enable Fasset to verify
numbers and later report against
Fasset Responsibility
q. Provide the training provider with a host
memorandum detailing the logistics for
the event and the instructions for the
hosting of smaller venues e.g. the
procedure of registration of delegates,
playing of DVD, etc …
r.
Implement the Fasset policy with regard
to meals i.e.



Lunch is normally served on the
airplane/venue so no expenses
should be incurred here
Breakfast may be ordered from the
hotel menu/buffet
Dinner and 2 beverages may be
ordered from the hotel menu/buffet.
s. Implement the Fasset policy with regard
to transport i.e.


All costs to be calculated exGauteng
This will include the following:
- Hotel transfers and airport
shuttles when not in Gauteng
- Car rental to and from the
hotel/venue when not in Gauteng
- Parking fees at the airport in
Gauteng are excluded and must
be built into the out of town
training fees. These aren’t
reimbursable expenses.
- This excludes vehicles for
personal use.
Page 23
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
Nr.
Outcome
Training Provider Responsibility







delegate numbers.
Ensuring the venue is set up
properly and that the meal breaks,
food and beverages ordered through
the venue (including special meals)
are provided to quality and on time.
Collecting completed evaluation
forms from delegates.
Fax completed registers and
registration forms for unregistered
delegates through to a designated
fax number if requested by Fasset.
To calculate from the evaluation
forms and sms/email to a specific
cell-phone number delegate
feedback on the following two items
to be included in the evaluation
forms: 1) speaker quality 2) overall
event.
Ensure that a host evaluation form is
completed and returned to Fasset
with the evaluation forms (or via
email). This must be returned where
there is no Fasset host present or
the Fasset event manager.
Ensuring material is returned to
Fasset and pay for incidentals e.g.
emergency photocopies, fax costs
etc on behalf of Fasset and submit
invoices/receipts to Fasset for
payment.
Attending to all aspects of the Fasset
memorandum to be distributed to all
Fasset Responsibility
t.
Implement the Fasset policy with regard
to accommodation




All costs to be calculated exGauteng
This will include the following:
Hotel/BB accommodation (normally
in hotel such as Holiday Inn, City
Lodge)
This excludes costs incurred whilst
staying at the accommodation e.g.
Internet, telephone cost, laundry.
u. Review speaker feedback from the
evaluation to be received daily from the
speaker.
v. Provide formal feedback to the training
provider and request the replacement of
speakers not achieving 90% minimum
good-excellent speaker rating on
evaluation forms. (Should speakers
score between 80% to 89% good to
excellent ratings (below the acceptable
level), the Seta may (at their discretion),
move the speaker to smaller venues in
the short-term, but choose to remove
the speaker at soon as is practical.)
w. Fasset has a 5 point rating scale with
the ratings: Excellent, Good, Average.
Fair and Poor.
x. Develop evaluation form, agenda,
registers, invitation, host evaluation
Page 24
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
Nr.
Outcome
Training Provider Responsibility

parties to the event.
Report any conflicts at the event to
the Seta immediately (in the case of
e.g. undelivered boxes) or when
practicable (e.g. in the case of a
conflict with a delegate).
Fasset Responsibility
form, memorandum etc….
y. Analyse the data gathered on
evaluation forms.
4. General
The feedback sessions covering the programme progress reporting, course evaluations, meetings, branding and copyright. Detailed outcomes and
service levels required:
Nr
Outcome
Training Provider Responsibility
Fasset Responsibility
4.1
1. Compliance, adherence and attendance
at meetings.
i.
a. Schedule meetings and advise the
training provider within a reasonable
time frame.
Attend all meetings as reasonably
scheduled by Fasset. Meetings will
generally not exceed a ‘kick off’ meeting
of between 1 and 2 hours and a
possible close-out meeting of 1 to 2
hours. Communication throughout the
project will occur via email, telephone
and fax.
b. Record minutes of the meetings and
distribute to all relevant parties.
c. Communication throughout the project
will occur via email, telephone and fax.
ii. A closure meeting, at the end of the
event, may be requested by the Seta.
4.2
1. Use of branding during the workshops
and on supporting course material.
i.
Ensure that no training provider
branding is visible on the course
material or at the venues unless
permission has been granted by the
Seta.
a. Monitor usage of branding during the
course and on the course material.
b. Ensure branding of workshops and
training material represents Fasset only
unless otherwise agreed.
Page 25
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 4: Terms of Reference
Nr
Outcome
Training Provider Responsibility
Fasset Responsibility
ii. The Fasset template, or a non-specific,
MS PowerPoint template is to be used.
c. Provide training provider with Fasset
templates.
iii. Ensure that no promotion of the training
provider is undertaken during the
workshops except during the
introduction by Fasset where the CV of
the provider will be read by the Fasset
host or may be read by the training
provider where no Fasset host is
present. (A brief outline of the training
company and the proposed speakers
will be included in the Fasset invitation
to this event) unless permission has
been granted from the Seta.
4.3
1. Ownership and copyright for all
materials produced for the course.
i.
Develop training materials with full
understanding that these will be made
available in the public domain given that
Fasset is a publicity entity.
a. To post the material in the public
domain and to present the material to
the sector with the Fasset logo and a
disclaimer concerning the views of the
speaker and the content of the material.
Page 26
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
SECTION A Part 4: Terms of Reference
5. Proposal Requirements
The Training Provider should, in their project plan, address the requirements in 15.12 (Part 10:
Technical Approach of the Special Conditions of Contract) and include additional areas and
suggest value adds.
It is recommended that the following format to address the functionality criteria is to be used, in the
following order. This allows the bid committee evaluating the tenders to easily find information
relating to the criteria which they are assessing the bid on.
Bidders often neglect to link their tender response with the criteria for evaluation listed in the
document in section 1: Evaluation process/criteria (2. Evaluation Criteria) below, and do not
provide all information and evidence required. Where information is not logically or systematically
presented, tenders become difficult to read and unprofessional in layout.
The use of organising aids such as file divider and section breaks will assist the evaluator.
1. Experience of prospective contractor
–
Experience in arranging workshops, course developers and speakers
 Ensure that explanation and evidence is included to show the contractors
experience in training, and expertise to offer the technical content of the
course being tendered for.
–
Ability to deliver training nationally in approximately 42 venues over a period of 4 weeks
 Ensure that explanation and evidence is included to show that the
contractor can meet this criteria. For example, for larger events with a
number of events running concurrently, the service provider may have
numerous speakers located nationally. A range of speakers will also
show national reach. Full-time trainers, or a network of consultants, will
provide the company with a greater ability to address this criterion. For
smaller events consisting of runs of less than ten events, the capacity of
the speaker to work for a stretch of time, independently and away from
the office is important.
2. Technical approach
–
Proposed project plan and approach to project management
 Section 1.1.1 states ‘Provide a work plan of activities. In addition to
providing details of the estimated number of work days for each activity,
respondents are to supply a detailed timetable that identifies when
certain activities will be undertaken and over what period they will be
spread. The timing of activities, the time needed to complete them, and
the order in which they will be undertaken must be explained and
justified.’
 The work plan could for example cover the following:
Page 27
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
SECTION A Part 4: Terms of Reference
Outcome/
outputs
and
activities
MONTHS
1
2
3
4
5
6
7
8
9
10
11
12
Person
days
allocated
 Describe, in detail, exactly how you propose to carry out the activities to
achieve the outcomes identified in the terms of reference.
 Describe how the work will be managed. Provide an organisation chart
clearly indicating:
–

The lines of reporting and supervision within the respondent’s
team.

The lines of reporting between the respondent and the Fasset
Seta and other stakeholders, if applicable.

Identify the position(s) involved in the direct delivery of the
service to be provided and in the overall management of the work
and name the people who will fill these positions.

Describe the tasks, duties or functions to be performed by staff in
these positions.

Indicate the number of hours required to complete each task and
the number of hours to be provided by each team member.
Proposed course outline
 In order to indicate to the Seta that the service provider understands the
requirements of the tender, a course outline must be included. Taking
the Fasset agenda proposed into consideration see Section 1: Terms of
Reference (6. Proposed Agenda) the areas to be covered and the timing
of each section must be detailed.
 A draft invitation should be included to indicate to the Seta how the
service provider has conceptualised the course. An example of this
invitation is included in Section 1: Terms of Reference (10. Draft copy of
Invitation) and is available on Fasset’s website under “Previous Events”.
–
Experience in course design and course material
 Providers with experience in course development must indicate their
expertise in this area. The design and development of relevant courses
must be specified and illustrated.
 Should relevant courses have been offered in the past, copies of the
course material – handbook, slide presentation and related articles –
must be included.
–
Demonstrated capacity/ability to manage a project of this size
 In this section the service provider should outline their organisation
structure, how the project team is conceptualised, and provide evidence
to the Seta how the requirements of this tender will be addressed in
terms of the ability and the availability of the proposed team.
 As per the above section, provide an organisation chart clearly
indicating:

The lines of reporting and supervision within the respondent’s
team.
Page 28
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
SECTION A Part 4: Terms of Reference
Outcome/output
–

The lines of reporting between the respondent and the Fasset
Seta and other stakeholders, if applicable.

Identify the position(s) involved in the direct delivery of the
service to be provided and in the overall management of the work
and name the people who will fill these positions.

Describe the tasks, duties or functions to be performed by staff in
these positions.

Indicate the number of hours required to complete each task and
the number of hours to be provided by each team member.

Respondents may present such information in a matrix. The
following is provided merely as guidance. Respondents are free
to elaborate as they see fit.
Activity
Team
member(s)
involved (name
and position)
Person days for
each team
member
Total person
days
Contingency planning
 Describe, in detail, exactly how they propose to carry out the activities to
achieve the outcomes identified in the terms of reference. They should
identify any possible problems that might hinder delivery and indicate
how they will avoid, or overcome problems such as:

Presenter/s unable to present on designated day.

Course material not provided by the deadline date.

Presenters/CVs not approved by Fasset at the dry-run.

Courses cancelled by Fasset

Additional courses scheduled by Fasset in unscheduled venues.

