invitation to bid - saasta.ac.za for interest or proposal... · english -20 pages self cover...

104
Page 1 of 104 SBD 1 INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR THE REQUIREMENTS OF THE NATIONAL RESEARCH FOUNDATION BID NUMBER: NRF/SAASTA 06/2011-12 CLOSING DATE: 16 April 2012 CLOSING TIME 11:00 DESCRIPTION: APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE PRINTING SERVICES FOR A PERIOD OF 3 YEARS (1 JUNE 2012 31 MAY 2015). The successful bidder will be required to fill in and sign a written Contract Form (SBD 7). BID DOCUMENTS ARE TO BE DEPOSITED, EITHER PHYSICALLY OR BY COURIER, IN THE BID BOX SITUATED AT NATIONAL RESEARCH FOUNDATION CSIR SOUTH GATE MEIRING NAUDE ROAD BRUMMERIA PRETORIA 0184 Bidders should timeously deliver bids to the correct address. If the bid is late, it will not be accepted for consideration. The bid box is open from 08h00 to 16h30 South African time, 5 days a week (Monday to Friday. 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 AGREED TO.

Upload: dinhcong

Post on 03-Mar-2019

217 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 104

SBD 1

INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR THE REQUIREMENTS OF THE NATIONAL RESEARCH FOUNDATION

BID NUMBER: NRF/SAASTA 06/2011-12 CLOSING DATE: 16 April 2012 CLOSING TIME

11:00

DESCRIPTION:

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE PRINTING SERVICES FOR A

PERIOD OF 3 YEARS (1 JUNE 2012 – 31 MAY 2015).

The successful bidder will be required to fill in and sign a written Contract Form (SBD 7).

BID DOCUMENTS ARE TO BE DEPOSITED, EITHER PHYSICALLY OR BY COURIER, IN THE BID BOX

SITUATED AT

NATIONAL RESEARCH FOUNDATION CSIR SOUTH GATE MEIRING NAUDE ROAD BRUMMERIA PRETORIA 0184

Bidders should timeously deliver bids to the correct address. If the bid is late, it will not be accepted for consideration.

The bid box is open from 08h00 to 16h30 South African time, 5 days a week (Monday to Friday.

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 AGREED TO.

Page 2 of 104

THE FOLLOWING PARTICULARS MUST BE FURNISHED (FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED)

NAME OF BIDDER

POSTAL ADDRESS

POSTAL ADDRESS

TELEPHONE

NUMBER

CODE NUMBE

R

____________________________________

________

CELL PHONE

NUMBER

CODE NUMBE

R

____________________________________

________

FACSIMILE NUMBER CODE NUMBE

R

____________________________________

________

E-MAIL ADDRESS

Page 3 of 104

VAT REGISTRATION NUMBER _____________________________________________________

____________

HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN

SUBMITTED? (SBD 2)

YES or NO

HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED?

(SBD 6.1)

YES or 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

[TICK APPLICABLE BOX]

(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO

QUALIFY FOR PREFERENCE POINTS FOR B-BBEE)

ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE

GOODS/SERVICES/WORKS OFFERED? YES or NO

[IF YES ENCLOSE

PROOF]

Page 4 of 104

SIGNATURE OF

BIDDER

DATE

CAPACITY UNDER WHICH THIS BID IS

SIGNED

________________________________________________

__________

Page 5 of 104

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE DIRECTED TO:

Contact

Person: Hloki Mabelebele

Manager: Supply Chain Management - Corporate Finance

Tel: +27 (0)12 481 4263 or 012 481 4209

Email: [email protected]

ANY ENQUIRIES REGARDING TECHNICAL INFORMATION DIRECTED TO::

Contact

Person: Ms Mari-Louise Snyman

Tel: (012) 392 9300 / 9330

Email: [email protected]

Contact

Person:

Tel:

Email:

`

Page 6 of 104

DOCUMENT PACKS REQUIRED:

1 x ORIGINAL BID DOCUMENT PACK

6 x COPIES BID DOCUMENT PACKS

THIS BID IS ON THE TWO PHASE EVALUATION SYSTEM

This requires the use of two envelopes where each document pack is

split between the technical envelope and the price envelope. Each

envelope to be clearly marked either “Technical” or “Price”

Page 7 of 104

SUBMISSION CHECKLIST

(Please include as part of bid submission index)

ENVELOPE A - TECHNICAL ENVELOPE B – PRICING

PART A A price schedule

(SBD 3 forms

attached). As the

envisaged details

will not fit on the

form, attach

detail schedules

to the form.

Yes/ No

Proposal including all required schedules Yes/ No

The names and contact details of a minimum of three

contactable references.

Yes/ No

Printing Production Capacity to deliver on this work

required

Yes/ No

PART B The cost

schedules must

clearly stipulate

costs by type and

breakdown

together with all

the relevant

assumptions and

information as

outlined in this

bid invitation.

An invitation to bid (SBD 1 form attached) Yes/ No Yes/ No

Contract Form – Standard Bidding Document 7 form Yes/ No

An up to date and original tax clearance certificate Yes/ No

Certificate of incorporation (as per entity type - Pty, etc.) Yes/ No

Confirmation that no National Treasury restrictions Yes/ No

Declaration of Bidder’s Past Supply Chain Management

Practices (SBD 8 form).

Yes/ No

Declaration of Interest (SBD 4 form). Yes/ No

Preference claim form (SBD 6.1 form attached) for

claiming preference points

Yes/ No

B-BEE contribution level certificate Yes/ No

Competitive bidding declaration (SBD 9 form ). Yes/ No

Submission of the General Conditions of Contract

(conditions attached).

Yes/ No

Supplier Profile, including currently procured services Yes/ No

Page 8 of 104

TERMS OF REFERENCE

FOR THE

APPOINTMENT OF A SERVICE PROVIDER TO

PROVIDE PRINTING SERVICES FOR A PERIOD OF

THREE YEARS (1ST June 2012 to 31st May 2015)

Page 9 of 104

1. OVERALL OBJECTIVE

The overall objective is to appoint a service provider to provide printing services for a period

of 3 years (1 June 2012 – 31 May 2015).

The quantities and specific types of printing are indicative of the quantities and range of

printing services to be provided. The actual quantities will only be determined during the

execution of the three year contract.

2. INTRODUCTION

The South African Agency for Science and Technology Advancement (SAASTA) is a

business unit of the National Research Foundation (NRF) with the mandate to advance

public awareness, appreciation and engagement of science, engineering and technology

(SET) in South Africa. The NRF is the government’s national agency responsible for

promoting and supporting research and development of high-level skills in all fields of

humanities, social and natural sciences, engineering and technology.

3. BACKGROUND

The South African Agency for Science & Technology Advancement consists out of three

units – Science Education, Science Communication and Science Awareness Platform. Said

units are responsible to build the supply of tomorrows’ scientists and innovators. This is

achieved by means of workshops, learner camps, science festivals, outreach programmes

and distribution of educational resource material.

Workshops, learner camps, science festivals and outreach programmes are based on printed

educational and promotional resource material that are distributed amongst leaners,

educators and other relevant parties.

4. SCOPE OF WORK

4.1. INDICATIVE QUANTITIES AND NATURE OF SERVICES

The schedule of quantities and types of printing form part of this bid invitation as indicative of

the volumes and type of printing services required. The schedule is utilised in the price

evaluation and each line is required to be quoted on.

No guarantee is provided that these will be actual volumes and no minimum volumes are

guaranteed.

