Request for proposals (RFP) The provision of … 666...Request for proposals (RFP) The provision of...
-
Upload
trannguyet -
Category
Documents
-
view
226 -
download
6
Transcript of Request for proposals (RFP) The provision of … 666...Request for proposals (RFP) The provision of...
Request for proposals (RFP)
The provision of Information Technology (IT) Project Management Services for the establishment of the
Tshwane BPO Park
RFP No. 666/06/11/2015
Date of Issue: Friday, 23 October 2015
Site briefing session: Thursday, 30 October 2015
Closing date: Friday, 06 November 2015
Place: Tender Box, CSIR Main Reception, Gate 3 (North Gate)
Enquiries Strategic Procurement Unit E-mail: [email protected]
CSIR business hours 08:00 – 16:30
Category Professional Services
CSIR Request for Proposal No: 666/06/11/2015 Page 2 of 15
TABLE OF CONTENTS
1 INTRODUCTION 3
2 BACKGROUND 3
3 INVITATION FOR PROPOSAL 4
4 VENUE FOR PROPOSAL SUBMISSION 4
5 TENDER PROGRAMME 4
6 SCOPE OF WORKS 5
7 DELIVERABLES 5
8 SUBMISSION OF PROPOSALS 5
9 DEADLINE FOR SUBMISSION 6
10 ELIMINATION CRITERIA 6
11 EVALUATION PROCESS AND CRITERIA 7
12 VALIDITY PERIOD OF PROPOSAL 8
13 APPOINTMENT OF SERVICE PROVIDER 8
14 ENQUIRIES AND CONTACT WITH THE CSIR 8
15 MEDIUM OF COMMUNICATION 8
16 COST OF PROPOSAL 8
17 PRICING PROPOSAL 9
18 CORRECTNESS OF RESPONSES 9
19 VERIFICATION OF DOCUMENTS 10
20 SUB-CONTRACTING 10
21 ADDITIONAL TERMS AND CONDITIONS 11
22 ENGAGEMENT OF CONSULTANTS 11
23 TRAVEL EXPENSES 11
24 CSIR RESERVES THE RIGHT TO: 12
25 DISCLAIMER 12
26 DECLARATION 13
27 APPENDIX 1 14
28 ANNEXURE A 15
CSIR Request for Proposal No: 666/06/11/2015 Page 3 of 15
1 INTRODUCTION
The Council for Scientific and Industrial Research (CSIR) is one of the leading scientific research
and technology development organisations in Africa. In partnership with national and international
research and technology institutions, CSIR undertakes directed and multidisciplinary research
and technology innovation that contributes to the improvement of the quality of life of South
Africans. The CSIR’s main site is in Pretoria while it is represented in other provinces of South
Africa through regional offices.
2 BACKGROUND
The Business Process Outsourcing (BPO) activities in South Africa have been mainly
concentrated in the major cities like Cape Town, Johannesburg and Durban. South Africa’s BPO
industry is driven by the country’s strength in the English language and the quality of
technological infrastructure currently available. The City of Tshwane Metropolitan Municipality
(CTMM) has started to market itself as an alternative location for BPO activities. The Local
Economic Development (LED) Department of CTMM has identified a potential opportunity for a
BPO Park in Hammanskraal.
CTMM appointed the CSIR to assist in implementing the Tshwane BPO Park in three phases i.e.
establishing 1 100 BPO seats per phase. The site, bought over from the University of Pretoria, is
located in Hammanskraal on a 23 hectare campus. The site has existing buildings however
Phase 1 will include the establishment of two buildings housing 550 BPO seats each, a 50 seat
incubation centre for small operators, and a 50 seater training academy for agent training
envisaged to train about 700 people per annum.
The construction of buildings will take about 3 years to complete after which the Information
Technology (IT) infrastructure will be installed. Detailed IT designs have been completed and the
CSIR now seeks the services of an experienced project manager to
Supervise the installation of the IT equipment and infrastructure for the proper
establishment of the Tshwane BPO Park,
To provide inputs during construction to ensure that the IT requirements are catered for
in line with the design specifications and operational requirements
To assist BPO Park clients integrate their operations into the IT environment.
CSIR Request for Proposal No: 666/06/11/2015 Page 4 of 15
3 INVITATION FOR PROPOSAL
The CSIR wishes to appoint a suitable service provider to oversee the Tshwane BPO Park IT
equipment and infrastructure installation as per design and assist with integration of BPO Park
clients into the IT environment.
