BID NO.20/FY/19- THE APPONTIMENT OF A SERVICE PROVIDER TO REDESIGN AND DEVELOP A NEW WEBSITE FOR THE EASTERN CAPE PARKS & TOURISM AGENCY

TENDER NOTICE

BID NO.20/FY/19

Bids are hereby invited for THE APPOINTMENT OF A SERVICE PROVIDER TO REDESIGN AND DEVELOP A NEW WEBSITE FOR THE EASTERN CAPE PARKS & TOURISM AGENCY

 

The Eastern Cape Parks and Tourism Agency (ECPTA), established and mandated in terms of the Eastern Cape Parks and Tourism Agency Act (2 of 2010), is responsible for the management of certain protected areas in the Eastern Cape. In order to achieve its management objectives, the Agency requires the services of an experienced service provider for THE APPOINTMENT OF A SERVICE PROVIDER TO REDESIGN AND DEVELOP A NEW WEBSITE FOR THE EASTERN CAPE PARKS & TOURISM AGENCY

 

 

Bid documents outlining detailed specifications will be made available from Friday 26th October 2018 upon payment of a Non-refundable fee of R100.00. The documents can be obtained from the offices of Eastern Cape Parks and Tourism Agency, situated at No. 17-25 Oxford Street, East London, or can be e-mailed to applicants upon request and receipt of payment. Payment can be made in cash on collection of the bid documents or by electronic transfer to the following account: “Eastern Cape Parks and 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 i.e. TENDER NO. 20/FY/19 and fax proof of payment to 086 609 6164 prior to the collection of the bid documents.

 

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(Corner of Fleet street & Oxford Street), by not later than 11h00 on Friday, 16 November2018, at which time the bids will be opened in public.

 

For all enquiries regarding the bid document please contact Mr Nathan Leeuw at 043 492 0693, e-mail: Nathan.Leeuw@ecpta.co.za or Contact Mr Siyabonga Malotana for technical enquires at 043 705 4400 during working normal hours, email Siyabonga.Malotana@ecpta.co.za

 

POINTS WILL BE AWARDED IN ACCORDANCE WITH THE PREFERENTIAL PROCUREMENT POLICY FRAME WORK ACT (PPPFA) of 2000

 

EVALUATION CRITERIA

A Four (4) stage evaluation process will be employed. In Stage 1 all bids received will be evaluated for Pre-qualification. Only service providers who meet all the criteria for Pre-qualification will proceed to Functionality (Stage 2). The Top 3 Bidders who obtain 75 points and above on functionality will proceed to Stage 3 (Presentations). Bidders that score 70% for the presentations will be proceed to Stage 4 of the evaluation process.

 

STAGE 1: PRE- QUALIFICATION

Bidder must provide proof of the following:

  • Provide CV’s of key personnel that will be working on the ECPTA account:

 

    • Creative Director ( with a minimum of five years’ relevant experience)
    • Senior Copywriter ( with a minimum of five years’ relevant experience)
    • Web Developer with a Bachelor’s Degree or higher and a Microsoft Certified Web Development Qualification (with a minimum of five years’ relevant experience) NB: Bidders must submit CV, copies of academic qualifications and a copy of certification.
  • Account Manager ( with a minimum of five years’ relevant experience)
  • NB: Failure to submit any of the above requirements will result to disqualification of the bid.

 

 

  • STAGE 2: FUNCTIONALITY CRITERIA
Evaluation Criteria Points
Experience  Projects above R250k – 30 pointsProvide website addresses and reference letters for each website developed previously. Only web links developed that have a project award value that is above R250 000 will be considered:

·         2 X Website addresses (30 points)

·         1 X Website addresses (15 points)

 

Projects below R250k – 20 points

Provide website addresses and reference letters for each website developed previously. Only web links developed that have a project award value that is below R250 000 will be considered:

·         6-8 X Website addresses (20 points)

·         3-5 X Website addresses (15 points)

·         1-2 X Website addresses (10 points)

·         0 X Website addresses (0 points)

 

Proof of above the projects completed must be in the form of Reference Letters, Letters of award, Service Level Agreements or invoices. Proof must have company name, contact person and details. NB: Failure to provide proof of the above will result in no points being scored.

 

50
Project Management Submit a detailed Methodology for the project highlighting:·         Detailed Implementation Plan with timelines and key milestones (30 points)

·         Project Management Tools (20 points)

 

NB: Bidders are to submit a detailed proposal clearly highlighting the above. Please note that the project delivery date is 3 months from date of appointment. This must be reflected in the project plan.

 

50
TOTAL 100

 

NB: The Top 3 Bidders who obtain 75 points and above on functionality will proceed to Stage 3 (Presentations).

STAGE 3 – Presentation

Only Bidders who obtain 70 points and above out of 100 points for the presentation will proceed to Stage 4 of the evaluation process.

NB: Only shortlisted service providers will be sent the detailed presentation criteria.

 

STAGE 4 – PRICE and B-BBBEE

 

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

 

 

NB: Certified copy or original B-BBEE Status Level Verification Certificate must be submitted to substantiate B-BBEE Status claimed. When such certificate is provided as proof the company will automatically score zero

 

 

 

BIDDERS SHALL TAKE NOTE OF THE FOLLOWING BID CONDITIONS:

 

  • The Eastern Cape Parks & Tourism Agency Supply Chain Management Policy will apply;
  • Bidders must be registered with the National Treasury Central Supplier Database (Copy of valid CSD report to be attached)
  • Bidders must complete the set of bidding documents provided by ECPTA. Failure to complete the documents will result in immediate rejection of the proposal
  • The ECPTA does not bind itself to accept the lowest priced bid or any other Bid and reserves the right to accept the whole or part of the Bid
  • BID’s submitted are to hold good for a period of 120 days
  • BID’s which are late, incomplete, unsigned or submitted by facsimile or electronically, will not be accepted;
  • ECPTA reserves the right to terminate the contract if not satisfied with the work produced by the service provider. Only bidders that have met the requirements of the proposal / specification shall be considered during the adjudication process;
  • The ECPTA Bid 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;
  • A service level agreement (SLA) shall be signed with the successful service provider.
  • ECPTA will not be held responsible for any cost incurred by the service provider in the preparation and submission of the Bid. Identity document of the owners of the company and credentials of the company and team to be involved in the project are to be included with the bid as they will be subject to vetting.
  • Companies that bid as joint venture must have a 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 may be followed in order to effectively stimulate the local economy:

  • Service Providers within Ward Level
  • Service Providers within Local Municipality Level
  • Service Providers within District Municipality Level
  • Service Providers within Provincial Level
  • Service Providers within National Level