Speaker scores for approved speakers are below the 90%
standard as per the evaluation form.
3. Capability of staff to be used/CV’s
–
Expertise in the content of the subject
 For each team member there must be a complete curriculum vitae
confirming suitability for the position. A format is provided as a guideline
only for the compilation of the CVs.
 Use the CV guideline template and ensure that the role the person is
meant to fill in this project is completed.
–
Expertise in facilitation/training
 For each team member there must be a complete curriculum vitae
confirming suitability for the position. A format is provided as a guideline
only for the compilation of the CVs.
 Use the CV guideline template and ensure that the role the person is
meant to fill in this project is completed.
 Video clips of the speakers are required and will provide the evaluation
committee with a clear indication of the speaker style and ability. The
video clip can be professional (taken with a camcorder, video recorder,
camera) or via amateur devices (such as mobile phones). The video
Page 29
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
SECTION A Part 4: Terms of Reference
clips can be short or long, depending on the resources or recording of
the service provider. The video clips must be saved to a CD / memory
stick and included in the required number of copies of the proposal.
–
CVs of speakers (including backup speakers).
 For each team member there must be a complete curriculum vitae
confirming suitability for the position. A format is provided as a guideline
only for the compilation of the CVs.
 Use the CV guideline template and ensure that the role the person is
meant to fill in this project is completed.
 Provide three contactable references for similar work undertaken in this
area in the past 24 months for both the company and the proposed
speakers. The speaker CV includes space for reference information to
be included however this can be presented separately in two sections for
the company and for speaker.
–
Appropriateness of speakers to the Fasset sector
 ‘New’ and ‘fresh’ quality speaker CVs submitted to the Seta for perusal
will be favourably rated.
 Delegates who are exposed to the same speaker regularly (i.e. more
than 3 times in succession for a specific type of event such as the SDF
event) will benefit from a fresh approach and presentation style and new
speaker CVs will be well-rated.
 Speaker CVs must, importantly, show expertise in the content of the
subject.
 CVs from specialist speakers will be well-rated.
4. Contactable references
–
Include detail of past assignments, testimonials from clients or employers (on
letterheads or on emails) and contact information from 3 clients for the speakers
proposed and for the company proposing. Please indicate if the person and company
are the same.
 Provide three contactable references for similar work undertaken in this
area in the past 24 months for both the company and the proposed
speakers. The speaker CV includes space for reference information to
be included.
 Detail of assignment, testimonials and contact information from 3 clients
for the company proposing.
 Testimonials should be included in this section of the response.
 Such information could include a company profile, a list of engagements.
However sufficient detail must be included – not just a list of clients.
 Please include relevant information only. Tender submissions often
include large qualitative of company promotional material, much of which
is not relevant, or brief.
5. Pricing Schedule
–
Pricing schedule must be submitted as per the MS Excel spreadsheet in the tender pack.
This allows the Seta to confirm the accuracy of addition.
–
Potential service providers are encouraged to submit the most competitive pricing. The
winning price for all Fasset tenders awarded are advertised in the tender section of the
Page 30
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
SECTION A Part 4: Terms of Reference
Fasset website. Potential providers are strongly recommended to review this section in
order to inform the pricing they choose to submit.
–
Should service providers progress to the second phase of tender evaluation i.e. if they
achieve the minimum level for functionality described elsewhere in this document, the
most competitively priced provider will then score the highest marks and will be
recommended for contracting.
6. Proposed Agenda
Workshops are scheduled to run for a full-day from 08:00 until 15:00. The draft agenda is as
follows (this agenda is subject to change):
Time Period
08.00 – 08.30
08.30 – 08.50
08.50 – 10.00
10.00 – 10.20
10.20 – 12.20
12.20 – 13.20
13.20 – 14.55
14.55 – 15.00
Description
Registration and Tea
Fasset Introduction and Welcome
Speaker Part 1
Tea Break
Speaker Part 2
Lunch Break
Speaker Part 3
Closure
Material must fill the full time allocation with relevant and appropriately paced material, and ending
the event early will be unacceptable and disappointing for delegates.
Page 31
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
SECTION A Part 4: Terms of Reference
7.
Draft Training Schedule
Date
3-Feb-2014
4-Feb-2014
5-Feb-2014
6-Feb-2014
7-Feb-2014
10-Feb-2014
11-Feb-2014
12-Feb-2014
13-Feb-2014
14-Feb-2014
17-Feb-2014
18-Feb-2014
19-Feb-2014
20-Feb-2014
21-Feb-2014
24-Feb-2014
25-Feb-2014
26-Feb-2014
27-Feb-2014
28-Feb-2014
3-Mar-2014
4-Mar-2014
5-Mar-2014
6-Mar-2014
Day
Mon
Tue
Wed
Thu
Fri
Mon
Tue
Wed
Thu
Fri
Mon
Tue
Wed
Thu
Fri
Mon
Tue
Wed
Thu
Fri
Mon
Tue
Wed
Thu
Session 1
Session 2
Session 3
Session 4
Durban Central
Durban North
Pietermaritzburg
Queenstown
East London
Port Elizabeth
Bloemfontein
De Aar
George
Cape Town South
Cradock
Cape Town South
Cape Town North
Stellenbosch
Johannesburg East
Pretoria Central
Pretoria West
Midrand
Witbank/eMalahleni
Johannesburg West
Pretoria East
Johannesburg North
Johannesburg South
Johannesburg East
Johannesburg Central
Vaal
Midrand
Nelspruit/Mbombela
Port Elizabeth
Cape Town South
Stellenbosch
Cape Town South
Cape Town North
Stellenbosch
Newcastle
Durban Central
Durban North
Potchefstroom
Pretoria East
Additional Event
Additional Event
Additional Event
Additional Event
Additional Event
Additional Event
Additional Event
Additional Event
Additional Event
Additional Event
Additional Event
Additional Event
Additional Event
Additional Event
Additional Event
Tzaneen
Johannesburg South
Johannesburg West
1.
This draft training schedule is subject to change.
2.
Service providers have the option of proposing either one or two main speakers. Fasset reserves the right to ultimately appoint the maximum number of main trainers.
3.
The training provider must agree to make speakers available on specific days following the last scheduled event. This has been introduced to allow the Seta to easily schedule
additional events without have to wait for the training company to allocate a speaker. The service provider must ensure that the full day is kept open in the event of out-of-town
trips and travel in the afternoons / evenings.
Page 32
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 5: Evaluation Process/Criteria
8. Draft Plan for the Submission of Deliverables
Due dates for deliverables are as follows (these dates are subject to change):
Deliverable
Due (weeks)
Due Date
Proposed Date Contract Completion
10 before event
27 November 2013
Final Invitation Text (email and fax)
9 before event
4 December 2013
Final Project Plan
9 before event
4 December 2013
Final Seminar Content Outline
9 before event
4 December 2013
Draft Handbook
5 before event
11 December 2013
Draft Slide Presentation
5 before event
11 December 2013
Draft 1 Page Article
4 before event
11 December 2013
Draft Assessment Questions and Answers
4 before event
11 December 2013
Fasset Comment to Draft Handbook
4 before event
9 January 2014
Fasset Comment to Draft Slide Presentation
4 before event
9 January 2014
Fasset Comment to 1 Page Article
4 before event
9 January 2014
Fasset Comment to Draft Assessment Q & A
4 before event
9 January 2014
Final Handbook
3 before event
16 January 2014
Final Slide Presentation
3 before event
16 January 2014
Final 1 Page Article
3 before event
16 January 2014
Final Assessment Questions and Answers
3 before event
16 January 2014
1st Event Commences
4 February 2014
9. Duration of the Contract
Fasset would like this assignment to commence no later than 30 November 2013 and to
be completed by 20 April 2014.
Page 33
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 5: Evaluation Process/Criteria
10. Draft Invitation
Date:
[Date]
To:
[Title] [Name] [Initials] [Surname]
Organisation:
[Organisation Name]
Fax Number:
[Fax Number]
Subject:
Office Etiquette – free Fasset workshop
Dear [Title] [Name] [Surname]
Fasset invites members to join us for a full day workshop on Office Etiquette, to be held countrywide in
February 2012. This workshop will address the relevant principles and practices to master Office Etiquette.
New recruits, learners and frontline staff will find this event particularly useful.
Course Outline
The etiquette of business is the set of written and unwritten rules of conduct that makes social interactions run
more smoothly. Office Etiquette in particular applies to co-worker interaction and excludes interactions with
external contacts such as customers and service providers. Fasset’s Office Etiquette workshop aims to create
an awareness and understanding of the basics of Office Etiquette, and to equip delegates with proven practical
skills and tools to foster a pleasant workplace and a more productive environment. The course topics are
shown below.

Introduction to office etiquette and office etiquette defined

Importance of good office etiquette

Employer and employee’s expectations and reputation

The office professional

Identifying and addressing inappropriate behavior in the workplace

Confidentiality in the workplace

Dressing for success (professional attire), identifying dress code and dressing for corporate, business
and business casual

Attending business meetings and functions (meetings, dining, parties and promotional events)

Office layout and etiquette, restroom etiquette

Interpersonal relationship etiquette (regular business interactions, interactions with colleagues,
disabled colleagues, conflict management)