4 VENUE FOR PROPOSAL SUBMISSION
All proposals must be submitted at:
CSIR GATE 03 - Main Reception Area (in the Tender box) at the following address
Council for Scientific and Industrial Research (CSIR)
Meiring Naudé Road
Brummeria
Pretoria
5 TENDER PROGRAMME The tender program, as currently envisaged, incorporates the following key dates:
Issue of tender documents: 23 October 2015
Site briefing: 30 October 2015
Place: CSIR building 23
Venue: Board room 154
Time: 10:00 to 12:00
Closing / submission Date: 06 November 2015
Tender evaluation: 09 November 2015
Appointment of successful tenderer: 13 November 2015
Target start date of the project : 01 December 2015
Target completion date of project: 30 November 2019
CSIR Request for Proposal No: 666/06/11/2015 Page 5 of 15
6 SCOPE OF WORKS Prospective Service Provider(s) must be capable of providing project management services in IT
for the establishment of the Tshwane BPO Park in Hammanskraal.
6.1 Preparatory work The service producer must provide preparatory technical inputs through:
Attending meetings with the construction professional team to provide inputs during
building construction phase and
Ensuring that all IT requirements are catered for during the construction phase.
6.2 Project management Provide project management services to the Tshwane BPO Park through:
Supervising all IT equipment and infrastructure installation
Overseeing commissioning of all IT equipment and infrastructure
Ensuring that all installed IT equipment and infrastructure is functional as required
Assisting BPO Park clients integrate their operation
See Appendix 1 for the pricing schedule. 7 DELIVERABLES
The successful bidder (s) will be required to ensure proper and functional installation, commission
of all IT equipment and infrastructure for the successful completion of this project.
8 SUBMISSION OF PROPOSALS
8.1 All proposals are to be sealed. No open proposals will be accepted.
8.2 All proposals are to be clearly marked with the RFP number and the name of the tenderer
on the outside of the main package.
Proposals must consist of two parts, each of which is placed in a separate sealed package clearly
marked:
CSIR Request for Proposal No: 666/06/11/2015 Page 6 of 15
PART 1: Technical Proposal: RFP Number: 666/06/11/2015
PART 2: Pricing Proposal, B-BBEE and other Mandatory Documentation:
666/06/11/2015
8.3 Proposals submitted by companies must be signed by a person or persons duly authorised
thereto by a resolution of a Board of Directors.
8.4 The CSIR will award the contract to qualified tenderer (s)’ whose proposal is determined to
be the most advantageous to the CSIR, taking into consideration the technical
(functionality) solution, price and B-BBEE.
9 DEADLINE FOR SUBMISSION
Proposals shall be submitted at the address mentioned above no later than Friday, 06
November 2015 at a stipulated location. The CSIR business hours are 08:00 -16:30.
Where a proposal is not received by the CSIR by the due date and at the specified location, it
will be regarded as a late proposal. Late proposals will not be considered.
10 ELIMINATION CRITERIA
Proposals will be eliminated under the following conditions:
Submission after the deadline;
Proposals submitted at incorrect location
The following mandatory documentation will be required before any negotiations will start with the
potential winning bidder or before any contract / order will be awarded:
Completed CSIR Supplier Registration Form (If not registered with CSIR). Provide
Vendor number if already registered with CSIR.
Original valid Tax Clearance Certificate or Letter of Good standing issued by SARS;
Certified copy of B-BBEE Certificate or letter from company auditors indicating annual
turnover (RSA companies only)
Proof of company registration (CK2 form) – RSA companies only
CSIR Request for Proposal No: 666/06/11/2015 Page 7 of 15
11 EVALUATION PROCESS AND CRITERIA 11.1 Evaluation of proposals All proposals will be evaluated by an evaluation team for functionality, price and B-BBEE. Based
on the results of the evaluation process, the CSIR will approve the awarding of the contract to
successful tenderers.
A two-phase evaluation process will be followed.
The first phase includes functionality.
The second phase includes the evaluation of price and B-BBEE status.
Pricing Proposals will only be considered after functionality phase has been adjudicated and
accepted. Only proposals that achieved a minimum qualification score for functionality will be
evaluated further using the preference points system:
The 90/10 preference point system will be used where 90 points will be dedicated to
price and 10 points to B-BBEE status. If all tenders received are less than R1m, the
proposal will be cancelled and re-issued.
11.2 The functionality evaluation criteria will be based on the following for each discipline
(Architecture, landscape, mechanical, electrical, civil, and structural and quantity survey):
Competence Criterion Weight
Experience for project leader(s) 30%
Company experience 25%
Management skills 45%
Total 100%
Proposals with functionality points of less than the pre-determined minimum overall percentage of
70% and less than 50% on any of the individual criteria will be eliminated from further evaluation.
See Annexure A for the scoring sheet that will be used to evaluate functionality
CSIR Request for Proposal No: 666/06/11/2015 Page 8 of 15
12 VALIDITY PERIOD OF PROPOSAL
12.1 Each proposal shall be valid for a minimum period of three (3) months calculated from the
closing date.
