BID NO.14/FY/18- VARIOUS COMPLIANCE TRAININGS FOR THE EASTERN CAPE PARKS AND TOURISM AGENCY ON AN “AS AND WHEN” REQUIRED BASIS FOR A PERIOD OF TWO (2) YEARS.

Bids are hereby invited from Accredited Training Service Providers for training as listed in the Terms Of Reference for EASTERN CAPE PARKS AND TOURISM AGENCY for a period of Two (2) years
Bids are hereby invited to all interested and suitable service providers to submit proposals to the Eastern Cape Parks & Tourism Agency (ECPTA) for consideration. ECPTA intends to engage a reputable service provider to provide services pertaining to various trainings as listed in the Terms Of Reference for EASTERN CAPE PARKS AND TOURISM AGENCY for a period of Two (2) years

Bid documents will be made available on Friday 17 November 2017 upon payment of a non-refundable fee of R100.00. These documents can be obtained from the offices of the Eastern Cape Parks & Tourism Agency, No. 17-25 Oxford Street, East London or can be e-mailed to applicants upon request. Payment can be made in cash, on collection of the bid documents or by electronic transfer to the following account: “Eastern Cape Parks & Tourism Agency, First National Bank, Branch Number – 211 021, Account Number – 6269 2245 949.” Bidders who pay by electronic transfer must use the bid number as a reference number and email proof of payment to Nathan.Leeuw@ecpta.co.za or Thandiswa.Gadu@ecpta.co.za  prior to the collection of the bid documents. Bidders may attend a Non- Compulsory briefing on the 24th of November 2017, 11h00 am at the following address: No. 17-25 Oxford Street, East London (ECPTA head office).

Completed bid documents accompanied by all necessary documents are to be placed in a sealed envelope with the bid name and number (as given above) clearly written in an envelope. All bids must be deposited in the Tender Box, at the offices of the Eastern Cape Parks and Tourism Agency at No. 17-25 Oxford Street, East London by no later than 11h00 am on 08 December 2017, at which time the bids will be opened in public. Late bids will not be considered.
For all enquiries regarding the bid document please contact Mr. Nathan Leeuw at 043 705 4400, e-mail: Nathan.Leeuw@ecpta.co.za or Contact Ms. Thandiswa Gadu for technical enquires at 043 705 4400 during working normal hours, email: Thandiswa.Gadu@ecpta.co.za

Description of training: scope of work is detailed in Annexures per each training. Candidates consists of the following No of candidates Duration of training
NATIONAL CERTIFICATE: ACCOMODATION SERVICES(US ID: 14110 – NQF 4 – 120 CREDITS)  Yes program candidates 30 1 Year
NATIONAL CERTIFICATE: TOURISM GUIDING(US ID: 71549 – NQF 4 – 120 CREDITS) Yes program candidates 35 1 Year
NATIONAL CERTIFICATE: NATURE CONSERVATION RESOURCE GUARDIANSHIP(US ID:63109 – NQF 4 – 120 CREDITS) Yes program candidates 65 1 Year

 

 

 

POINTS WILL BE AWARDED IN ACCORDANCE WITH THE PREFERENTIAL PROCUREMENT POLICY FRAME WORK ACT (PPPFA) of 2000 AND ITS REGULATIONS AS FOLLOWS:
A Three (3) Stage evaluation process will be employed. In Stage 1, all bids received will have to pass a pre-qualification. Only service providers who meet the criteria in Stage 1 will proceed to Stage 2 where bids will be evaluated on Functionality. Bidders who meet the minimum criteria for Functionality will be assessed in Stage 3 for Price and BBBEE Status Level in accordance with the Preferential Procurement Regulations of 2017.

 

STAGE 1: PRE-QUALIFICATION
Bidders must comply with the following competencies for each training provided failure to comply with any of these competencies will result in immediately rejection of the bid.
– Provide proof of Company/ institution’s accreditation to the relevant SETA must be NQF aligned.
 

NB: Failure to provide proof the above information will result in the immediate disqualification of the bidder

STAGE 2
Functionality will be assessed against the criteria and weightings specified in Table 1 below. Each criterion will be scored on relevant information submitted by the bidder. The allocated score will then be added together and bidder should acquire a minimum of 70% to proceed to the next Stage.
NB: In cases where bidders have tendered for more than one training, bidders must submit a separate functionality documentation for each training tendered for.

CRITERIA FOR FUNCTIONALITY POINTS
COMPANY EXPERIENCE 30
METHODOLOGY 40
COMPETENCY REQUIRED 30
Total 100

 

 

STAGE 3: PRICE and B-BBBEE

Criteria Points Available
Bid Price 80
B-BBEE Contribution Level 20
Total 100

 

 

BIDDERS SHALL TAKE NOTE OF THE FOLLOWING BID CONDITIONS:

In addition to the conditions stipulated in other sections of the bid documents, potential bidders should be especially aware of the following terms and conditions:

• The ECPTA’s supply chain management policy will apply.
• The ECPTA does not bind itself to accept the lowest bid or any other bid and reserves the right to accept the whole or part of the bid.
• Bidders must be registered with the Treasury Central Supplier Database (CSD)
• The award of this bid may be subjected to price negotiation with the preferred bidder(s)

• Bids which are late, incomplete, unsigned, or submitted by facsimile or electronically will not be accepted.
• ECPTA will not be held responsible for any costs incurred by the service provider in the preparation and submission of the bid.
• Only bidders that have met the bid pre-qualification detailed in Stage 1 of this document will be considered during the next Stage
• The ECPTA Bid Adjudication Committee and the Supply Chain Management Unit may, before a bid is adjudicated or at any time during the bidding process, oblige a bidder to substantiate any claims it may have made in its bid documents.
• Bids submitted are to hold good for a period of 120 days.
• The successful bidder will be required to enter into a Service Level Agreement with ECPTA.
• ECPTA reserves the right to terminate the contract if not satisfied with the work produced by the service provider.
• The following documents must be submitted with the tender document:
 A copy of your CSD Report
• Service providers who are not registered with the National Treasury Central Database of Suppliers must visit www.csd@treasury.gov.za to register their companies, after the completion of the registration report, a summary report must be included to their bid documents
 Company Profile
 Copy of SARS tax clearance certificate
 Certified Copy or an original B-BBEE Certificate OR a Sworn Affidavit
 Companies who bid as a joint venture must submit a consolidated B-BBEE Verification Certificate only for this bid.
 Companies that bid as joint venture must submit an official signed business agreement by both parties. If the service provider does not meet this requirement it will be automatically disqualified;
• In order to meet the requirements of the Eastern Cape Framework for Local Economic Development though Procurement Initiatives, preference will be given to contractors who reside within the immediate geographical locality of the reserve. In this regards the following hierarchy will be followed in order to effectively stimulate the local economy:
o Contractors within Ward Level
o Contractors within Local Municipality Level
o Contractors within District Municipality Level
o Contractors within Provincial Level

Enquiries regarding issue of bid documents may be directed by e-mail to Mr. Nathan Leeuw at Nathan.Leeuw@ecpta.co.za. Technical enquiries may be directed to Ms Thandiswa Gadu at Thandiswa.Gadu@ecpta.co.za
_____________________________________________________________________________
ECPTA has a zero tolerance on any acts of fraud and corruption. Please report any suspected acts of fraud and corruption to any of the contact details listed below:
Hotline Number: Toll free number – 0800 872 209; Freepost: KZN 138 Umhlanga Rocks | 4320; Free Fax: 0800 00 77 88; Tip-offs Website: www.tip-offs.com
____________________________________________________________________________________