Dealing with difficult people and getting along in the workplace

Communications etiquette (telephone courtesies, email protocol and use of the internet in the
workplace)
Company and Facilitator profile
The Training Edge (Pty) Ltd specialises in providing education, training and development (ETD) solutions
across industries in South Africa.
Lucinda Kok: Cindy’s passion for people development is evident in her strong management and education
background (over 20 years of experience in the sector) focusing on learnership project management,
managing a training team, and many years of facilitation, teaching and training (product, technical, business
and life skills).
Liezel Leonard: Liezel is an ETD Practitioner specialising in facilitation and assessment. She understands the
importance of delivering quality learning interventions, in alignment with industry trends and developments.
Aasifah Omar: Aasifah is a Learning and Development specialist. Her two decades of experience spans
learning and development, counselling and coaching, marketing and sales management, managing and
growing demanding small training and education businesses, public relations, project management and
operations management.
Steve Leonard: Steve is an ETD Practitioner specialising in facilitation and materials development. With over
12 years of experience in the field, Steve has successfully presented a variety of topics for diverse audiences.
Page 34
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 5: Evaluation Process/Criteria
Marion Bell: Marion has 26 years training experience and a passion for assisting interns and young
professionals to assimilate themselves into their work environments in an effort to become effective and
productive citizens.
Leoné Whateley: Leoné has spent almost 20 years in strategic management positions, specializing in
outcomes based training and development. Leoné holds several qualifications in education training and
development practices.
Agenda
The workshop will run from 08h00 to 15h00 and will include Registration (08h00 to 08h30), and a Fasset
Welcome and Briefing (08h30 to 08h50).
Please Note
1.
2.
3.
4.
5.
6.
7.
It is the role of the Skills Development Facilitator (SDF) to distribute this invitation to relevant individuals in
the organisation who may benefit from this training.
Confirmation of registration together with an agenda and a map will be provided per fax or e-mail. If, by
chance, you do not receive confirmation, please contact the Call Centre on 086 101 0001 to confirm that
you are registered. If you register and are unable to attend, or wish to be replaced by a colleague, please
notify the Call Centre at least seven days before the event to enable Fasset to manage numbers and
prevent wastage.
Any venue with less than 20 registrations will be cancelled and delegates notified in writing.
While every effort is made to pre-plan training workshops, delegates are accommodated on a first-comefirst-served basis when registering. Where we are unable to accommodate you at your venue of choice,
you will be contacted to confirm another acceptable venue.
Fasset reserves the right to refuse late-comers or delegates who book after the deadline.
Fasset members who pay the Skills Development Levy and who travel over 300kms (roundtrip) to attend a
training session will be reimbursed at a rate of R3.28 per kilometre. The travel claim procedure and the
requirements for this travel claim are available on our website (Events section).
Should a delegate choose to attend a training session at a venue not in close proximity to their home, and
other adequately located venues have been provided by Fasset, Fasset will not reimburse a travel claim.
Claims will only be paid where the closest venues are fully booked and delegates are requested by the
Fasset Call Centre to move to another venue. This request will be kept on file by Fasset as proof and all
claims will be verified against this.
Please complete and fax back a separate registration form for each delegate to the Call Centre. On-line
registration is also available via the website (www.fasset.org.za – Events section) to facilitate a faster
registration. Registration for the first seminar closes on 30 January 2012, thereafter, 10 working days
before the commencement of each seminar.
Fax: (011) 388-0601
or
(021) 413-0401 or
(031) 571-0201
Telephonic Enquiries: 086 101 0001
Delegate
Organisation Name
Organisation Registration Number (SDL or Other – Compulsory)
Full Name
Designation
Are you a registered SDF?
Have you signed a Learnership Agreement?
Tel
(
 No
 Yes
 No
 Yes – specify
)
Fax
(
)
E-mail
Special dietary requirements
 Not Applicable
 Kosher
 Halaal
 Vegetarian
Details of person to whom you report in your organisation:
Full Name
E-mail
Fax
(
)
Page 35
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 5: Evaluation Process/Criteria
 Yes
Is your company a Fasset member (registered levy payer or non-levy payer)?
If yes, is your company
 Levy paying?
 No
 Non-levy paying?
 Professional Body
 Educational Institution
 Trade Union
 Non-Fasset member & non-levy-payer (SDL exempt)  NGO/CBO
 Non-Fasset member & levy-payer (SDL eligible)
 Government
If No, please specify your constituency
What professional institute are you a member of,
or intending to become a member of?
The following information is required by the Department of Labour for statistical purposes only:
Population Group
 African
Gender
 Male
 White
 Coloured
 Female
Are you a South African (SA) Citizen?
 Yes
 Indian / Asian
Disabled
 Yes
 No
 No
If Yes, please indicate your SA Identification Number
If No, please provide an alternate Identification Number (SA or Other)
Dates and Venues
Fasset is able to extend this event to extra venues, should the demand exist from 20 or more Fasset members.
Inform us of your additional venue within your preferred province or town, by specifying below. Delegates will
be notified of the venue via an additional mailing. Indicate your choice of venue (one only):
Province
Eastern Cape
Free State
Gauteng
KwaZulu-Natal
Date
07-Feb-12
08-Feb-12
09-Feb-12
14-Feb-12
22-Feb-12
Town
Queenstown
East London
Port Elizabeth
Port Elizabeth
Port Elizabeth
24-Feb-12
Cradock
22-Feb-12
07-Feb-12
07-Feb-12
08-Feb-12
08-Feb-12
09-Feb-12
10-Feb-12
14-Feb-12
15-Feb-12
16-Feb-12
16-Feb-12
17-Feb-12
17-Feb-12
21-Feb-12
21-Feb-12
22-Feb-12
Bloemfontein
Pretoria East
Johannesburg Central
Midrand
Johannesburg South
Johannesburg North
Johannesburg West
Johannesburg East
Pretoria Central
Pretoria West
Johannesburg West
Johannesburg North
Pretoria East
Johannesburg South
Johannesburg East
Vaal
23-Feb-12
Midrand
23-Feb-12
Johannesburg Central
28-Feb-12
08-Feb-12
09-Feb-12
10-Feb-12
Pretoria East
Durban Central
Durban North
Pietermaritzburg
28-Feb-12
Newcastle
29-Feb-12
01-Mar-12
Durban Central
Durban Central
Venue
*Roche House
Premier Hotel Regent
The Chapman Manor House
The Chapman Manor House
The Chapman Manor House
Victoria Manor (venue to be
confirmed)
Kopano Nokeng
CSIR
Glenhove Conference Centre
Protea Hotel Midrand
Garden Court O.R Tambo
Focus Rooms
Avianto (venue to be confirmed)
Emperors Palace
Sheraton Hotel
Protea Hotel Waterfront Centurion
Avianto (venue to be confirmed)
Focus Rooms
CSIR
Garden Court O.R Tambo
Emperors Palace
Riveira on Vaal
Protea Hotel Midrand (venue to be
confirmed)
Glenhove Conference Centre (venue
to be confirmed)
CSIR
Riverside Hotel & Spa
Gateway Hotel
Golden Horse Casino Hotel
Southern Sun Blackrock Casino
(venue to be confirmed)
Riverside Hotel & Spa
Riverside Hotel & Spa
Page 36
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 5: Evaluation Process/Criteria
Limpopo
Mpumalanga
Western Cape
Northern Cape
North West
02-Mar-12
21-Feb-12
14-Feb-12
24-Feb-12
10-Feb-12
15-Feb-12
15-Feb-12
Durban North
Tzaneen
Witbank/eMalahleni
Nelspruit/Mbombela
Cape Town South
Cape Town South
Stellenbosch
Gateway Hotel
Tzaneen Conference Centre
Protea Hotel Highveld
Mercure
Premier Hotel Cape Manor
Premier Hotel Cape Manor
Protea Hotel Stellenbosch
Ruslamere Conference Centre (venue
16-Feb-12
Cape Town North
to be confirmed)
16-Feb-12
Stellenbosch
Protea Hotel Stellenbosch
23-Feb-12
Cape Town South
Premier Hotel Cape Manor
24-Feb-12
Stellenbosch
Protea Hotel Stellenbosch
28-Feb-12
Cape Town South
Premier Hotel Cape Manor
Ruslamere Conference Centre (venue
29-Feb-12
Cape Town North
to be confirmed)
29-Feb-12
George
Tramonto
Schreiner House (venue to be
23-Feb-12
De Aar
confirmed)
21-Feb-12
Springbok
Okiep Country Hotel
09-Feb-12
Potchefstroom
Willows Garden Hotel
Other (Please specify preferred town if not included above)
Page 37
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 5: Evaluation Process/Criteria
ALL BIDDERS MUST TAKE NOTE OF THE EVALUATION PROCESS THAT WILL BE
FOLLOWED
1
EVALUATION PROCESS
1.1
COMPLIANCE WITH MINIMUM REQUIREMENTS
1.1.1
All bids duly lodged as specified in the Request for Bid will be examined to
determine compliance with bidding requirements and conditions. Bids with
obvious deviations from the requirements/conditions, will be eliminated from
further consideration.
1.2
DETERMINATION OF SCORE FOR FUNCTIONALITY
1.2.1
The evaluation criteria and weights for functionality as indicated in the table
below, will apply.
CRITERIA
1.
Functionality

Experience of prospective contractor
MAXIMUM TO
BE AWARDED
100
15

Experience in arranging workshops, course
developers and speakers

Ability to deliver training nationally in approximately 27
venues over a period of 4 weeks
10
Technical approach
20

5

Proposed project plan and approach to project
management
5

Proposed course outline
5

Demonstrated capacity/ability to manage a project of
this size
5

Contingency planning
5

Capability of staff to be used/ CV’s
55

Expertise in the content of the subject
10

Expertise in facilitation/training
15

CVs of speakers (incl. backup speakers)
30
Contactable references
10


Detail of assignment, testimonials and contact
information from 3 clients for the speakers proposed
5

Detail of assignment, testimonials and contact
information from 3 clients for the company proposing
5
Page 38
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 5: Evaluation Process/Criteria
MAXIMUM TO
BE AWARDED
FUNCTIONAL CRITERIA
Maximum subtotal for functionality if no presentations
are held
40
Maximum subtotal for functionality before
presentation
12
Presentation
1.2.2