13 APPOINTMENT OF SERVICE PROVIDER
13.1 The contract will be awarded to the tenderer who scores the highest total number of points
during the evaluation process, except where the law permits otherwise.
13.2 Appointment as a successful service provider shall be subject to the parties agreeing to
mutually acceptable contractual terms and conditions. In the event of the parties failing to
reach such agreement, CSIR reserves the right to appoint an alternative supplier.
14 ENQUIRIES AND CONTACT WITH THE CSIR
Any enquiry regarding this RFP shall be submitted in writing to CSIR at [email protected] with
“RFP No 666/06/11/2015 - The Provision of IT Project Management Services” as the subject.
Any other contact with CSIR personnel involved in this tender is not permitted during the RFP
process other than as required through existing service arrangements or as requested by the
CSIR as part of the RFP process.
15 MEDIUM OF COMMUNICATION
All documentation submitted in response to this RFP must be in English, unless otherwise
indicated under technical specification.
16 COST OF PROPOSAL
Tenderers are expected to fully acquaint themselves with the conditions, requirements and
specifications of this RFP before submitting proposals. Each tenderer assumes all risks for
resource commitment and expenses, direct or indirect, of proposal preparation and participation
throughout the RFP process. The CSIR is not responsible directly or indirectly for any costs
incurred by tenderers.
CSIR Request for Proposal No: 666/06/11/2015 Page 9 of 15
17 PRICING PROPOSAL
17.1 Pricing proposal must be cross-referenced to the sections in the Technical Proposal. Any
options offered must be clearly labelled. Separate pricing must be provided for each option
offered to ensure that pricing comparisons are clear and unambiguous, a fee guide is
provided in Appendix 1.
17.2 Price needs to be provided in South African Rand (excl. VAT), with details on price
elements that are subject to escalation and exchange rate fluctuations clearly indicated.
17.3 Price should include additional cost elements such as freight, insurance until acceptance,
duty where applicable.
17.4 Only firm prices* will be accepted during the tender validity period. Non–firm prices**
(including prices subject to rates of exchange variations) will not be considered.
*Firm price is 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 a 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;
**Non-firm price is all prices other than “firm” prices.
17.5 Payment will be according to the CSIR Payment Terms and Conditions.
18 CORRECTNESS OF RESPONSES
18.1 The tenderer furthermore confirms satisfaction regarding the correctness and validity of
their proposal and that all prices and rates quoted cover all the work/items specified in the
RFP, and that prices and rates quoted cover all obligations under any resulting contract.
CSIR Request for Proposal No: 666/06/11/2015 Page 10 of 15
18.2 The tenderer accepts that any mistakes regarding prices and calculations will be at their
own risk.
19 VERIFICATION OF DOCUMENTS
19.1 Tenderers should check the numbers of the pages to satisfy themselves that none are
missing or duplicated. No liability will be accepted by the CSIR in regard to anything arising
from the fact that pages are missing or duplicated.
19.2 One hard copy and one electronic copy (CD or USB memory key) of each proposal must be
submitted. In the event of a contradiction between the submitted copies, the hard copy shall
take precedence. In case of only electronic submissions, one copy will be sufficient.
19.3 Telegraphic and telefax proposals will not be accepted.
19.4 Pricing schedule and B-BBEE credentials should be submitted with the proposal, but as a
separate document and no such information should be available in the technical proposal.
19.5 If a courier service company is being used for delivery of the proposal document, the RFP
description must be endorsed on the delivery note/courier packaging to ensure that
documents are delivered to the tender box, by the date and time as mentioned above.
20 SUB-CONTRACTING
20.1 A tenderer will not be awarded points for B-BBEE status level if it is indicated in the tender
documents that such a tenderer 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
tenderer qualifies for, unless the intended sub-contractor is an exempted micro enterprise
that has the capability and ability to execute the sub-contract.
20.2 A tenderer 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 exempted micro
enterprise that has the capability and ability to execute the sub-contract.
CSIR Request for Proposal No: 666/06/11/2015 Page 11 of 15
21 ADDITIONAL TERMS AND CONDITIONS
21.1 A tenderer shall not assume that information and/or documents supplied to CSIR, at any
time prior to this request, are still available to CSIR, and shall consequently not make any
reference to such information document in its response to this request.
21.2 A copy/s of any affiliations, memberships and/or accreditations that support your
submission must be included in the tender.
21.3 In case of proposal from a joint venture, the following must be submitted together with the
proposal:
Joint venture Agreement including split of work signed by both parties;
Each party‘s B-BBEE and Tax Clearance Certificate;
Proof of ownership/shareholder certificates/copies of Identity document; and
Company registration certificates.
21.4 An omission to disclose material information, a factual inaccuracy, and/ or a
misrepresentation of fact may result in the disqualification of a tender, or cancellation of any
subsequent contract
21.5 CSIR’s decision on tenders received shall be final and binding.
21.6 Failure to comply with any of the terms and conditions as set out in this document will
invalidate the Proposal.