Page 10 of 104

4.2. PRINTING SERVICES

The contracted service provider will:-

Deliver to specified SAASTA premises as indicated in the Costing Schedule.

Have the capacity to annually print and deliver an order of this magnitude as

indicated in Costing Schedule.

Effect minor changes to material at no additional cost e.g. replacement of

addition or omission of logos, dates, etc.

Provide compact disks to SAASTA bearing editable copies as well as print-

ready copies of material where changes were effected.

Service provider to provide enough staff and equipment to off-load material

to designated store rooms.

Service provider to provide proofs for sign-off (prior to commencement of

printing) within 3 working days of receiving artwork from SAASTA.

Provide secure printing services for highly confidential documents e.g.

examination papers for Olympiads.

Not to substitute any material or printing requirements other than stated on

the specifications unless discussed with and written consent given by

SAASTA.

Packaging material used must be suitable for long distance courier.

Material must be packaged in quantities specified on the Specifications for

costing schedule (if applicable) or per the individual job instruction sheet.

The service provider is required to provide prices for full colour proofs per

page (if additionally required) per the Costing Schedule.

Not all material as specified in the Costing Schedule will necessarily be

printed in a year. Other material might be required.

Allow an inspection of premises by SAASTA or any representative chosen by

SAASTA.

Page 11 of 104

SPECIFICATIONS FOR COSTING

All costing should include:

* minor changes to material e.g. replacement of, addition or omission of logos, dates, etc.

*VAT, delivery charges and/or any associated costs.

*Lbour and equipment to off-load material to designated store rooms.

ITEM

NO. DESCRIPTION SPECIFICATIONS QTY

COSTING

DELIVERY

ADDRESS

YEAR 1

(1 June

2012 - 31

May 2013)

YEAR 2

(1 June

2013 - 31

May 2014)

YEAR 3

(1 June

2014 - 31

May 2015)

Page 12 of 104

1 Periodic Table

Length: 143 cm

Breadth: 105cm

Gloss: 250gsm

Packed and wrapped 100 per parcel

1 500

18A Gill

Street, Jhb,

2043

2

Gala Dinner

Programmes

(National Science

Olympiad)

Cover plus 4 pages

Cover gold foiled one side only,

creased, trimmed and folded

Text printed full colours throughout,

trimmed and folded to size and tipped

into the spine on the cover

Size: 275 x 105 mm

Stock: Classic Linen Epic Black

216gsm, Conqueror Smooth CX22

Cream 120gsm

Design & layout for printer to do.

Packed and wrapped 100 per parcel

100

211 Skinner

Street,

Pretoria,

0001

3

NSO Certificates

(National Science

Olympiad)

Printed four process colours one side

only and trimmed to size

15 000

211 Skinner

Street,

Pretoria,

Page 13 of 104

All certificates are personalized, sorted

by school and province and inserted

into envelopes

Size: 297 x 210 mm, ELTORO White

240gsm

0001

4

NSO Entry Forms

(National Science

Olympiad)

Size: 297 x 210mm

Printed 4 process colours (Litho) both

sides on Power Art (Matt) 130gsm

White

Trimmed to size

Perforating on 297mm dimension,

centre folded

Packed and Shrink-wrapped 100 per

parcel

10 000

211 Skinner

Street,

Pretoria,

0001

Page 14 of 104

5

Physical Science

Mechanics Educator

Manual

40 Pages plus cover

Cover printed four process colours one

side only, crease, trimmed and folded

Text printed four process colours

throughout, folded, inserted and saddle

stitched two wires

Size: 297 x 210 mm

Stock: Bond White 80gsm, Gloss

250gsm

Packed and wrapped 500 per parcel

5 000

211 Skinner

Street,

Pretoria,

0001

6

Physical Science

Mechanics Learner

Manual

36 Pages plus cover

Cover printed four process colours one

side only, crease, trimmed and folded

Text printed four process colours

throughout, folded, inserted and saddle

stitched two wires

Size: 297 x 210 mm

Stock: Bond White 80gsm, Gloss

250gsm

Packed and wrapped 100 per parcel

10 000

211 Skinner

Street,

Pretoria,

0001

Page 15 of 104

7

NSO Question Papers

(National Science

Olympiad) Life Science

English -20 Pages self cover

Afrikaans - 20 Pages self cover

Size: 297 x 210 mm

Printed black throughout, folded,

inserted, saddle stitch two wires &

packed in bundle's of 25's

English on Yellow Bond 80 gsm

Afrikaans on Green Bond 80 gsm

35 000

211 Skinner

Street,

Pretoria,

0001

8 Biofuel

A4, Landscape 210 x 297 mm

Printed four process colours both

sides, folded, trimmed to size, wrapped

250 per parcel

Gloss 115 gsm

50 000

211 Skinner

Street,

Pretoria,

0001

9 Careers in Engineering

44 Pages self Cover

Printed four process colours

throughout, folded, inserted and saddle

stitched two wires

Size: 210x148mm

Stock: gloss 135gsm

Packed and wrapped 100 per parcel

20 000

211 Skinner

Street,

Pretoria,

0001

Page 16 of 104

10

Careers in Space

Science & Technology

(Booklet)

20 Pages Self Cover

Printed four process colours

throughout, folded, inserted and saddle

stitched two wires

Size: 297 x 105 mm

Matt 135 gsm

Packed and Wrapped 100 per parcel

25 000

211 Skinner

Street,

Pretoria,

0001

11 Climate Change

A4, Landscape 210 x 297 mm folded to

A5

Full colour

1 Printed both sides

Gloss 115 gsm

Packed and wrapped 200 per parcel

20 000

211 Skinner

Street,

Pretoria,

0001

Page 17 of 104

12 Current Status of

Biofuels Worldwide

4 page fact sheets

Size: 297x420mm finished to

297x210mm

Printing and paper: Printed process

both sides on Hi-Q Titan Plus (Gloss),

128g/m2, white

Finishing: Trimmed to size, A3 folded

to A4

Packed & Shrink-wrapped 100 per

parcel

15 000

211 Skinner

Street,

Pretoria,

0001

13 Drought Tolerant Crops

Flyer

Pages -2 Front and Back

Size: A4 Landscape 210 x 297 mm

Colour, trimmed to size, folded into A5

Packed and wrapped 250 per parcel

Paper -Gloss 115gsm

25 000

211 Skinner

Street,

Pretoria,

0001

14 Drought Tolerant Crops

Poster

Size: Portrait A1 841 x 594 mm

Printed four process colours, one side

only, trimmed to size, packed and

wrapped 100 per parcel

Paper -Gloss 150gsm

10 000

211 Skinner

Street,

Pretoria,

0001

Page 18 of 104

15 Empty Belly Poster

Size -Portrait -690 x 490 mm

Printed four process colours, one side

only, trimmed to size.