Experience of prospective contractor
15

Technical approach
20

Capability of staff to be used
55
Maximum subtotal for presentation only
28
Maximum total for functionality and presentations
combined
40
The score for functionality should be calculated as follows:
 Each panel member shall award values for each individual criterion on a
score sheet. The value scored for each criterion shall be multiplied with the
specified weighting for the relevant criterion to obtain the marks scored for
the various criteria. These marks should be added to obtain the total score
for functionality.
 The score of each panel member shall be added together and divided by the
number of panel members to establish the average score obtained by each
individual bidder for functionality.
1.3
ELIMINATION OF PROPOSALS ON GROUNDS OF FUNCTIONALITY
1.3.1
Bids that score less than 70% of the marks available for functionality will be
eliminated from further consideration. Marks will therefore not be awarded for
their cost proposals or for preference.
1.4
PRICE AND B–BBEE STATUS LEVEL POINTS
1.4.1
All remaining bids will be evaluated as follows:
1.4.2
80 Marks will be awarded for price and 20 marks will be awarded for the B-BBEE
status level certificate submitted. If no certificate is submitted, zero (0) points will
be awarded. B-BBEE points will be awarded as follows:
B-BBEE Status Level of
Contributor
1
2
3
4
5
Number of Points
20
18
16
12
8
Page 39
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 5: Evaluation Process/Criteria
B-BBEE Status Level of
Contributor
6
7
8
Non-compliant contributor
Number of Points
6
4
2
0
1.4.3
EMEs are deemed to have a B-BBEE status level four (4) contributor, in
instances where EMEs are more that 50% black owned, such enterprise qualify
for promotion to a B-BBEE status level three (3) contributor and points will be
awarded accordingly.
1.5
DETERMINATION OF SCORE FOR PRESENTATIONS
1.5.1
Fasset may decide to have compulsory presentations made either by all bidders
who have obtained at least 70% of the marks for functionality, or by the bidders
ranked first to a maximum of six, but not less than the three highest scoring
bidders, once the price and preference marks have been combined.
1.5.2
Presentations shall only affect the marks awarded for functionality. If the Fasset
wishes to use presentations to discriminate between bidders, the evaluation
criteria to be affected shall be determined in advance and due allowance made
in the mark scheme and indicated in paragraph 1.2 above.
1.5.3
Points determined by the presentation will be awarded to each bidder by each
member of the Bid Evaluation Committee and then an average calculated. Such
score will be added to the original score for functionality.
1.5.4
A bidder will be disqualified if the combined score for functionality fails to meet
the minimum threshold for functionality as per paragraph 1.3.1 above.
1.6
CALCULATION OF POINTS FOR PRICE
1.6.1
If appropriate, implied contract price adjustments will be made to the cost
proposals of all remaining bids.
1.6.2
The lowest acceptable bid/proposal (adjusted or not), will obtain the maximum
score allocated for price, taking into consideration the relative competitiveness of
the proposed price. The other bids/proposals with higher prices (adjusted or not),
will proportionately obtain lower scores.
1.6.3
The price points scored out of 80 shall be calculated according to the following
formula:
 The 80/20 preference point system (up to R1 million budget)
Ps  80(1 
Pt  P min
) where
P min
Ps = points scored for comparative price of the bid/proposal under
consideration
Pt = comparative price of tender under consideration
Pmin= comparative price of lowest acceptable tender
Page 40
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 5: Evaluation Process/Criteria
1.7
COMBINING PRICE AND B-BBEE POINTS
1.7.1
The point scored for the B-BBEE status level certificate for each acceptable bid
will now be added to the price score for that bid.
1.7.2
The Bid Evaluation Committee may recommend that the contract be awarded to
the bidder obtaining the highest aggregate mark as determined by 1.7.1 or to a
lower scoring bid on justifiable grounds.
1.8
ADJUDICATION OF BID
1.8.1
The Bid Adjudication Committee will consider the recommendations and make
the final award. The successful bidder will usually be the service provider scoring
the highest number of points or it may be a lower scoring bid on justifiable
grounds or no award at all.
Page 41
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 6: Contract Form
CONTRACT FORM: RENDERING OF SERVICES
THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE SERVICE PROVIDER (PART 1) AND THE PURCHASER
(PART 2). BOTH FORMS MUST BE SIGNED IN THE ORIGINAL SO THAT THE SERVICE PROVIDER AND THE
PURCHASER WOULD BE IN POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR THEIR RESPECTIVE
RECORDS.
PART 1 (TO BE FILLED IN BY THE SERVICE PROVIDER)
1.
I/we hereby undertake to render services described in the attached bidding documents to Fasset in
accordance with the requirements and task directives/proposals specifications stipulated in Bid
Number ……………………………….. at the price/s quoted. My/our offer/s remain binding upon
me/us and open for acceptance by the Purchaser during the validity period indicated and calculated
from the closing date of the bid.
2.
The following documents shall be deemed to form and be read and construed as part of this
agreement:
2.1
Bidding documents, viz





Invitation to bid
Tax clearance certificate
Pricing schedule(s)
Technical Specification, terms of reference/task directive/proposal
Preference claims for Broad Based Black Economic Empowerment Status Level of Contribution
in terms of the Preferential Procurement Regulations 2011;
Declaration of interest