22 ENGAGEMENT OF CONSULTANTS
CSIR Consultants will only be remunerated at the rates:
22.1 Prescribed by the body, regulating the profession of the consultant.
23 TRAVEL EXPENSES
23.1 All travel expenses for the CSIR’s account, be it directly via the CSIR’s travel agent or
indirectly via re-imbursements, must be in line with the CSIR’s travel policy. The following
will apply:
23.1.1 Only economy class tickets will be used.
23.1.2 A maximum of R1300 per night for accommodation, dinner, breakfast and parking will be
allowed.
23.1.3 No car rentals of more than a Group B will be accommodated.
CSIR Request for Proposal No: 666/06/11/2015 Page 12 of 15
24 CSIR RESERVES THE RIGHT TO:
24.1 Extend the closing date;
24.2 Verify any information contained in a proposal;
24.3 Request documentary proof regarding any tendering issue;
24.4 Give preference to locally manufactured goods;
24.5 Appoint one or more service providers, separately or jointly (whether or not they submitted
a joint proposal);
24.6 Award this RFP as a whole or in part;
24.7 Cancel or withdraw this RFP as a whole or in part.
25 DISCLAIMER
This RFP is a request for proposals only and not an offer document; answers to it must not be
construed as acceptance of an offer or imply the existence of a contract between the parties. By
submission of its proposal, tenderers shall be deemed to have satisfied themselves with and to
have accepted all Terms & Conditions of this RFP. The CSIR makes no representation,
warranty, assurance, guarantee or endorsements to tenderer concerning the RFP, whether with
regard to its accuracy, completeness or otherwise and the CSIR shall have no liability towards
the tenderer or any other party in connection therewith.
CSIR Request for Proposal No: 666/06/11/2015 Page 13 of 15
26 DECLARATION
DECLARATION BY THE TENDERER (RFP No: 666/06/11/2015) Only tenderers who have completed the declaration below will be considered for evaluation.
I hereby undertake to render services described in the attached tendering documents to CSIR in accordance with the requirements and task directives / proposal specifications stipulated in RFP No: 666/06/11/2015 at the price/s quoted. My offer/s remains binding upon me and open for acceptance by the CSIR during the validity period indicated and calculated from the closing date of the proposal.
I confirm that I am satisfied with the correctness and validity of my proposal; that the price(s) and rate(s) quoted cover all the services specified in the proposal 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.
I accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me under this proposal as the principal liable for the due fulfilment of this proposal.
I declare that I have no participation in any collusive practices with any tenderer or any other person regarding this or any other proposal.
I accept that the CSIR may take appropriate action should there be a conflict of interest or if this declaration proves to be false.
I confirm that I am duly authorised to sign this proposal.
NAME (PRINT) …………………………..….
CAPACITY …………………………….
SIGNATURE …………………………….
COMPANY NAME ………………………….…
DATE …………………………
WITNESSES 1 …….……………………………
2 ……….………………………… DATE: .…………………………..
CSIR Request for Proposal No: 666/06/11/2015 Page 14 of 15
27 APPENDIX 1 Fee guideline
Task Amount (excl. VAT)
Project Management Estimated Hours
Base Fee
Year 1 160
Year 2 160
Year 3 160
Year 4 960
Sub Total (1) for abovementioned 1 440
Discount
Sub Total (2) consisting of Sub Total (1)
minus discount
Expenses and costs
Disbursements Allow for one trip to
Hammanskraal per
month
Recoverable expenses / costs
Other
Sub Total (3) for abovementioned
Grand Total consisting of Sub Total (2)
plus Sub Total (3)
CSIR Request for Proposal No: 666/06/11/2015 Page 15 of 15
28 ANNEXURE A
FUNCTIONALITY EVALUATION SCORECARD
Competence Competence
factors Key Aspects of Criterion Points
Experience [30%]
Experience by project leader/principal agent 30%
10 years working experience + 5 IT projects that the project leader has supervised above R20m in the past 10 years.
10
5-9 years working experience + 2-4 IT projects that the project leader has supervised above R20m in the past 10 years.
7
1-4 years working experience + 1 IT project that the project leader has supervised above R20m in the past 10 years
3
Experience (Company) [25%]
Average experience for company 15%
10 years experience in related field 10
5-9 years experience in related field 7
1-4 years experience in related field 3
Capacity 10% 2 full time personnel per field allocated to this project, provide CVs
10
1 full time person per field allocated to this project, provide CVs
5
Management skills [45%]
Previously managed projects 45%
List of 5 previously managed projects (above R20m) including contact details of the company
10
List of 3-4 previously managed projects (above R20m) including contact details of the company
7
List of 1-2 previously managed projects (above R20m) including contact details of the company
3