Packed and wrapped 100 per parcel

Paper: GLOSS 150 gsm

10 000

211 Skinner

Street,

Pretoria,

0001

16 Fish Stocks in Our

Oceans Flyer

Pages -2 Front and Back

Size: A4 Landscape 210 x 297 mm

Colour, trimmed to size, folded into A5

Packed and wrapped 250 per parcel

Paper -Gloss 115gsm

25 000

211 Skinner

Street,

Pretoria,

0001

17 Fish Stocks in Our

Oceans Poster

Size: Portrait A1 841 x 594 mm

Printed four process colours, one side

only, trimmed to size, packed and

wrapped 100 per parcel

Paper -Gloss 150gsm

10 000

211 Skinner

Street,

Pretoria,

0001

18 Hydrogen as Fuel Flyer

Pages -2 Front and Back

Size: A4 Landscape 210 x 297 mm

Colour, trimmed to size, folded into A5

Packed and wrapped 250 per parcel

Paper -Gloss 115gsm

25 000

211 Skinner

Street,

Pretoria,

0001

Page 19 of 104

19 Hydrogen as Fuel Poster

Size: Portrait A1 841 x 594 mm

Printed four process colours, one side

only, trimmed to size, packed and

wrapped 100 per parcel

Paper -Gloss 150gsm

10 000

211 Skinner

Street,

Pretoria,

0001

20 Hydrogen Fuel Cells

(Leaflet)

A4, Landscape 210 x 297 mm

Printed four process colours both

sides, folded, trimmed to size, wrapped

250 per parcel

Gloss 115 gsm

50 000

211 Skinner

Street,

Pretoria,

0001

21 International Year of

Chemistry Bookmark

Bookmark

Size: 210 x 55 mm

4 Colour process both sides, trimmed

Gloss 250 gsm

Shrink-wrap 250 items per parcel

300 000

211 Skinner

Street,

Pretoria,

0001

22 Lights and Laser Booklet

A4 -12 Pager Self cover

1 x Artwork supplied by client on CD -

Print ready

6 Pager A4: Printed Process both

sides on Hi-Q Titan Plus (Gloss),

128g/m2, White

30 000

211 Skinner

Street,

Pretoria,

0001

Page 20 of 104

Saddle stitched and timmed to size and

shrinkwrapped in packs of 200.

Stock: BOND WHITE 80gsm, GLOSS

200gsm

23 Marine Careers (Booklet)

Booklet, 8 Pages Self cover

Printed one common spot colour

throughout, folded, inserted and saddle

stitched two sides

Size: 210 x 148 mm

Stock: Bond White 80gsm

Packed and wrapped 250 per parcel

30 000

211 Skinner

Street,

Pretoria,

0001

24 Periodic Table of the

Elements

Size -Portrait -A1 841 x 594mm

Printed four process colours, one side

only, trimmed to size, packed and

wrapped 100 per

parcel

Paper -Gloss 150 gsm

10 000

211 Skinner

Street,

Pretoria,

0001

25 Pocket periodic tables

Printed CMYK 2 sides

Gloss UV varnish 2 sides

Die, die cut [rounded corners]

Size: 65mmx95mm

200 000

211 Skinner

Street,

Pretoria,

0001

Page 21 of 104

Stock: Hi-Q gloss white 250gsm

Packed & Shrink-wrapped 1 000 per

parcel

26 Renewable Energy Flyer

Pages -2 Front and Back

Size: A4 Landscape 210 x 297 mm

Colour, trimmed to size, folded into A5

Packed and wrapped 250 per parcel

Paper -Gloss 115gsm

25 000

211 Skinner

Street,

Pretoria,

0001

27 Renewable Energy

Poster

Size: Portrait A1 841 x 594 mm

Printed four process colours, one side

only, trimmed to size, packed and

wrapped 100 per parcel

Paper -Gloss 150gsm

10 000

211 Skinner

Street,

Pretoria,

0001

28 Study Physics

Text 12 Pages

Size: 297 x 210 mm

4 Colour process both sides

Magno Star special coated gloss White

135 gsm, saddle stitch two wires

Shrink-wrap 200 items per parcel and

pack in boxes

30 000

211 Skinner

Street,

Pretoria,

0001

Page 22 of 104

29 The Fascinating Nano-

World

A4, Landscape 210 x 297 mm folded to

A5

Full Colour

1 Printed both sides

Gloss white 115 gsm

Packed and wrapped 200 per parcel

20 000

211 Skinner

Street,

Pretoria,

0001

30 The Secret Life of

Viruses

A4, Landscape 210 x 297 mm folded to

A5

Full Colour

1 Printed both sides

Gloss white 115 gsm

Packed and wrapped 200 per parcel

20 000

211 Skinner

Street,

Pretoria,

0001

31 The South African

Inventions Poster

Size -Portrait -A1 841 x 594mm

Printed four process colours, one side

only, trimmed to size, packed and

wrapped 100 per

parcel

Paper -Gloss 150 gsm

15 000

211 Skinner

Street,

Pretoria,

0001

Page 23 of 104

32

When I speak on my cell

phone, where does my

voice go? (Poster)

Poster

Printed four process colours one side

only, trimmed to size, packed &

wrapped 100 per parcel

Size: 840 x 594 mm

Gloss 135gsm

20 000

211 Skinner

Street,

Pretoria,

0001

33 Careers in chemistry

Number of pages: 2 - front and back

Size: A4 Landscape 210x297mm

Colour, rimmed to size

Paper: GLOSS 115gsm

Packed and wrapped 250 per parcel

5 000

211 Skinner

Street,

Pretoria,

0001

34 Careers in engineering

40 Pages plus cover

cover printed four process colours both

sides, creased, trimmed and folded

Text printed four process colours

throughout, folded, inserted and saddle

stitched two wires

Size: 210x148mm

Stock: gloss 135gsm gloss 250gsm

Packed and wrapped 100 per parcel

5 000

211 Skinner

Street,

Pretoria,

0001

Page 24 of 104

35 Careers in space

science

16 pages self cover

Printed four process colours

throughout, folded, inserted and saddle

stitched two wires

Size: 297mm x 105mm

Stock: MATT 150gsm

Packed and wrapped 200 per parcel

5 000

211 Skinner

Street,

Pretoria,

0001

36 Chemistry is fun

educators manual

48 pages of text printed in full colour on

105gsm Camelot offset cartridge

4 page cover printed in full colour on

250gsm Hi-Q Titan - a coated art matt

paper

To be collated, saddle-stitched with two

wires and trimmed to A4 size

Packed and wrapped 100 per parcel

2 500

211 Skinner

Street,

Pretoria,

0001

37 Chemistry is fun learners

manuals

32 pages of text printed in full colour on

105gsm Camelot offset cartridge

4 page cover printed in full colour on

250gsm Hi-Q Titan - a coated art matt

paper

To be collated, saddle-stitched with two

5 000

211 Skinner

Street,

Pretoria,

0001

Page 25 of 104

wires and trimmed to A4 size

Packed and wrapped 100 per parcel

38 Pocket periodic tables

Printed CMYK 2 sides

Gloss UV varnish 2 sides

Die, die cut [rounded corners]

Size: 65mmx95mm

Stock: Hi-Q gloss white 250gsm

Packed and wrapped 1 000 per parcel

5 000

211 Skinner

Street,

Pretoria,

0001

39 SAASTA notepads

Size: A5 x 50 leaves inside, cover and

backing boards

Colour: Cover full colour and inside

one colour

Stock: 115gm Magno matt cover and

90gm Camelot cartridge inside 600

micron backing board

Packed and wrapped 100 per parcel

5 000

211 Skinner

Street,

Pretoria,

0001

Page 26 of 104

40 Career Books for

National Science Week

A4 -144 Pages plus cover

Paper: Web Sappi Chrystal Gloss

White 115gsm

Printing: process both sides

4 Page Cover

Paper: Mongani (Gloss) 200gsm

White

Gloss UV varnish front only (cover)

Perfect bound

Packed and wrapped 100 per parcel

45 000

211 Skinner

Street,

Pretoria,

0001

41 Hydrogen & Fuel Cell

Technologies Fact Sheet

Size: 210 x 410 mm folded to 210 x

102.5 mm

Pre-Press: Artwork supplied by client

on CD -Print ready (discs with Sizwe)