 Declaration of bidder’s past SCM practices
 Certificate of Independent Bid Determination
 Special Conditions of Contract
2.2
General Conditions of Contract
2.3
Other (specify)
3.
I/we confirm that I/we have satisfied myself as to the correctness and validity of my/our bid; that the
price(s) and rate(s) quoted cover all the services specified in the bidding 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.
4.
I/we accept full responsibility for the proper execution and fulfilment of all obligations and conditions
devolving on me/us under this agreement as the principal liable for the due fulfilment of this contract.
5.
I/we declare that I/we have no participation in any collusive practices with any bidder or any other
person regarding this or any other bid.
6.
I confirm that I am duly authorised to sign this contract.
NAME (PRINT)
CAPACITY
SIGNATURE
NAME OF FIRM
DATE
WITNESSES
1
2
DATE:
Page 42
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section A Part 6: Contract Form
CONTRACT FORM: RENDERING OF SERVICES
PART 2 (TO BE FILLED IN BY THE PURCHASER)
1.
I ……………………………………………………..……………… in my capacity as ................................
accept your bid under reference number ……………………………………………. ...............................
dated ……………………………………. for the rendering of services indicated hereunder and/or
further specified in the annexures.
2.
An official order indicating service delivery instructions is forthcoming.
3.
I undertake to make payment for the services rendered in accordance with the terms and conditions
of the contract within 30 (thirty) days after receipt of an invoice.
DESCRIPTION OF
SERVICE
4.
PRICE (ALL
APPLICABLE TAXES
INCL)
COMPLETION DATE
B-BBEE STATUS
LEVEL OF
CONTRIBUTION
I confirm that I am duly authorised to sign this contract.
SIGNED AT
ON
NAME (PRINT)
SIGNATURE
OFFICIAL STAMP
WITNESSES
1
2
DATE:
Page 43
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
SECTION B
SECTION B
Page 44
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 1: Special Conditions of Bid and Contract
SPECIAL CONDITIONS OF BID AND CONTRACT
SPECIAL CONDITIONS
1
GENERAL
1.1
The bidder must clearly state if a deviation from these special conditions are offered and
the reason therefor. If an explanatory note is provided, the paragraph reference must be
indicated in a supporting appendix to the application submission.
1.2
Should the bidder fail to indicate agreement/ compliance or otherwise, Fasset will
assume that the bidder is in compliance or agreement with the statement(s) as specified
in this bid.
1.3
Bids not completed in this manner may be considered incomplete and rejected.
1.4
Fasset shall not be liable for any expense incurred by the bidder in the preparation and
submission of a bid.
2
CANCELLATION OF PROCUREMENT PROCESS
2.1
This procurement process can be postponed or cancelled at any stage at the sole
discretion of Fasset provided that such cancellation or postponement takes place prior to
entering into a contract with a specific service provider to which the bid relates.
3
BID
SUBMISSION
PROCESS/CRITERIA
3.1
Bid submission conditions and Instructions as well as the evaluation process/criteria
have been noted.
4
NEGOTIATION AND CONTRACTING
4.1
Fasset or its authorised representatives have the right to enter into negotiation with one
or more bidders regarding any terms and conditions, including price(s), of a proposed
contract.
4.2
Under no circumstances will negotiation with any bidders, including preferred bidders,
constitute an award1 or promise/ undertaking to award the contract.
4.3
Fasset shall not be obliged to accept the lowest or any bid, offer or proposal.
4.4
A contract will only be deemed to be concluded when reduced to writing in a formal
contract and Service Level Agreement (if applicable) signed by the designated
responsible person of both parties. The designated responsible person of Fasset is the
CEO.
4.5
Fasset also reserves the right to enter into one contract with a bidder for all required
functions or into more than one contract with different bidders for different functions.
1See
CONDITIONS,
INSTRUCTIONS
AND
EVALUATION
GLOSSARY.
Page 45
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 1: Special Conditions of Bid and Contract
SPECIAL CONDITIONS
5
ACCESS TO INFORMATION
5.1
All bidders will be informed of the status of their bid once the procurement process has
been completed.
5.2
Requests for information regarding the bid process will be dealt with in line with the
Fasset SCM Policy and relevant legislation.
5.3
Deloitte will facilitate such communication on behalf of Fasset.
6
REASONS FOR REJECTION
6.1
The Fasset shall reject a proposal for the award of a contract if the recommended bidder
has committed a proven corrupt or fraudulent act in competing for the particular contract.
6.2
The Fasset may disregard the bid of any bidder if that bidder, or any of its directors:
 Have abused the SCM system of the Fasset.
 Have committed proven fraud or any other improper conduct in relation to such
system.
 Have failed to perform on any previous contract and the proof exists.
Such actions shall be communicated to the National Treasury.
7
GENERAL CONDITIONS OF CONTRACT
7.1
The General Conditions of Contract must be accepted.
8
ADDITIONAL INFORMATION REQUIREMENTS
8.1
During evaluation of the bids, additional information may be requested in writing from
bidders. Replies to such request must be submitted, within 5 (five) working days or as
otherwise indicated. Failure to comply, may lead to your bid being disregarded.
8.2
No additional information will be accepted from any individual bidder without such
information having been requested
9
CONFIDENTIALITY
9.1
The bid and all information in connection therewith shall be held in strict confidence by
bidders and usage of such information shall be limited to the preparation of the bid.
Bidders shall undertake to limit the number of copies of this document.
10
INTELLECTUAL PROPERTY, INVENTIONS AND COPYRIGHT
10.1
Copyright of all documentation relating to this contract belongs to Fasset. No bidder may
disclose any information, documentation or products to other clients without the written
approval of the accounting authority or the delegate.
10.2
This paragraph shall survive termination of this contract.
Page 46
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 1: Special Conditions of Bid and Contract
SPECIAL CONDITIONS
11
NON-COMPLIANCE WITH DELIVERY TERMS
11.1
As soon as it becomes known to the contractor that he/she will not be able to deliver the
services within the delivery period and/or against the quoted price and/or as specified,
the Fasset must be given immediate written notice to this effect. The Fasset reserves
the right to implement remedies as provided for in the GCC.
12
WARRANTS
12.1
The Contractor warrants that it is able to conclude this Agreement to the satisfaction of
the Fasset.
12.2
Although the contractor will be entitled to provide services to persons other than Fasset,
the contractor shall not without the prior written consent of Fasset, be involved in any
manner whatsoever, directly or indirectly, in any business or venture which competes or
conflicts with the obligations of the contractor to provide Services.
13
PARTIES NOT AFFECTED BY WAIVER OR BREACHES
13.1
The waiver (whether express or implied) by any Party of any breach of the terms or
conditions of this contract by the other Party shall not prejudice any remedy of the
waiving party in respect of any continuing or other breach of the terms and conditions
hereof .
13.2
No favour, delay, relaxation or indulgence on the part of any Party in exercising any
power or right conferred on such Party in terms of this contract shall operate as a waiver
of such power or right nor shall any single or partial exercise of any such power or right
under this agreement.
14
RETENTION
14.1
On termination of this agreement, the contractor shall, on demand hand over all
documentation provided as part of the project and all deliverables, etc., without the right
of retention, to the Fasset.
14.2
No agreement to amend or vary a contract or order or the conditions, stipulations or
provisions thereof shall be valid and of any force and effect unless such agreement to
amend or vary is entered into in writing and signed by the contracting parties. Any
waiver of the requirement that the agreement to amend or vary shall be in writing, shall
also be in writing.
15
FORMAT OF BIDS
15.1
Bidders must complete all the necessary bid documents and undertakings required in
this bid document. Bidders are advised that their proposal should be concise, written in
plain English and simply presented.
15.2
Bidders are to set out their proposal in the format prescribed hereunder. This
means that the proposal must be structured in the parts noted below. Relevant
information not submitted in the relevant part, may not be considered for evaluation
Page 47
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 1: Special Conditions of Bid and Contract
SPECIAL CONDITIONS
purposes.
15.3
Part 1: Special conditions of bid and contract
15.3.1
Bidders must complete and return the Special Conditions of Bid and Contract.
Bids submitted without a completed Special Conditions of Bid form may be deemed to be
non-responsive.
15.4
Part 2: SARS Tax Clearance Certificate(s)
15.4.1
An original valid SARS Tax Clearance Certificate must accompany the proposal and
must be valid at the date of closing of the bid. In case of a consortium/ joint venture, or
where sub-contractors are utilised, an original valid SARS Tax Clearance Certificate for
each consortium/ joint venture member and/or sub-contractor (individual) must be
submitted. The certificate requirements page should not be returned as part of the
submission.
15.5
Part 3: Additional Registration Certificates
15.5.1
A valid copy of Business (company) registration certificate must be submitted, if
applicable.
15.5.2
A valid copy of VAT registration certificate (VAT103) must be submitted, if applicable.
15.5.3
Copy of company incorporation certificate(s) must be submitted, if applicable.
15.6
Part 4: Declaration of Interest
15.6.1
Each party to the bid must complete and return the Declaration of Interest. Bids
submitted without a complete and signed Declaration of Interest may be deemed to be
non-responsive.
15.7
Part 5: Declaration of bidder’s past Supply Chain Management practices
15.7.1
Each party to the bid must complete and return “Declaration of bidder’s past Supply
Chain Management practices”. Bids submitted without a completed and signed
Declaration of bidder’s past Supply Chain Management practices may be deemed nonresponsive.
15.8
Part 6: Certificate of Independent Bid Determination
15.8.1
Each party to the bid must complete and sign the Certificate. Bids submitted without a
completed and signed Certificate of Independent Bid Determination may be deemed nonresponsive.
15.9
Part 7: HIV and Aids policy
15.9.1
Bidders must provide a copy of their HIV and Aids policy
15.10
Part 8: Preference Points Claim Form in terms of the Preferential Procurement
Page 48
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 1: Special Conditions of Bid and Contract
SPECIAL CONDITIONS
Regulations 2011
15.10.1
Compliance option 1:
Bidders must provide proof of their B-BBEE status level in the form of a certificate.
Such certificate must be certified and issued by a SANAS accredited B-BBEE verification
agency or IRBA accredited auditor. All certificates issued must be valid at the closing
date of the submission.
15.10.2
Compliance option 2:
Exempted Micro Enterprises must submit a certificate issued by a registered auditor,
Accounting Officer (as contemplated in the Close Corporation Act, Act No 69 of 1984) or
an accredited verification agency providing its status by confirming that the total revenue
of the contracting entity does not exceed R5 million in the case of the generic score card
or that it does not exceed the thresholds as stipulated and approved by the Sector
Codes.
15.10.3
Notes:
Requirements for a valid Auditor or Accounting Officer certificate are that the following
information should be detailed on the face of the certificate:
 The Auditor’s/Accounting Officer’s letter head with full contact details
 The Auditor’s/Accounting Officer’s practice number
 The name and the physical location of the measured entity
 The registration number and, where applicable, the VAT number of the measured
entity
 The date of issue and date of expiry
 The B-BBEE Status Level of Contribution obtained by the measured entity
 The total black shareholding and total black female shareholding.
A trust, consortium or joint venture will qualify for points for their B-BBEE status level as
an unincorporated entity, provided that the entity submits their consolidated B-BBEE
scorecard as if they were a group structure and that such a consolidated B-BBEE
scorecard is prepared for every separate tender.
Non-compliance may result in a bidder scoring zero (0) for this element.(0) for this
element.
15.11
Part 9: Declaration – Local production and content
15.11.1
The service procured through this bid is not relevant to any of the identified sectors as
published by dti. There is no compulsory local production involved in this bid. Please
confirm on the declaration certificate to indicate “not applicable” and sign the relevant
certificate.OR
15.11.2
The service procured through this bid is relevant to some of the identified sectors as
published by dti.
There is compulsory local production involved in this bid.
Complete and sign the Certificate. Bids submitted without a completed and signed
Certificate may be deemed non-responsive.
15.12
Part 10: Invitation to Bid
15.12.1
Bidders must complete, sign and return the full “Invitation to Bid” document.
Page 49
Bids
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 1: Special Conditions of Bid and Contract
SPECIAL CONDITIONS
submitted without a completed and signed Invitation to Bid may be deemed to be nonresponsive.
15.13
Part 11: Technical approach
15.13.1
Bidders must submit a description of the methodology and approach that will be used to
perform the work as set out in the Terms of Reference. This methodology and approach
must demonstrate the bidder’s understanding of the requirement and also of the
environment.
15.13.2
Bidders must, at least cover the under-mentioned in their technical approach and return
as part of their submission:
 Describe, in detail, exactly how they propose to carry out the activities to achieve the
outcomes identified in the terms of reference. They should identify any possible
problems that might hinder delivery and indicate how they will avoid, or overcome
such problems.
 Describe how the work will be managed.
indicating:
Provide an organisation chart clearly

The lines of reporting and supervision within the bidder’s team.

The lines of reporting between the bidder and the Fasset and other stakeholders,
if applicable.
 Identify the position(s) involved in the direct delivery of the service to be provided and
in the overall management of the work and name the people who will fill these
positions.
15.13.3
Provide a project plan of activities. In addition to providing details of the estimated
number of workdays for each activity, bidders are to supply a detailed timetable that
identifies when certain activities will be undertaken and over what period they will be
spread. The timing of activities, the time needed to complete them, and the order in
which they will be undertaken must be explained and justified.
15.13.4
Please note that part 11 should be no longer than 20 single-sided A4 pages in Arial 11
(font size).
15.14
Part 12: Team details
15.14.1
In this part that must be returned as part of the submission, bidders must provide details
of the team named in the previous part.
15.14.2
For each team member there must be:
 A complete curriculum vitae confirming suitability for the position.
provided as a guideline only for the compilation of the CVs.
15.15
A format is
Part 13: Experience in this field
Page 50
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 1: Special Conditions of Bid and Contract
SPECIAL CONDITIONS
15.15.1
Bidders should provide in this part, and return as part the submission, at least the
following information.
 Details of contracts for similar work within the last 5 years.
 Contact details of a maximum of 3 organisations for which work was done.
15.16
Part 14: Samples
15.16.1
Samples of work done are not required at this stage, and will not be welcomed.
OR
Samples of all items offered must be submitted with the bid, even if the item bears the
SABS mark.
15.16.2
All samples must be clearly marked with the bid number, the bidder’s name and address
as well as a unique item number and placed in a container of choice. The container must
be sealed before delivery of the bid. A list of all the items offered and in the container
must also be provided with a clear description of each item.
This list should contain the information as per the example below.
Item No
Corresponding item number
in bid pricing schedule
Full description of item
1
2
3
This list should be bound into the bid document in this Part 18 and a copy should also be
placed in the sealed container with the samples.
Samples of all items offered must be delivered with the bid to the address provided in the
“Invitation to Bid”.
If samples are not provided with the bid, the bid may be regarded as non-responsive and
will not be evaluated.
On opening the bids, all items in the container will be checked against the list and any
discrepancy will be communicated to the bidder for rectification if necessary.
Samples of unsuccessful bids will be returned to bidders after the bids have been
evaluated. Bidders will be informed by e-mail that the samples may be collected and
collection of the samples shall be the responsibility of the bidder at the bidders own
expense.
Samples related to the successful bid will be retained for the full duration of the contract
period.
Samples not collected within 21 days of the date requesting bidders to do so, will be
disposed of.
15.17
Part 15: Pricing Schedule
Page 51
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 1: Special Conditions of Bid and Contract
SPECIAL CONDITIONS
15.17.1
Any budget amount that may be indicated in this document shall be deemed to be a
guide only and bidders are expected to submit a costing that is fair and reasonable.
15.17.2
All costs related to this assignment are to be allowed for in the pricing schedule and in
the formats prescribed and must be returned as part of the submission.
15.17.3
Rates for the first year of the contract must be firm and must be indicated in the formats
prescribed. All normal operating costs and out of pocket expenses such as photocopies,
telephone calls, printing, travel, etc. must be covered in the rates quoted.
15.17.4
A pricing schedule with one of the specified elements (fees and reimbursable costs)
omitted from the costing, may be considered non-responsive.
15.17.5
Fees:
 The budgeted days/hours and applicable rates of all team members as per the pricing
schedule.
15.17.6
Reimbursable costs
 Travel

Only economy class flights and preferably Group A hire cars, otherwise Group B
are to be used.

