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