Printing & Paper: Printed process

colours both sides on Hi-Q Titan Plus

(Gloss), 128gsm, White

Finishing: Trimmed to size,

210x410mm concertina folded to

210x102.5 mm,

Shrink-wrapped

Packed in Boxes (optional)

6 000

211 Skinner

Street,

Pretoria,

0001

Page 27 of 104

42 Fact Sheet

6 Various x 4 Pages

Size: A4 (210x297mm) folded to A5

(148x210mm)

Print: Full colour both sides

Paper: Power art (Gloss), 130gsm,

White

Finishing: Trimmed to size. Centre

folded

18 000

211 Skinner

Street,

Pretoria,

0001

43 Easy Science Articles

2 Page Article, Print 20 000

3 Page Article, Print 6 000

Bleed: 430x305mm

Trim: 420x297mm

Typical Area: 400x277mm

2 Page -

20 000

3 Page -

6 000

211 Skinner

Street,

Pretoria,

0001

44 Pull Up Banners

Size: 2m x 850mm + 5 mil bleed all

around CMYK 1 side only

10

211 Skinner

Street,

Pretoria,

0001

Page 28 of 104

45 Magazine

Full Colour

12 Pager + Cover

Pinted: CMYK 2 sides

Fold, collate, saddle stitch, trim

Size: 297x210mm

Paper: Hi-Q Gloss White 128gsm

Hi-Q Gloss White 128gsm

Hi-Q Gloss White 200gsm

5 000

211 Skinner

Street,

Pretoria,

0001

46 A1 Periodic Table

(poster)

Printed CMYK 1 side

Full colour digital

Size: A1

Paper: 128gsm Hi-Q gloss white

Additional: fold posters to A4

3 000

211 Skinner

Street,

Pretoria,

0001

Page 29 of 104

47 Cosmic Explorers Map

Size: A1

Full colour

Stock: 150gsm Mango Satin

Finish: Gloss UV Varnish one side

only

Packed and wrapped 100 per parcel.

1 000

211 Skinner

Street,

Pretoria,

0001

48 Paleo Portfolio

Size: 280(h) x 240(w) (portrait) with

side flaps of 120mm each.

Material (text): Mongani Matt 170 gsm

(or equivalent). Material (cover):

Mongani Matt 300 gsm (or equivalent) -

Matt laminated with UV spot varnish.

Binding: Section sewn (10 sections of 4

pages) and cover pulled on

300

211 Skinner

Street,

Pretoria,

0001

Page 30 of 104

49 Paleo Tourism Brochure:

Size:240(h) x 145(w) (portrait) -16

pages plus cover. Material

(text):Mongani 135gsm (or equivalent)

(gloss). Material (cover): Mongani 250

gsm (or equivalent) with laminate

(gloss). Binding: Saddle stitched

300

211 Skinner

Street,

Pretoria,

0001

50

Paleo Learner

Guide/Science

Education brochure

Size: 288(h) x 204(w) (portrait) - 16

pages plus cover . Material

(text):Mongani 135gsm (or equivalent)

(gloss). Material (cover): Mongani 250

gsm (or equivalent) with laminate

(gloss). Binding: Saddle stitched

300

211 Skinner

Street,

Pretoria,

0001

Page 31 of 104

51 Banners (YSCC)

2000 x 850 mm

Full colour ink

PVC White Banner, with poles and

carry case

4

211 Skinner

Street,

Pretoria,

0001

52

Easy Science Articles

1. Sibo gets fuelled with

ideas.

2. Sibo gets her brain

cells around hydrogen

fuel cells!

3. Freezing Kyle thinks

of energy.

Bleed: 430 x 305 mm

Trim: 420 x 297 mm

Typical Area: 400 x 277 mm

Packed and wrapped 100 per parcel

SGFWI -

500

SGHBCA

HFC- 500

FKTOE -

500

211 Skinner

Street,

Pretoria,

0001

Page 32 of 104

53 Fact Sheets (3 Different

Types)

Printed CMYK both sides

Double side A4

Stock: Hi-Q gloss white 148gsm

Packed and wrapped 100 per parcel

3 000 of

each

211 Skinner

Street,

Pretoria,

0001

54 Fact Sheets (5 Different

Types)

Printed CMYK both sides

Folded to A4

Stock: Hi-Q gloss white 148gsm

A3 fold to A4

Packed and wrapped 100 per parcel

1000 of

each

211 Skinner

Street,

Pretoria,

0001

Page 33 of 104

55 Pamphlets

4 Colour process both sides

Size: 210 x 297 mm

Hi-Q Titan Double coated UV Matt

White 148gsm

Brochures: fold, trim to size

Packed and wrapped 250 per parcel

5 000

211 Skinner

Street,

Pretoria,

0001

56 African Origins Research

Map

Size: A1

Full colour

Stock: 150gsm Mango Satin

Finish: Gloss UV Varnish one side

only

Packed and wrapped 100 per parcel.

1 000

211 Skinner

Street,

Pretoria,

0001

Page 34 of 104

57 PSSI Certificates

Printed four process colours one side

only and trimmed to size

All certificates are personalized, sorted

by school and province and inserted

into envelopes

Size: 297 x 210 mm, ELTORO White

240gsm

Electronic copy to be provided with

minor changes for the printer to do

15 000

211 Skinner

Street,

Pretoria,

0001

58 PSSI Entry Form

Printed four process colours both

sides, perforated once and folded to

DL

420 x 297 mm

Matt 150gsm

Electronic copy to be provided to

printer with minor changes for printer to

do

Packed and wrapped 100 per parcel

1 000

211 Skinner

Street,

Pretoria,

0001

Page 35 of 104

59 PSSI Result Booklet

100 pages plus cover

Cover printed four process colours one

side only, creased, trimmed and folded

Text printed four process colours on

page one only and black only on to

balance, folded, inserted and saddle

stitched two wires

Size: 297 x 210 mm

Stock: Bond White 80gsm, Gloss

250gsm

Design & layout to be done by printer

(example will be provided)

Packed and wrapped 100 per parcel

Electronic copy to be provided with

minor changes for the printer to do

1 000

211 Skinner

Street,

Pretoria,

0001

Page 36 of 104

60 Debates Manuals

20 Pages + cover Printed CMYK 2

Sides. Fold, Collate, Saddle Stitch,

Trim. Size: 297mm x 210mm Paper:

Hi-Q Gloss White 128gsm Hi-Q Gloss

White 128gsm Hi-Q Gloss White

200gsm

600

211 Skinner

Street,

Pretoria,

0001

61 SAASTA Corporate

Folders

Size: 420 x 594mm Folder colour: 4

colour process on the face UV colour:

1 UV gloss varnish on the face

FolderMaterial: Magno Star special

coated gloss White 350gsm UV

material: Pre-printed paper Finishing

UV: dis cut using new die block and

hand fold as

600

211 Skinner

Street,

Pretoria,

0001

Page 37 of 104

62 Fact Sheets (5 Different

Types) Debates

Printed CMYK both sides

Folded to A4

Stock: Hi-Q gloss white 148gsm

x4 A3 fold to A4

x1 630mm x 297mm fold to A4

3 000

(600

each)

211 Skinner

Street,

Pretoria,

0001

63 2 x topic packs Debates

4 pages each double sided

Full colour digital

Size: 210mm x 297mm (a4)

Paper: 80gsm bond (white)

Additional: stapled

1 200

(600

each)

