MINI BID NUMBER: 63/22/23 – THE APPOINTMENT OF A SUITABLE SERVICE PROVIDER TO CONDUCT RESOURCE EFFICIENCY CAPACITY BUILDING PROGRAM FOR 20 x TOURISM BUSINESSES IN THE EASTERN CAPE PROVINCE

 

  1. EVALUATION CRITERIA

BIDS WILL BE EVALUATED IN ACCORDANCE WITH THE PREFERENTIAL

PROCUREMENT POLICY FRAMEWORK ACT (PPPFA) of 2000 AND ITS REGULATIONS OF PPR 2022 AS FOLLOWS:

A Three (3) Stage evaluation process will be employed. In Stage one, all bids received will be evaluated for compliance with bid requirements. Only service providers who meet the all the criteria for compliance with bid requirements will proceed to stage 2 where bids will be assessed for Functionality. Bidders who obtain a minimum score of 70 points and above on functionality will be assessed on Stage 3 for Price and Specific goals in accordance with the Preferential Procurement Regulations of 2022 utilizing 80/20 preference point system.

  1. STAGE 1: COMPLIANCE WITH BID REQUIREMENTS

Bidders must comply with the set of compliance requirements listed below. The compliance requirements stated below are project specific and disparate from the pre-qualification requirements enshrined in the Preferential Procurement Policy Regulations of 2022.

  • Provide CV’s and certificates of two (2) or more Facilitators.
  • Bidders must provide proof of accreditation of proposed facilitator by SETA or any Higher education and training institution.

Failure to submit the above required information will invalidate the bid. The bidder will be eliminated from further evaluation.

  1. STAGE 2: FUNTIONALITY

Functionality will be assessed against the criteria and weightings specified in the 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 points out of 100 to proceed to the next stage (PRICE AND SPECIFIC GOALS).

CRITERIA POINTS
COMPANY EXPERIENCE 

Bidders must provide proof of experience for similar trainings conducted previously. Proof of experience must be submitted in ANY of the following documents and must be on the letterhead of client/s previously serviced to include the period of assignment and type of training provided:

a)         Appointment letters,

b)         Reference letters

c)         Copies of contracts or SLA

d)         Copies of purchase orders

        Scoring Matrix

·           2 Completed trainings or more = 30 points

·           1 Completed training = 20 points

·           0 trainings = zero points

NB: Failure to submit proof of experience in the prescribed manner will lead to zero points allocation. No partial points will be awarded for partial information submitted.

 

30

METHODOLOGY:

(a)   Provide a detailed training methodology to conduct the Training and             assessment of candidates as follows: – (30 points)

·           Provide a detailed Course Content / Outline (10 points)

·           Provide a detailed training method as per Course Content (10 points)

(b) Provide a detailed training programme (5 points)

(c)  Assessment / Moderation Method (5)

REMEDIAL SUPPORT:

(a) Post Training support – Detailed remedial plan for the candidates that have not yet been declared competent (10).

NB: Please provide detailed plan reflecting equipment and post training support interventions

40

 

 

 

 

COMPETENCY REQUIRED:

a) Facilitator Experience (20 points)

Bidders must submit detailed CV of the proposed Facilitator demonstrating experience in similar projects.

Scoring Matrix for Experience

·         4 years’ experience or more (20 points)

·         2 – 3 years’ experience (15 points)

·         1–2 years’ experience (10 points)

·         No experience (0 points)

b) Facilitators relevant qualifications = (10 points)

Bidders must submit certified copies of qualifications of the proposed Facilitator/s. The copies of qualifications must be certified by the Commissioner of Oaths not older than three (3) months.

Scoring Matrix for Qualifications

·         Relevant Post Technical qualification (10 points)

·         Relevant Technical Degree / Diploma (8 points)

·         Relevant Technical Certificate (5 points)

·         No qualifications (0 points)

NB: Bidders must submit both the CV and certified copies of qualification of the Facilitator/s to score points. Failure to submit both the CVs and certified copies of qualifications will lead to zero points awarded.  No partial points will be awarded for partial information submitted.   

 

 

30 

TOTAL 100

 

  1. STAGE 3: PRICE AND SPECIFIC GOALS

Price and specific goals points will be calculated as described in the Preferential Procurement Regulations of 2022. SBD 6.1 form must be used to claim points for specific goals for the company. A copy of CSD report, Medical Certificate (where applicable) and Proof of Address must be submitted as proof of specific goals. When the above documentation is not provided as proof the company will automatically score zero.

Documents outlining detailed specifications will be made available from the 06 MARCH 2023FREE OF CHARGE”. Documents can be downloaded from https://visiteasterncape.co.za/corporate/procurements/mini-bids/

Sealed Quotations endorsed on the envelope with the Tenderer’s name and the Quotation Number shall be deposited in the formal Tender Box situated in the ECPTA offices at 17-25 Oxford Street, Corner of Fleet and Oxford Street, East London CBD, East London or posted so as to reach The Chief Executive Officer, P.O. Box 11235, Southernwood, East London, 5213 in sufficient time for it to be placed in the Tender Box before the closing time of 11h00 on the closing date i.e. 13 MARCH 2023.

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 (CSD) and provide a copy of CSD full report for the month of March 2023.
  • Eastern Cape Parks & Tourism Agency does not bind itself to accept the highest bid or any other bid and reserves the right to accept the whole or part of the bid.
  • Bids which are late, incomplete, unsigned, or submitted by facsimile or electronically, will not be accepted.
  • Bids submitted are to hold good for a period of 90 days
  • A service level agreement shall be signed with the successful service provider.
  • 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.
  • 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.
  • 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.
  • If the appointed company decide to change the resource allocated to the project, the company is expected to submit a CV of the replacement to ECPTA for approval. Should the proposed candidate not meet the entities requirements the Entity reserves the right to cancel the contract.

The following documents must be submitted with the tender document:

  • Proof of registration with Treasury Central Supplier Database (CSD)
  • Company Registration Documents and shareholder’s certificate showing ownership details of the Company.
  • Medical certificate (if applicable)
  • Proof of address
  • Companies who bid as a joint venture must supporting documents for both companies and a JV agreement.

Enquiries regarding issue of bid documents may be directed by e-mail to Mr Bongani Nyikana at Bongani.Nyikana@ecpta.co.za. Technical enquiries may be directed to Ms Nomfundo Zondwa at Nomfundo.Zondwa@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 611 085; SMS: 33490 Email:ecpta@whistleblowing.co.za; Tip-offs Website:www.whistleblowing.co.za

No Compulsory Briefing Date

Closing Date: 2023-03-13