A rate to be indicated per kilometre for the use of a personal car.
 Accommodation/meals

Only hotels, or other equivalent accommodation, with a rating of up to three stars
are to be booked.

A maximum daily per diem for meals and incidentals of either R120,00 (incl VAT)
per day for lunch and dinner or R150,00 (incl VAT) per day for breakfast, lunch
and dinner will be paid for period in excess of 24 hours and thereafter in cycles of
24 hours away from original location.
Note: Hotel room calls, pay channel utilisation, alcohol consumption are for the
bidder’s own account.
 Communication costs (indicate a maximum allocation or whether proof will be
submitted up to a ceiling amount)




Office supplies
Computer software
Postage, telephones, faxes
Couriers
 Reproduction costs (indicate a maximum allocation or whether proof will be submitted
up to a ceiling amount)
Page 52
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 1: Special Conditions of Bid and Contract
SPECIAL CONDITIONS

Printing/copying costs (estimates of cost per page and number of pages must be
provided, where applicable).
 Costs of workshops

Bidders should allow for all the costs of all the workshops they propose
conducting during the execution of the contract. The costs should include the
following:






Venue hire
Catering
Contractor’s travelling costs
Contractor’s accommodation
Equipment hire
All other incidental costs
Note 1: The cost of travel and accommodation for persons who are not part of the
prospective contractor’s team should not be included. These costs will be borne by the
Client.
Note 2: No handling fee on disbursements will be considered
 VAT: Value Added Tax must be included and shown separately.
16
dti Requirements in terms of the National Industrial Participation Programme
(NIPP)
16.1
In order to ensure effective implementation of the NIPP, the successful bidder will be
required to immediately after the award of this contract in excess of R10 million, submit
details of such contract to the dti for reporting purposes.
17
Logistics for presentations
17.1
The Fasset or its authorised representative reserves the right to invite bidders for
presentations before the award of the bid.
17.2
The presentation meeting will be held on ………………… (date) at ………… (time) at
………………………… (venue) .……………………………………………… (physical
address). Contact person: …………………………… at tel. no: ………………….
OR
17.3
Shortlisted bidders will be given three (3) days advance notice to attend the presentation.
The date as well as the detail for the venue and the agenda for the presentations will be
provided.
17.4
Presentations will be made to the full Bid Evaluation Committee.
17.5
Under no circumstances will a presentation by any bidder constitute and award or
Page 53
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 1: Special Conditions of Bid and Contract
SPECIAL CONDITIONS
promise/undertaking to award the contract.
I/we herewith accept all the above-mentioned special conditions of the bid. If I/we do consider a
deviation therefrom, I have noted those as per the instruction in paragraph 1 (General) above.
Name of applicant:
Signature of
applicant:
Date:
Page 54
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 2: Tax Clearance Certificate
TAX CLEARANCE CERTIFICATE REQUIREMENTS
It is a condition of bid (tender) that the taxes of the successful bidder must be in
order, or that satisfactory arrangements have been made with South African
revenue Services (SARS) to meet the bidder’s tax obligations.
1.
In order to meet this requirement, bidders are required to complete in full the 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 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 ventures / 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 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.
Page 55
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 3: Declaration of Interest
DECLARATION OF INTEREST
1.
Any legal person, including persons employed by the State2, 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 an advertised competitive bid, limited bid or proposal or a written price
quotation,). 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 –
1.1.
The bidder is employed by the State; and/or
1.2.
The bidder is a Management Board member of Fasset and/or
1.3.
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, shareholder,
member, etc3):
2.4.
Registration number of company,
enterprise, close corporation,
partnership agreement or trust
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
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



YES / NO
Name of person/ director/
trustee/ shareholder/ member:
Name of State institution at
which you or the person
connected to the bidder is
employed:
Position occupied in the State
institution:
“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;
(e) Parliament.
3
“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
Page 56
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 3: Declaration of Interest
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?
YES / NO
2.7.2.1.
If yes, did you attach proof of such authority to the bid document?
YES / NO
(Note: Failure to submit proof of such authority, where applicable, may result in the
disqualification of the bid.)
2.7.3.
If no, furnish reasons for non-submission of such proof:
2.8.
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
(12) months?
2.8.1.
If so, furnish the following 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?
2.9.1.
If so, furnish the following 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 the following particulars.
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
YES / NO
YES / NO
YES / NO
Page 57
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 3: Declaration of Interest
2.11.1.
If so, furnish the following particulars.
3.
Full details of directors/ trustees/ members/ shareholders.
Full Name
Identity Number
Personal Income Tax
Reference No
State Employee
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 SHOULD THIS DECLARATION
PROVE TO BE FALSE.
Signature
Position
Date
Name of bidder
Page 58
Bid No:
FAS/LD/SP/OFFICE_ETTIQUETTE/CON553
Fasset Bid Document
Section B Part 4: Declaration Of Bidder's past SCM Practices
DECLARATION OF BIDDER'S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
1
This declaration will be used by institutions to ensure that when goods and services are being procured,
all reasonable steps are taken to combat the abuse of the supply chain management system.
2
The bid of any bidder may be disregarded if that bidder, or any of its directors have:
a.
b.
c.
3
abused the Fasset’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
Question
Yes
3.1
Is the bidder or any of its directors listed on the National Treasury’s
database of Restricted Suppliers as companies or persons prohibited from
doing business with the public sector?
(Companies or persons who are listed on this database were informed
in writing of this restriction by the Accounting Officer/ authority of the
institution that imposed the restriction after the audi alteram partem
rule was applied).
The database of Restricted Suppliers now resides on the National
Treasury’s website (www.reatury.gov.za) and can be accessed by
clicking on its link at the bottom of the homepage.
3.1.1
If so, furnish particulars:
3.2
Is the bidder or any of its directors listed on the Register for Tender
Defaulters in terms of section 29 of the Prevention and Combating of Corrupt
Activities Act (No 12 of 2004)?
No
Yes

No

Yes

No

Yes

No

Yes

No

The Register for Tender Defaulters can be accessed on the National
Treasury’s website, (www.treasury.gov.za) by clicking on its link at the
bottom of the homepage.
3.2.1
If so, furnish particulars:
3.3
Was the bidder or any of its directors convicted by a court of law (including a
court outside of the Republic of South Africa) for fraud or corruption during
the past five years?
3.3.1
If so, furnish particulars:
3.4
Was any contract between the bidder and any organ of state terminated
during the past five years on account of failure to perform on or comply with
the contract?
3.4.1
If so, furnish particulars:
CERTIFICATION
I, THE UNDERSIGNED (FULL NAME) ………………………………………………………………………………………….
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
Page 59
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 5: Certificate of Independent Bid Determination
CERTIFICATE OF INDEPENDENT BID DETERMINATION
I, the undersigned, in submitting the accompanying bid:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
(Bid Number)
in response to the invitation for the bid made by:
FASSET
(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;
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:
 has been requested to submit a bid in response to this bid invitation;
 could potentially submit a bid in response to this bid invitation, based on
their qualifications, abilities or experience; and
 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
consortium4 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:
4
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.
Page 60
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 5: Certificate of Independent Bid Determination
 prices;
 geographical area where product or service will be rendered (market
allocation);
 methods, factors or formulas used to calculate prices;
 the intention or decision to submit or not to submit, a bid;
 the submission of a bid which does not meet the specifications and
conditions of the bid; or
 bidding with the intention not to win the bid.
8.
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.
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
…………………………………
Date
………………………………………………….
Position
…………………………………
Name of Bidder
Page 61
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 6: Preference Points Claim Form ito the Preferential Procurement Regulations 2011
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE
PREFERENTIAL PROCUREMENT REGULATIONS 2011
NB:
BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL
CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF BBBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS,
2011.
1.
GENERAL CONDITIONS
1.1
The following preference point systems are applicable to all bids:
the 80/20 system for requirements with a Rand value of up to R1 000 000 (all
applicable taxes included); and
the 90/10 system for requirements with a Rand value above R1 000 000 (all
applicable taxes included).
-
1.2
The value of this bid is estimated to not exceed R1 000 000 (all applicable taxes included)
and therefore the 80/20 system shall be applicable.
1.3
Preference points for this bid shall be awarded for:
(a)
(b)
1.3.1
Price; and
B-BBEE Status Level of Contribution.
The maximum points for this bid are allocated as follows:
1.3.1.1
1.3.1.2
Price
B-BBEE Status Level of Contribution
Total points for Price and B-BBEE must not exceed
POINTS
80
20
100
1.4
Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE
Verification Certificate from a Verification Agency accredited by the South African
Accreditation System (SANAS) or a Registered Auditor approved by the Independent
Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the
Close Corporation Act (CCA) together with the bid, will be interpreted to mean that
preference points for B-BBEE status level of contribution are not claimed.
1.5.
The purchaser reserves the right to require of a bidder, either before a bid is adjudicated
or at any time subsequently, to substantiate any claim in regard to preferences, in any
manner required by the purchaser.
2.
DEFINITIONS
2..1
“all applicable taxes” includes value-added tax, pay as you earn, income tax,
unemployment insurance fund contributions and skills development levies;
2.2
“B-BBEE” means broad-based black economic empowerment as defined in section 1 of
the Broad-Based Black Economic Empowerment Act;
Page 62
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 6: Preference Points Claim Form ito the Preferential Procurement Regulations 2011
2.3
“B-BBEE status level of contributor” means the B-BBEE status received by a
measured entity based on its overall performance using the relevant scorecard contained
in the Codes of Good Practice on Black Economic Empowerment, issued in terms of
section 9(1) of the Broad-Based Black Economic Empowerment Act;
2.4
“bid” means a written offer in a prescribed or stipulated form in response to an invitation
by an organ of state for the provision of services, works or goods, through price
quotations, advertised competitive bidding processes or proposals;
2.5
“Broad-Based Black Economic Empowerment Act” means the Broad-Based Black
Economic Empowerment Act, 2003 (Act No. 53 of 2003);
2.6
“comparative price” means the price after the factors of a non-firm price and all
unconditional discounts that can be utilized have been taken into consideration;
2.7
“consortium or joint venture” means an association of persons for the purpose of
combining their expertise, property, capital, efforts, skill and knowledge in an activity for
the execution of a contract;
2.8
“contract” means the agreement that results from the acceptance of a bid by an organ of
state;
2.9
“EME” means any enterprise with an annual total revenue of R5 million or less .
2.10
“Firm price” means 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 the law or regulation, is
binding on the 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;
2.11
“functionality” means the measurement according to predetermined norms, as set out in
the bid documents, of a service or commodity that is designed to be practical and useful,
working or operating, taking into account, among other factors, the quality, reliability,
viability and durability of a service and the technical capacity and ability of a bidder;
2.12
“non-firm prices” means all prices other than “firm” prices;
2.13
“person” includes a juristic person;
2.14
“rand value” means the total estimated value of a contract in South African currency,
calculated at the time of bid invitations, and includes all applicable taxes and excise
duties;
2.15
“sub-contract” means the primary contractor’s assigning, leasing, making out work
to, or employing, another person to support such primary contractor in the
execution of part of a project in terms of the contract;
2.16
“total revenue” bears the same meaning assigned to this expression in the Codes of
Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the
Broad-Based Black Economic Empowerment Act and promulgated in the Government
Gazette on 9 February 2007;
2.17
“trust” means the arrangement through which the property of one person is made over or
bequeathed to a trustee to administer such property for the benefit of another person; and
2.18
“trustee” means any person, including the founder of a trust, to whom property is
bequeathed in order for such property to be administered for the benefit of another
person.
Page 63
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 6: Preference Points Claim Form ito the Preferential Procurement Regulations 2011
3.
ADJUDICATION USING A POINT SYSTEM
3.1
The bidder obtaining the highest number of total points will be awarded the contract.
3.2
Preference points shall be calculated after prices have been brought to a comparative
basis taking into account all factors of non-firm prices and all unconditional discounts;.
3.3
Points scored must be rounded off to the nearest 2 decimal places.
3.4
In the event that two or more bids have scored equal total points, the successful bid
must be the one scoring the highest number of preference points for B-BBEE.
3.5
However, when functionality is part of the evaluation process and two or more bids have
scored equal points including equal preference points for B-BBEE, the successful bid
must be the one scoring the highest score for functionality.
3.6
Should two or more bids be equal in all respects, the award shall be decided by the
drawing of lots.
4.
POINTS AWARDED FOR PRICE
4.1
THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20
or
Pt  P min 