211 Skinner

Street,

Pretoria,

0001

Page 38 of 104

64 4 x Magazine articles

4 pages each double sided

Full colour digital

Size: 210mm x 297mm (a4)

Paper: 80gsm bond (white)

Additional: stapled

2 400

(600

each)

211 Skinner

Street,

Pretoria,

0001

65 2x evalation forms

4 pages each double sided

Full colour digital

Size: 210mm x 297mm (a4)

Paper: 80gsm bond (white)

Additional: stapled

1 200

(600

each)

211 Skinner

Street,

Pretoria,

0001

Page 39 of 104

66

Physical Science

Mechanics Educator

Manual

40 Pages plus cover

Cover printed four process colours one

side only, crease, trimmed and folded

Text printed four process colours

throughout, folded, inserted and saddle

stitched two wires

Size: 297 x 210 mm

Stock: Bond White 80gsm, Gloss

250gsm

Packed and wrapped 500 per parcel

5 000

211 Skinner

Street,

Pretoria,

0001

67

Physical Science

Mechanics Learner

Manual

36 Pages plus cover

Cover printed four process colours one

side only, crease, trimmed and folded

Text printed four process colours

throughout, folded, inserted and saddle

stitched two wires

Size: 297 x 210 mm

Stock: Bond White 80gsm, Gloss

250gsm

Packed and wrapped 100 per parcel

10 000

211 Skinner

Street,

Pretoria,

0001

Page 40 of 104

68

Astronomy Booklet

Your guide to the

Universe

A5, 32 Pages self cover

Size: 210 x 148 mm

32 Pager Paper: Power Art (Gloss),

130gsm, White

Printing: Full colour both sides

Finish: Saddle stitch and trim to size

Packed and boxed, 250 per box

15 000

18A Gill

Street, Jhb,

2043

69 Astro Quiz Certificates

Size: A4

Full colour

Printed one side only

250gsm Matt

All certificates are personalized, sorted

by school and province and inserted

into envelopes

70

18A Gill

Street, Jhb,

2043

Page 41 of 104

70

The Universe

Additional material for

Astro Quiz

A5, 16 Pages self cover

Size: 210 x 148 mm

16 Pager Paper: Power Art (Gloss),

130gsm, White

Printing: Full colour both sides

Finish: Saddle stitch and trim to size

Packed and boxed, 200 per box

12 000

18A Gill

Street, Jhb,

2043

71 Observatory Brochure

Size: 200 x 594 mm fold to 200 x 150

mm

Full colour both sides

Power Art Gloss 150gsm White

Trimmed to size, gate fold to size

Packed and wrapped 250 per parcel

500

18A Gill

Street, Jhb,

2043

Page 42 of 104

72 Award Ceremony

Program

Cover plus 4 pages

Cover gold foiled one side only,

creased, trimmed and folded

Text printed full colours throughout,

trimmed and folded to size and tipped

into the spine on the cover

Size: 275 x 105 mm

Stock: Classic Linen Epic Black

216gsm, Conqueror Smooth CX22

Cream 120gsm

Design & layout for printer to do.

Packed and wrapped 100 per parcel

100

211 Skinner

Street,

Pretoria,

0001

73

Physical Science

Mechanics Educator

Manual (THE

TOPICS USUALLY

CHANGE EVERY

YEAR)

40 Pages plus cover

Cover printed four process colours one

side only, crease, trimmed and folded

Text printed four process colours

throughout, folded, inserted and saddle

stitched two wires

Size: 297 x 210 mm

Stock: Bond White 80gsm, Gloss

250gsm

Packed and wrapped 500 per parcel

5 000

211 Skinner

Street,

Pretoria,

0001

Page 43 of 104

74

Physical Science

Mechanics Learner

Manual (THE

TOPICS USUALLY

CHANGE EVERY

YEAR)

36 Pages plus cover

Cover printed four process colours one

side only, crease, trimmed and folded

Text printed four process colours

throughout, folded, inserted and saddle

stitched two wires

Size: 297 x 210 mm

Stock: Bond White 80gsm, Gloss

250gsm

Packed and wrapped 100 per parcel

10 000

211 Skinner

Street,

Pretoria,

0001

75

Educators Manual

(New theme to be

developed, no specs

yet.)

No specs yet. 2 000

211 Skinner

Street,

Pretoria,

0001

76 Science Club

Tri-fold Brochure

Size: 11 x 8.5 when open

When folded (3 panels x 2 sides of 8.5

x 11)

Printing: Full colour

Packed and wrapped 250 per parcel

10 000

18A Gill

Street, Jhb,

2043

Page 44 of 104

77 Science Club Learner

Booklets

Learner Booklets

Pages: Cover 4 pages & text 48 pages

Size: 297 x 210mm

Colour: 4 Colour process both sides

Material: Cover Mongani double

coated gloss white 200gsm

Text Mongani double coated gloss

white 128gsm

Finishing: Saddle stitch, two wires

Packed and boxed 100 per parcel

12 000

18A Gill

Street, Jhb,

2043

78 Popular Paper activities

Booklets

Size: 210 x 148 mm, 32 pager

Colour: Full colour both sides

Power Art (Gloss), 130gsm White

Saddle stitched & trimmed to size

Packed and wrapped 100 per parcel

12 000

18A Gill

Street, Jhb,

2043

79 Posters

13 various posters

Size: A1 folded to A4

Paper: 250 gsm Mongani Matt

Colour: Full colour

26 000

211 Skinner

Street,

Pretoria,

0001

Page 45 of 104

80 Nanotechnology - pull-up

banner

Size: 850mm x 2050mm

Print: Full colour single side

Finishing: Mounted to and including

roll-up stand and including carry case

12

211 Skinner

Street,

Pretoria,

0001

81 Science Club Brochures

3 Panel x 2 Sides - 1 Page

Size: 11" x 8.5"

Paper: Hi-Q (matt), 148g/m2, white

Printing: Full colour both sides

Finishing: 11" x 8.5" fold

25 000

18A Gill

Street, Jhb,

2043

TOTAL (including minor changes, VAT, delivery charges and costs associated

with labour and equipment to off-load material at designated storerooms)

Page 46 of 104

ITEM

NO. DESCRIPTION SPECIFICATIONS QTY

COSTING

DELIVERY

ADDRESS

YEAR 1

(1 June

2012 - 31

May 2013)

YEAR 2

(1 June

2013 - 31

May 2014)

YEAR 3

(1 June

2014 - 31

May 2015)

PRICE PER FULL COLOUR PROOFS PER PAGE (IF REQUIRED

ADDITIONALLY)

A0

A1

A3

A4

Page 47 of 104

A5

Page 48 of 104

4.3. SERVICE LEVELS

The contracted service provider will be expected to:-

48 Hour notice to be given before deliveries are made.

Service provider to deliver printed material within 10 working days of receiving signed-

off proofs from SAASTA.

Respond to queries within 24 hours.

Service provider to be local (based in Gauteng) or have a local (based in Gauteng)

branch.

Allow an inspection of premises by SAASTA or any representative chosen by SAASTA.

SAASTA reserves the right to perform spot checks (by obtaining quotes from other

service providers) to ensure that prices are market related.

If the service provider fails to deliver within deadlines as specified in the job instruction

sheet / purchase order, the service provider will be liable for any costs incurred by

SAASTA to have the specific material printed and delivered by a third party.

4.4. PRICING AND PAYMENT PROPOSAL

The service provider is required to provide per unit prices per the Costing Schedule for each of the 3

years. These prices are firm for each of the years.