Ps  801 

P min 

or
90/10
Pt  P min 

Ps  901 

P min 

Where
5.
5.1
Ps
=
Points scored for comparative price of bid under consideration
Pt
=
Comparative price of bid under consideration
Pmin
=
Comparative price of lowest acceptable bid
Points awarded for B-BBEE Status Level of Contribution
In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations,
preference points must be awarded to a bidder for attaining the B-BBEE status level of
contribution in accordance with the table below:
B-BBEE Status Level of
Contributor
Number of points
(90/10 system)
Number of points
(80/20 system)
1
2
3
4
5
6
7
8
Non-compliant contributor
10
9
8
5
4
3
2
1
0
20
18
16
12
8
6
4
2
0
Page 64
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 6: Preference Points Claim Form ito the Preferential Procurement Regulations 2011
5.2
Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued
by an Accounting Officer as contemplated in the CCA or a Verification Agency accredited
by SANAS or a Registered Auditor. Registered auditors do not need to meet the
prerequisite for IRBA’s approval for the purpose of conducting verification and issuing
EMEs with B-BBEE Status Level Certificates.
5.3
Bidders other than EMEs must submit their original and valid B-BBEE status level
verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued
by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.
5.4
A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a
legal entity, provided that the entity submits their B-BBEE status level certificate.
5.5
A trust, consortium or joint venture will qualify for points for their B-BBEE status level as
an unincorporated entity, provided that the entity submits their consolidated B-BBEE
scorecard as if they were a group structure and that such a consolidated B-BBEE
scorecard is prepared for every separate bid.
5.6
Tertiary institutions and public entities will be required to submit their B-BBEE status level
certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good
Practice.
5.7
A person will not be awarded points for B-BBEE status level if it is indicated in the bid
documents that such a bidder intends sub-contracting more than 25% of the value of the
contract to any other enterprise that does not qualify for at least the points that such a
bidder qualifies for, unless the intended sub-contractor is an EME that has the capability
and ability to execute the sub-contract.
5.8
A person awarded a contract may not sub-contract more than 25% of the value of the
contract to any other enterprise that does not have an equal or higher B-BBEE status level
than the person concerned, unless the contract is sub-contracted to an EME that has the
capability and ability to execute the sub-contract.
6.
BID DECLARATION
6.1
Bidders who claim points in respect of B-BBEE Status Level of Contribution must
complete the following:
7.
B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF
PARAGRAPHS 1.3.1.2 AND 5.1
7.1
B-BBEE Status Level of Contribution:
=
(maximum of 10 or 20 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected
in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by
a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or
an Accounting Officer as contemplated in the CCA).
8
8.1
8.1.1
SUB-CONTRACTING
Will any portion of the contract be sub-contracted?
YES / NO (delete which is not
applicable)
If yes, indicate:
(i) what percentage of the contract will be subcontracted?
............……………….…%
(ii) the name of the sub-contractor?
………………………………………………………………………………………………
(iii) the B-BBEE status level of the sub-contractor?
…………………………………………..
(iv) whether the sub-contractor is an EME?
YES / NO
(delete which is not applicable)
Page 65
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 6: Preference Points Claim Form ito the Preferential Procurement Regulations 2011
9
DECLARATION WITH REGARD TO COMPANY/FIRM
9.1
Name of company/firm
..............................................................................................
9.2
VAT registration number
: .............................................................................................
9.3
Company registration number
…………………………………………………………………
9.4
TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited
[TICK APPLICABLE BOX]
9.5
DESCRIBE PRINCIPAL BUSINESS ACTIVITIES
………………………………………………………………………………………………………..
………………………………………………………………………………………………………..
………………………………………………………………………………………………………..
9.6
COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc.
[TICK APPLICABLE BOX]
9.7
Total
number
of
years
……………………………………
the
company/firm
has
been
in
business?
9.8
I/we, the undersigned, who is / are duly authorised to do so on behalf of the
company/firm, certify that the points claimed, based on the B-BBE status level of
contribution indicated in paragraph 7 of the foregoing certificate, qualifies the
company/ firm for the preference(s) shown and I / we acknowledge that:
(i)
The information furnished is true and correct;
(ii)
The preference points claimed are in accordance with the General
Conditions as indicated in paragraph 1 of this form.
(iii) In the event of a contract being awarded as a result of points claimed as
shown in paragraph 7, the contractor may be required to furnish
documentary proof to the satisfaction of the purchaser that the claims are
correct;
(iv) If the B-BBEE status level of contribution has been claimed or obtained on a
fraudulent basis or any of the conditions of contract have not been fulfilled,
the purchaser may, in addition to any other remedy it may have –
(a) disqualify the person from the bidding process;
Page 66
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 6: Preference Points Claim Form ito the Preferential Procurement Regulations 2011
(b) recover costs, losses or damages it has incurred or suffered as a result of
that person’s conduct;
(c) cancel the contract and claim any damages which it has suffered as a result
of having to make less favourable arrangements due to such cancellation;
(d) restrict the bidder or contractor, its shareholders and directors, or only the
shareholders and directors who acted on a fraudulent basis, from obtaining
business from any organ of state for a period not exceeding 10 years, after
the audi alteram partem (hear the other side) rule has been applied; and
forward the matter for criminal prosecution
WITNESSES:
1. ………………………………..
2. …………………………………
_____________________________
SIGNATURE OF BIDDER (S)
DATE:………………………………..
ADDRESS:…………………………………..
……………………………………….……….
…………………………………………………
Page 67
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 7: Invitation to Bid
INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENT OF THE
FASSET
BID NUMBER
CLOSING DATE
CLOSING TIME
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
DESCRIPTION
The appointment of a training provider to provide national seminars to Fasset delegates on Office
Etiquette during February 2014.
VALIDITY
Offer to be valid for 60 days from the closing date of the bid.
18 October 2013
11h00
The successful bidder will be required to fill in and sign a written Contract Form
BID DOCUMENTS MAY BE:
DEPOSITED IN THE BID/TENDER BOX SITUATED AT
(Street address)
Fasset, Building 3, Ground Floor, 299 Pendoring Road,
Blackheath, Randburg
OR
* POSTED TO:
The Senior Skills Planning Officer, Fasset, P O Box 6801,
Cresta, 2118, Gauteng.
OR
HANDED IN AT RECEPTION SITUATED AT
(Street address)
Fasset, Building 3, Ground Floor, 299 Pendoring Road,
Blackheath, Randburg, prior to the official closure time and
the bidder must obtain a receipt, indicating the time of
delivery, from the receptionist.
No faxed or e-mailed bids will be accepted
Bidders should ensure that bids are delivered to Fasset before the closing date and time to the correct physical
address.
If the bid is late, it will not be accepted for consideration.
* Refer to Paragraph 4 of the “Bid Submission Conditions of Bid and Instructions”.
 Bids can be delivered and deposited into the bid/tender box between 08h00 and 16h30, Mondays to
Thursdays and 08h00 to 16h00 on Fridays, prior to the closing date and between 08h00 and 11h00 on the
closing date.
 All bids must be submitted on the official forms (not to be re-typed).
 This bid is subject to the Preferential Procurement Policy Framework Act and the Preferential Procurement
Regulations, 2011, the General Conditions of Contract (GCC) and, if applicable, any other Special
Conditions of Contract
 Bids submitted that do not comply with the following may not be considered for evaluation:
1.1
1.2
1.3
1.4
A bid that is not in the format prescribed.
A bid without some or all of the required documents.
Pricing schedules not in the required format.
Bids without the required number of copies.
 Any queries regarding bidding procedures and technical information may be directed to:
Name:
e-Mail
Amos Nokoane
amos.nokoane@fasset.org.za
Page 68
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 7: Invitation to Bid