Price evaluation, to ensure comparability, will be conducted per the Costing Schedule.

As not all material as specified in the Costing Schedule will necessarily be printed in a year as well as

other material might be required, bidders are required to submit their rate sheet for all of their services.

Bidders to ensure that those services priced on the Costing Schedule are stated in the rate sheets at

the prices used on the Costing Sheets.

Quotations will be required for all work at the rates specified in this contract and will be confirmed with a

SAASTA purchase order with the job instructions.

SAASTA reserves the right to perform spot checks (by obtaining quotes from other service providers) to

ensure that prices are market related.

SAASTA reserves the right to consider and approve any revision to the firm prices submitted by

bidders. Revision to the firm prices is considered only for years two and three on submission of detailed

motivation.

Page 49 of 104

Price bid is fully inclusive of all costs; value added tax and other taxes.

Price summary to be recorded on the Standard Bidding Documents 3.2 provided with reference to

annexures being the priced costing schedule with the rate sheet and any other detail required for

evaluation.

The NRF undertakes to pay valid invoices in full within thirty (30) days from the statement date for work

done to its satisfaction upon representation of a substantiated claim.

Bid price in South African currency, foreign exchange risk is for the account of the bidder.

5. EXPECTED OUTCOME AND DELIVERABLES

The expected deliverables are:-

High quality printed matter as per specifications to be delivered to SAASTA.

Levels of service of the highest standard.

Compliance to the service levels specified in this document.

Service provider to have a local (Gauteng office)

6. BIDDER COMPETENCEY AND EXPERTISE REQUIREMENTS

In business for no less than three (3) years

Sound industry track record and experience.

Able to provide at least three (3) references from reputable companies for which

printing of quantities more than 10 000 were done in the last three (3) years.

Company profile

Attain at least 80% under technical evaluation through the provision of a proposal with

supporting evidence to justify such a score.

7. CONDUCT OF WORK

The contracted service provider will work in collaboration with all the business units of SAASTA –

Science Education, Science Communication and Science Awareness Platforms.

Page 50 of 104

8. CONTRACTUAL PERIOD

The contract is for a three year period commencing from date of issue of the letter of award or 1st June

2012.

9. CONDITIONS OF BID - EVALUATION

Functional/Technical Evaluation System

This bid evaluated using the two-stage bid evaluation process that requires two envelopes:

Stage 1 - Technical/Quality/Functionality Requirements (Envelope A - Technical)

including bid administrative requirements and accreditation of supplier requirements

Stage 2 – Pricing evaluation followed by Preference scoring in accordance with the

2011 Preference Regulations (Envelope B - Price).

Failure to adhere to the two envelope system will invalidate your bid proposal.

Preference System

The preference system used is the 90:10 system.

Bid Evaluation Process

The bid evaluation committee will, after the closing date, evaluate all submitted proposals/bids using

information provided in the technical envelope. As technical/quality/functionality requirements as well

delivery are critical, only bidders that achieve the minimum competence/delivery level as set out in this

bid invitation document will pass through to the second stage (Price and Preference) evaluation.

Minimum Technical Threshold

The minimum competency level for the technical evaluation is for bidders to score at least

eighty (80%) on the technical evaluation.

Presentation of Proposal

The Evaluation Committee reserves the right to request evidential documentation to support any or all

of the technical criteria to enable it to evaluate the bidder’s competence and ability to deliver the scope

of work in the Bid Invitation document.

Such presentations may include proof of concept including the testing of the service provider’s

expertise and software utilising the NRF’s resources.

Page 51 of 104

Technical / Functional Evaluation Scoring

Technical / Quality Evaluation Scoring scored on a rating scale of 0 to 5 with:

0 – Non-compliance, 1 – Poor, 2 – Average,

3 – Good, 4 – Very Good 5 – Excellent

Evaluation Criteria for Technical / Functional Evaluation

NO. ELEMENT 0 1 2 3 4 5 WEIGHT SCORE

STAGE A - TECHNICAL 100

Minimum qualifying score 80

* Please note that only bidders scoring at least 80/100 under technicality are considered

further for scoring under price and preference

CAPABILITY TO DELIVER ACCORDING TO SCOPE OF WORK (Onus is on Service Provider to provide proof) The contracted service provider will be expected to:-

o Deliver to specified SAASTA premises as indicated in Costing Schedule.

o Have the capacity to annually print and deliver an order of this magnitude.

o Effect minor changes to material at no additional cost e.g. replacement of addition or omission of logos, dates, etc.

o Provide a compact disk to SAASTA bearing editable copies as well as print-ready copies of material where changes were effected.

o 48 Hour notice to be given before deliveries are made

o Service provider to provide enough staff and equipment to off-load material to designated store rooms.

o Service provider to provide proofs for sign-off (prior to commencement of printing) within 3 working days of receiving artwork from SAASTA.

o Service provider to deliver printed material within 10 working days of receiving

50

Page 52 of 104

signed-off proofs from SAASTA.

o Provide secure printing services for highly confidential documents e.g. examination papers for Olympiads.

o Not to substitute any material or printing requirements other than stated on the specifications unless discussed with and written consent given by SAASTA.

o Packaging material used must be suitable for long distance courier.

o Material must be packaged in quantities specified on the Specifications for Costing schedule (if applicable).

o Respond to queries within 24 hours.

o Allow an inspection of premises by SAASTA or any representative chosen by SAASTA.

TRACK RECORD (REPUTABLE

FIRM)

In business for no less than three (3) years

Able to provide at least three (3) references from reputable companies for which printing of quantities more than 10 000 were done in the last three (3) years

30

SPECIFIC REQUIREMENTS

Provide proof that printing services for highly confidential documents (e.g. examination papers) will be secure

Provide proof that delivery can be made by deadlines as specified in the Scope of Work

20

STAGE B – PRICE AND PREFERENCE

PRICE 100

PREFERENCE on basis of B-BEE Certificate Level 10

Page 53 of 104

10. CONDITIONS OF BID - ADMINISTRATIVE

Bid Proposal Submission Format

Bid proposals submitted in two envelopes.

The following printed documents must accompany the bid documents in Envelope A for technical

evaluation:

a) Proposal including all schedules without pricing details

b) Proven capacity of organisation to complete the contract.

c) Proven capacity of Printing and Binding Machinery

d) The names and contact details of a minimum of three contactable references.

e) Contract Form (Standard Bidding Document 7 form attached).

f) An up to date and original tax clearance certificate issued by SARS (attached is

explanation to obtain the tax certificate – SBD 2).

g) Business Profile including but not limited to

o CIPRO Registration documentation)

o Cancelled Business Account Cheque

h) Confirmation that no National Treasury restrictions (both restricted supplier and tender

defaulter) exist on the bidder or on the bidder’s shareholders. Refer to the database link on

the National Treasury Website www.treasury.gov.za.

i) Declaration of Bidder’s Past Supply Chain Management Practises (SBD 8 form attached).

j) Declaration of interest (SBD 4 form attached).

k) Preference claim form (SBD 6.1 form attached) supported by your B-BEE contribution level

certificate. (Refer to the SBD 6.1 form for further details).

l) Competitive bidding declaration (SBD 9 form attached).

m) Submission of the General Conditions of Contract (conditions attached).

n) Supplier Profile, including currently procured services.

o) An invitation to bid (SBD 1 form attached).

Page 54 of 104

The following printed documents must accompany the bid documents in envelope B for pricing

evaluation:

a) A price schedule (SBD 3.2 forms attached). As the envisaged details will not fit on the

form, attach detail schedules to the form. This includes the costing schedule as specified in

this invitation document

b) Rate sheet for all services provided in this contract.

c) The cost schedules must clearly stipulate costs by type and breakdown together with all

the relevant assumptions and information as outlined in this bid invitation.

11. CONDITIONS OF BID - GENERAL

a) Only bidders who can comply with the printing requirements of all printing specifications

(as per the costing schedule) will be considered.

b) The NRF reserves the right to inspect premises prior to awarding bid.

c) The NRF reserves the right to have any documentation submitted by the bidders inspected

by another technical body or organisation.

d) The NRF reserves the right to call interviews/ presentations with short-listed bidders before

the final selection is done.

e) The NRF will not be liable for any cost incurred by a service provider in the process of

responding to this bid, including on-site presentations and the proposal a service provider

may make and/or submit.

f) The NRF reserves the right to withdraw and cancel the bid.

g) The NRF reserves the right not to evaluate bids not submitted in the format specified in this

document.

h) The NRF does not consider late bids.

i) Any effort by a bidder to influence bid evaluation, bid comparisons or bid award decisions

in any manner, may result in rejection of the bid concerned.

j) The successful bidder is informed through a written letter of acceptance, which in

conjunction with elements detailed in the Standard Bidding Document 7 forms the contract

between the NRF and the Bidder.

The NRF reserves the right to summarise the above contract into a single document.

Page 55 of 104

k) The NRF reserves the right to award part of a bid and not the whole bid.

l) The NRF reserves the right to award a bid to more than one bidder.

m) The NRF reserves the right to perform spot checks to ensure that prices are market

related.

n) The NRF reserves to itself the right to consider and approve any revision to the firm prices

submitted by bidders. Revision to the firm prices is considered only for years two and three

on submission of detailed motivation

o) If the service provider fails to deliver within deadlines as specified in Scope of Work, the

service provider will be liable for any costs incurred by SAASTA to have the specific

material printed and delivered by a third party.

p) The NRF reserves the right not to accept the lowest cost proposal. The NRF reserves the

right to award the bid based on demonstrated value for money (price /value comparable)

even if it is not the lowest price.

q) The NRF expects the successful service provider to sign a general confidentiality

agreement with the NRF.

r) The bid has a validity period of 120 days from date of closure of the call / bid.

s) The National Treasury General Conditions of Contract, as attached, apply to this contract.

Intellectual Property

t) All the information contained in this document is intended solely for the purposes of

assisting bidders to prepare their bids. Any use of the information contained herein for

other purpose than those stated in this document is prohibited.

u) The ownership and intellectual property rights of all designs, specifications, programming

code and all other documentation provided by the NRF to the bidder, both successful and

unsuccessful, remains the property of the NRF.

Delivery Timelines and payment

a) Sign off / acceptance of delivery.

b) No payment is made for outstanding deliverables. The NRF shall not pay for any

unproductive or duplicated time spent by the service provider.

Page 56 of 104

12. CLOSING DATE OF THE BID

The closing date of the bid is 16th April 2012 at 11h00. Bids delivered physically or couriered to:

National Research Foundation

CSIR South Gate

Meiring Naude Road

Brummeria, 0184 PRETORIA

13. Contact Details

Should prospective bidders require clarification on this bid, or require any further explanation regarding

the requirements, the following contact details provided on page 3 of this Bid Invitation document shall

apply.

14. BACKGROUND TO THE NATIONAL RESEARCH FOUNDATION

The National Research Foundation Act No. 23 of 1998 established the National Research Foundation

(NRF). The functions of the NRF are to:

a) promote the development of appropriate human resources and research capacity in the

areas of science and technology;

b) stimulate, promote, support and protect research in the field of indigenous technology;

c) obtain funds for research, both locally and abroad;

d) allocate funds for research and promote multi-disciplinary collaboration through the

divisions;

e) promote and support research by the awarding of contracts, grants, scholarships or

bursaries to persons or research institutions;

f) evaluate the status and needs of research;

g) provide financial support for the acquisition or establishment of research facilities by

research institutions;

h) review research proposals and results promoted by the Foundation;

i) promote the transfer of technology and the implementation of research results and

findings;

Page 57 of 104

j) facilitate and promote nationally and internationally liaison between researchers and

research institutions;

k) promote participation in international scientific activities through maintaining membership of

appropriate international science organizations;

l) make available scientific knowledge or technology through any medium;

m) administer, support and monitor the operation of national facilities;

n) promote the provision of an information infrastructure linking research institutions to

facilitate co-operation and sharing of research information and knowledge;

o) compile and maintain a national registry of research funded by the Foundation;

p) Initiate liaison with structures involved in the protection of intellectual property rights.

The NRF is a Schedule 3A Entity in terms of the Public Finance Management Act (PFMA) of

1999 (Act 1 of 1999 as amended by Act 29 of 2000). The NRF Board ensures that the NRF

maintains effective, efficient and transparent systems of supply chain, financial and risk

management and internal controls. The NRF Board supports Section 217 of the Constitution by

ensuring that all procurement and related supply activities conducted by the NRF are

transparent, equitable, cost effective, competitive, ethical and fair to achieve the optimum levels

of value for money.

Page 58 of 104

SBD 2

TAX CLEARANCE CERTIFICATE REQUIREMENTS

It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory

arrangements have been made with South African Revenue Service (SARS) to meet the bidder’s tax

obligations.

1. In order to meet this requirement bidders are required to complete in full the attached 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 the 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 the 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 59 of 104

SBD 3.1

PRICING SCHEDULE – FIRM PRICES

(PURCHASES)

NOTE ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED

IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A

SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT

Name of bidder Bid number

Closing Time 11:00 Closing date

OFFER TO BE VALID FOR FROM THE CLOSING DATE OF

BID.

ITEM

NO

QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCY

**(ALL APPLICABLE TAXES

INCLUDED)

Page 60 of 104

Page 61 of 104

Required by

At:

Brand and model

Country of origin

Does the offer comply with the specification(s)? *YES/NO

If not to specification, indicate deviation(s)

Period required for delivery

*Delivery: Firm/not firm

Delivery basis

Note: All delivery costs must be included in the bid price, for delivery at the prescribed destination.

** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance

fund contributions and skills development levies.

Page 62 of 104

*Delete if not applicable

Page 63 of 104

SBD 4

DECLARATION OF INTEREST

1. Any legal person, including persons employed by the state¹, 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, a limited bid, a proposal or 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-

- the bidder is employed by the state; and/or

- 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:

Page 64 of 104

¹“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; or

(e) Parliament..

²”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.

2.2 Identity Number:

2.3 Position occupied in the Company (director, trustee, shareholder², member):

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? YES/NO

2.7.1 If so, furnish the following particulars:

Name of person/director/trustee/shareholder/member:

Page 65 of 104

Name of state institution at which you or the person connected to the

bidder is employed

Position occupied in the state institution:

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.)

2.7.2.2 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

YES/NO

Page 66 of 104

business with the state in the previous twelve months?

2.8.1 If so, furnish 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?

YES/NO

2.9.1 2.9.1 If so, furnish 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?