All bidders must furnish the following particulars and include it in their submission
(Failure to do so may result in your bid being disqualified)
Name of bidder:
VAT registration number
Valid, original Tax Clearance
Certificate submitted
YES / NO
Postal address:
Street address:
Telephone number:
Code
Number
Code
Number
Cellular number:
Facsimile number:
e-Mail address:
Has a B-BBEE status level verification certificate been
submitted
YES / NO
If yes, who was the certificate issued by?
An Accounting Officer as contemplated in the close
Corporation Act (CCA)
A Verification Agency accredited by the South African
accreditation system (SANAS) or
A registered Auditor
(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO
QUALIFY OF PREFERENCE POINTS FOR B-BBEE)
In case of a consortium/joint venture, full details on consortium/joint venture members:
Entity name
VAT registration
number
Tax Clearance
Certificate submitted
YES / NO
Entity name
VAT registration
number
Tax Clearance
Certificate submitted
YES / NO
Entity name
VAT registration
number
Tax Clearance
Certificate submitted
YES / NO
Name of contracting entity in case of a consortium/joint venture
Entity name:
Postal address:
Street address:
Page 69
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 7: Invitation to Bid
Contact details of responsible person who will act on behalf of the entity/consortium/joint venture for
this bid
Name and Surname
Telephone number:
Code
Number
Code
Number
Cellular number:
Facsimile number:
e-Mail address:
Contact details of alternative responsible person who will act on behalf of the person above should
he/she not be available
Name and Surname
Telephone number:
Code
Number
Code
Number
Cellular number:
Facsimile number:
e-Mail address:
Domicilium
Fasset chooses the following as its domicilium citandi et executandi for all purposes of and in connection with the final
contract:
Fasset, Block A, Building 3, Ground Floor, 299 Pendoring Road, Blackheath, Randburg
The bidder must indicate its domicilium citandi et executandi for all purposes of and in connection with the final
contract.
Page 70
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 7: Invitation to Bid
Confirmation
Are you the accredited representative in South Africa for the services offered by you:
YES / NO
Declaration
I/We have examined the information provided in your bid documents and offer to undertake the work prescribed in
accordance with the requirements as set out in the bid document. The prices quoted in this bid are valid for the stipulated
period. I/We confirm the availability of the proposed team members. We confirm that this bid will remain binding upon us
and may be accepted by you at any time before the expiry date.
Signature of bidder:
Date:
Are you duly authorised to commit the bidder:
YES / NO
Capacity under which this bid is
signed
TOTAL BID PRICE (INCLUSIVE
OF VAT)
Page 71
Bid No:
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
Fasset Bid Document
Section B Part 8: Curriculum Vitae Template
CV TEMPLATE GUIDELINE
Proposed role in the project:
Availability:
1.
Family name
2.
First name:
3.
Date of birth:
4.
Nationality
5.
Education
Institution
(Date from - Date to)
6.
Membership of
professional bodies
7.
Other skills (e.g.
computer literacy, etc.)
8.
Present position:
9.
Years within the
organisation:
10.
Key qualifications
(relevant to the project)
11.
Professional experience
Degree(s) or Diploma(s) obtained
Date
(From – To) (mm/yy)
Organisation
Location
Position
Description of duties
Date
(From – To) (mm/yy)
Organisation
Location
Position
Description of duties
12.
13.
Other relevant information
(e.g. Publications)
References
Page 72
FAS/LD/SP/OFFICE_ETIQUETTE/CON553
PRICING SCHEDULE
(Professional Services)
NAME OF BIDDER:
OFFER TO BE VALID FOR 60 DAYS FROM THE CLOSING DATE OF BID
BID DESCRIPTION:
The appointment of a training provider to provide national seminars to Fasset delegates on Office Etiquette during February 2014.
PAR NO
DESCRIPTION
BID PRICE IN RSA CURRENCY
1
The accompanying information must be used for the formulation of proposals.
2
Bidders are required to indicate a ceiling price based on the total estimated time/fees for completion of
all phases and including all expenses for the project.
Amount excluding VAT
R
VAT @ 14%
R
Total including VAT
R
3
PHASES ACCORDING TO WHICH THE PROJECT WILL BE COMPLETED, COST PER PHASE, PERSONS WHO WILL BE INVOLVED IN THE PHASE, RATES APPLICABLE
AND PERSON-DAYS TO BE SPENT (A BREAKDOWN MUST BE GIVEN FOR EACH PHASE).
3.1
Phase 1: Description
3.1.1
Person and position
3.2
Phase 2: Description
Course material development and update as per ToR (draft and final slide presentation, draft and final handbook, draft and
final assessment questions and answers, draft and final 1 page article)
Daily rate excluding VAT
R
R
R
R
R
R
R
R
R
R
R
R
Presentation of course as per ToR
Person-days to be spent
Cost/person/phase
excluding VAT
Hourly rate excluding VAT
Amount for phase
excluding VAT
R
VAT @ 14%
R
Total per phase including
VAT
R
74
3.2.1
Venues / seminars to be offered
#
Date
3.2.1.1
3.2.1.2
3.2.1.3
3.2.1.4
3.2.1.5
3.2.1.6
3.2.1.7
3.2.1.8
3.2.1.9
3.2.1.10
3.2.1.11
3.2.1.12
3.2.1.13
3.2.1.14
3.2.1.15
3.2.1.16
3.2.1.17
3.2.1.18
3.2.1.19
3.2.1.20
3.2.1.21
3.2.1.22
3.2.1.23
3.2.1.24
3.2.1.25
3.2.1.26
3.2.1.27
04-Feb-14
05-Feb-14
06-Feb-14
04-Feb-14
05-Feb-14
06-Feb-14
04-Feb-14
05-Feb-14
07-Feb-14
04-Feb-14
05-Feb-14
11-Feb-14
12-Feb-14
13-Feb-14
11-Feb-14
12-Feb-14
13-Feb-14
14-Feb-14
11-Feb-14
12-Feb-14
13-Feb-14
11-Feb-14
13-Feb-14
18-Feb-14
19-Feb-14
20-Feb-14
18-Feb-14
Session
Province
City/Town
Cost per seminar
Route 1, Week 1
Route 1, Week 1
Route 1, Week 1
Route 2, Week 1
Route 2, Week 1
Route 2, Week 1
Route 3, Week 1
Route 3, Week 1
Route 3, Week 1
Route 4, Week 1
Route 4, Week 1
Route 1, Week 2
Route 1, Week 2
Route 1, Week 2
Route 2, Week 2
Route 2, Week 2
Route 2, Week 2
Route 2, Week 2
Route 3, Week 2
Route 3, Week 2
Route 3, Week 2
Route 4, Week 2
Route 4, Week 2
Route 1, Week 3
Route 1, Week 3
Route 1, Week 3
Route 2, Week 3
KwaZulu-Natal
KwaZulu-Natal
KwaZulu-Natal
Eastern Cape
Eastern Cape
Eastern Cape
Free State
Northern Cape
Eastern Cape
Western Cape
Western Cape
Western Cape
Western Cape
Western Cape
Gauteng
Gauteng
Gauteng
Gauteng
Mpumalanga
Gauteng
Gauteng
Gauteng
Limpopo
Gauteng
Gauteng
Gauteng
Gauteng
Durban Central
Durban North
Pietermaritzburg
Queenstown
East London
Port Elizabeth
Bloemfontein
De Aar
Cradock
George
Cape Town South
Cape Town South
Cape Town North
Stellenbosch
Johannesburg East
Pretoria Central
Pretoria West
Midrand
Witbank/eMalahleni
Johannesburg West
Pretoria East
Johannesburg North
Tzaneen
Johannesburg South
Johannesburg East
Johannesburg Central
Vaal
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
Total fee per Location (Venue)
excluding VAT
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
75
#
Date
3.2.1.28
3.2.1.29
3.2.1.30
3.2.1.31
3.2.1.32
3.2.1.33
3.2.1.34
3.2.1.35
3.2.1.36
3.2.1.37
3.2.1.38
3.2.1.39
3.2.1.40
3.2.1.41
3.2.1.42
19-Feb-14
20-Feb-14
18-Feb-14
19-Feb-14
20-Feb-14
19-Feb-14
20-Feb-14
25-Feb-14
26-Feb-14
27-Feb-14
25-Feb-14
26-Feb-14
27-Feb-14
25-Feb-14
27-Feb-14
3.2.1.43
December 2013
Session
Province
City/Town
Cost per seminar
Route 2, Week 3
Route 2, Week 3
Route 3, Week 3
Route 3, Week 3
Route 3, Week 3
Route 4, Week 3
Route 4, Week 3
Route 1, Week 4
Route 1, Week 4
Route 1, Week 4
Route 2, Week 4
Route 2, Week 4
Route 2, Week 4
Route 3, Week 4
Route 3, Week 4
Gauteng
Mpumalanga
Eastern Cape
Western Cape
Western Cape
Gauteng
Gauteng
Western Cape
Western Cape
Western Cape
KwaZulu-Natal
KwaZulu-Natal
KwaZulu-Natal
North West
Gauteng
Dry run’ per speaker at Fasset offices in
Blackheath, Jhb
Midrand
Nelspruit/Mbombela
Port Elizabeth
Cape Town South
Stellenbosch
Johannesburg South
Johannesburg West
Cape Town South
Cape Town North
Stellenbosch
Newcastle
Durban Central
Durban North
Potchefstroom
Pretoria East
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
Total fee per Location (Venue)
excluding VAT
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
Dry run
R
R
Dry run
Please confirm that the same rates as above will apply should more sessions in the same location/venue be required:
4
5
6
7
8
Amount for phase excluding VAT
R
VAT @ 14%
R
Total per phase including VAT
R
Yes / No
Period required for commencement with project after acceptance of bid.
Estimated person-days for completion of the project.
Are the rates quoted firm for the full period of the contract?
If not firm for the full period, provide details of the basis on which adjustments will be applied for, for example consumer price index.
Please indicate the province in which the training provider (all proposed
Speaker 1: Name and province
speakers) resides
Speaker 2: Name and province
76
Speaker 3: Name and province
Speaker 4: Name and province
Speaker 5: Name and province
Speaker 6: Name and province
Download