YES/NO

2.10.1 If so, furnish 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

2.11.1 If so, furnish particulars:

Page 67 of 104

3. Full details of directors/trustees/members/shareholders.

Full Name Identity

Number

Personal

Income Tax

Reference

Number

State Employee

Number/Persal

Number

Page 68 of 104

4. 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 Date

Position Name of bidder

November 2011

Page 69 of 104

SBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE

PREFERENTIAL PROCUREMENT REGULATIONS 2011

This preference form must form part of all bids invited. It contains general information and serves as

a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status

Level of Contribution

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL

CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE,

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 exceed R1 000 000 (all applicable taxes included) and

therefore the 90:10 system shall be applicable.

1.3 Preference points for this bid shall be awarded for:

Page 70 of 104

(a) Price; and

(b) B-BBEE Status Level of Contribution.

1.3.1 The maximum points for this bid are allocated as follows:

POINTS

1.3.1.1 PRICE 90

1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 10

Total points for Price and B-BBEE must not exceed 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;

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;

Page 71 of 104

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

Page 72 of 104

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.

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:

Page 73 of 104

80/20 or 90/10

min

min180

P

PPtPs

or

min

min190

P

PPtPs

Where

Ps = Points scored for comparative price of bid under consideration

Pt = Comparative price of bid under consideration

Pmin = Comparative price of lowest acceptable bid

5. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTION

5.1 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 10 20

2 9 18

3 8 16

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant 0 0

Page 74 of 104

contributor

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.

Page 75 of 104

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

7.1 below:

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 SUB-CONTRACTING

8.1 Will any portion of the contract be sub-contracted? YES / NO

(delete which is not applicable)

8.1.1 If yes, indicate:

(i) what percentage of the contract will be subcontracted? ............……………….…%

Page 76 of 104

(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 77 of 104

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

Page 78 of 104

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;

(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

(e) forward the matter for criminal prosecution

WITNESSES:

1.

SIGNATURE(S) OF BIDDER(S)

2.

DATE

ADDRESS

Page 79 of 104

SBD 7.1

CONTRACT FORM - PURCHASE OF GOODS/WORKS

THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE SUCCESSFUL BIDDER (PART 1)

AND THE NATIONAL RESEARCH FOUNDATION AS THE PURCHASER (PART 2). BOTH

FORMS MUST BE SIGNED IN THE ORIGINAL SO THAT THE SUCCESSFUL BIDDER AND THE

PURCHASER WOULD BE IN POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR

THEIR RESPECTIVE RECORDS.

PART 1 (TO BE FILLED IN BY THE BIDDER)

1. I hereby undertake to supply all or any of the goods and/or works described in the attached

bidding documents to NATIONAL RESEARCH FOUNDATION in accordance with the

requirements and specifications stipulated in bid number………..……….. at the price/s

quoted. My offer/s remains binding upon me and open for acceptance by the purchaser

during the validity period indicated and calculated from the closing time of bid.

2. The following documents shall be deemed to form and be read and construed as part of

this agreement:

(i) Bidding documents, viz

- Invitation to bid;

- Tax clearance certificate;

- Pricing schedule(s);

- Technical Specification(s);

- Preference claims for Broad Based Black Economic Empowerment Status

Level of Contribution in terms of the Preferential Procurement Regulations

Page 80 of 104

2011;

- Declaration of interest;

- Declaration of bidder’s past SCM practices;

- Certificate of Independent Bid Determination

- Special Conditions of Contract;

(ii) General Conditions of Contract; and

(iii) Other (specify)

3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the

price(s) and rate(s) quoted cover all the goods and/or works 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 accept full responsibility for the proper execution and fulfilment of all obligations and

conditions devolving on me under this agreement as the principal liable for the due

fulfilment of this contract.

5. I declare that I 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 …….……………

Page 81 of 104

SBD 7.1

CONTRACT FORM - PURCHASE OF GOODS/WORKS

PART 2 (TO BE FILLED IN BY THE NATIONAL RESEARCH FOUNDATION)

1. I…………………………………………………………………………………………….. in my capacity

as…………………………………………………..........................................................................

accept your bid under reference number ………………dated………………………for the supply of

goods/works indicated hereunder and/or further specified in the annexure(s).

2. An official order indicating delivery instructions is forthcoming.

3. I undertake to make payment for the goods/works delivered in accordance with the terms and

conditions of the contract, within 30 (thirty) days after receipt of an invoice accompanied by the

delivery note.

ITEM NO.

PRICE (ALL APPLICABLE

TAXES INCLUDED)

BRAND DELIVERY

PERIOD

B-BBEE STATUS LEVEL

OF CONTRIBUTION

MINIMUM THRESHOLD FOR LOCAL PRODUCTIO

N AND CONTENT (if applicable)

Page 82 of 104

4. I confirm that I am duly authorised to sign this contract.

SIGNED AT ………………………………………ON………………………………..

NAME (PRINT) …………………………………….

SIGNATURE …………………………………….

OFFICIAL STAMP

WITNESSES

1. ………………………

Page 83 of 104

SBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN

MANAGEMENT PRACTICES

1 This Standard Bidding Document must form part of all bids invited.

2 It serves as a declaration used by institutions in ensuring that when goods and services are

being procured, all reasonable steps are taken to combat the abuse of the supply chain

management system.

3 The bid of any bidder may be disregarded if that bidder, or any of its directors have-

a. abused the institution’s supply chain management system;

b. committed fraud or any other improper conduct in relation to such system; or

c. failed to perform on any previous contract.

4 In order to give effect to the above, the following questionnaire must be completed and

submitted with the bid.

Item Question Yes No

4.1 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.treasury.gov.za) and can be accessed by clicking on its link at

the bottom of the home page.

Yes

No

Page 84 of 104

4.1.1 If so, furnish particulars:

4.2 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)?

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 home page.

Yes

No

4.2.1

If so, furnish particulars:

4.3 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?

Yes

No

4.3.1 If so, furnish particulars:

4.4 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?

Yes

No

4.4.1 If so, furnish particulars:

Page 85 of 104

SBD 8

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

Js365bW

Page 86 of 104

SBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement

between, or concerted practice by, firms, or a decision by an association of firms, if it is between

parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive

bidding is a pe se prohibition meaning that it cannot be justified under any grounds.

3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must

take all reasonable steps to prevent abuse of the supply chain management system and

authorizes accounting officers and accounting authorities to:

a. disregard the bid of any bidder if that bidder, or any of its directors have abused the

institution’s supply chain management system and or committed fraud or any other

improper conduct in relation to such system.

b. cancel a contract awarded to a supplier of goods and services if the supplier committed

any corrupt or fraudulent act during the bidding process or the execution of that contract.

4 This SBD serves as a certificate of declaration that would be used by institutions to ensure that,

when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be

completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to

compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers

who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an

agreement between competitors not to compete.

Page 87 of 104

SBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

___________________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

NATIONAL RESEARCH FOUNDATION

(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:

________________________________________________________________________________

(Name of Bidder)

that:

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:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their

qualifications, abilities or experience; and

Page 88 of 104

(c) provides the same goods and services as the bidder and/or is in the same line of

business as the bidder

³ 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.

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 consortium³ 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:

(a) prices;

(b) geographical area where product or service will be rendered (market allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and conditions of the

bid; or

(f) 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.

Page 89 of 104

………………………………………………… …………………………………

Signature Date

…………………………………………………. …………………………………

Position Name of Bidder

Js914w 2

Page 90 of 104

Page 91 of 104

Page 92 of 104

Page 93 of 104

Page 94 of 104

Page 95 of 104

Page 96 of 104

Page 97 of 104

Page 98 of 104

Page 99 of 104

Page 100 of 104

Page 101 of 104

Page 102 of 104

Page 103 of 104

Page 104 of 104