THE PUBLIC SERVICE SECTOR EDUCATION TRAINING AUTHORITY

Terms of Reference

BID REF: RPL/PSETA/08-14

Appointment of accredited Training Providers for the training of Recognition of Prior Learning (RPL) Advisors in the Public Service Sector

Closing Date: Monday, 22nd September 2014

Closing Time: 11h00

No late applications will be accepted

No electronic bid applications will be accepted

TABLE OF CONTENTS

1. INTRODUCTION 3

2. BACKGROUND & CONTEXT 3

3. RATIONALE AND PURPOSE 4

4. SCOPE OF WORK 4

5. METHODOLOGY AND APPROACH 5

6. COMPETENCY AND EXPERTISE REQUIREMENTS 6

7. TIME LINES OF THE PROJECT 6

8. QUALITY AND REPORTING REQUIREMENTS 7

9. PRICING 7

10. EVALUATION PROCESS 7

11. FORMAT OF THE BID SUBMISSION 10

12. IMPORTANT INFORMATION FOR BIDDERS 11

1.  INTRODUCTION

This document outlines the terms of reference for the training of Recognition of Prior Learning (RPL) Advisors in the Public Service Sector. The PSETA intends to secure services of an accredited training provider to deliver training that is aligned to the following unit standard:

SAQA ID / Unit Standard Title / NQF Level / Credits
116587 / Develop, support and promote RPL practices / 7 / 10

2.  BACKGROUND & CONTEXT

The Public Service Sector and Education Authority (PSETA) is a Sector Education and Training Authority (SETA) established by the Skills Development Act 97 of 1998 as amended as the custodian for Quality Assurance of transversal training at all levels in the public service sector. This is done through appropriate, adequate and accessible skills development, training and education. The PSETA objectives are aligned with the Skills Development Act and those of the National Skills Development Strategy (NSDS). The PSETA emphasizes the need to identify skills shortages and increase public sector investments in skills development, as well as return on investment.

One of the key initiatives undertaken by the PSETA to carry out its mandate includes the establishment of the Education and Training Quality Assurance (ETQA) department which is responsible for promoting quality learning as per the National Qualifications Framework (NQF) and Quality Council for Trades and Occupations (QCTO) requirements.

3.  RATIONALE AND PURPOSE

The PSETA commissioned an exploratory study on the complexities of implementing RPL in South Africa in the financial year 2012 – 2013. The study was prompted by the severe lack of RPL enrolment in the public service sector. The study highlighted the following as some of the main factors:

·  Lack of institutional preparedness; and

·  Lack of trained RPL practitioners in the sector.

The training of RPL Advisors will aim to address the identified challenges as indicated above and improve RPL learner uptake.

The Department of Public Service and Administration (DPSA) finalized a policy and procedure on the Recognition of Prior Learning which was approved in 2013. Subsequent to that, a pilot project was undertaken in three provinces and one National Department wherein the need for the establishment of a centrally located Coordinating Desk (within DPSA) as well as having RPL Advisors in every department, was identified. The RPL Advisors will serve as a conduit between each department and the Coordinating Desk, RPL Providers, Moderators and Assessors.

4.  SCOPE OF WORK

4.1.  To train RPL Advisors from the Public Service Sector in all nine (9) provinces and National Departments in line with the unit standard 116587 Develop, support and promote RPL practices NQF 7, 10 credits.

4.1.1.  Prospective bidders are required to bid according to the four clusters of Provinces indicated in the table below;

4.1.2.  Bidders may apply for all four clusters and are requested to indicate the cost separately per Province noting that training will be conducted separately in each Province; and

4.1.3.  The appointment of the successful bidders will be limited to a minimum of two bidders for the training covering all four clusters i.e. two clusters per bidder. The cluster allocation to the successful bidders will be determined by the Bid Evaluation Committee

4.1.4.  The table below depicts the clusters of Provinces and the number of RPL Advisors in each cluster:

CLUSTER OF PROVINCES / NUMBER OF RPL ADVISORS PER CLUSTER
Gauteng including National Departments / 119
KwaZulu Natal, Free State and Northern Cape / 74
North West, Limpopo and Mpumalanga / 72
Western Cape and Eastern Cape / 50
TOTAL / 315

NB: The actual number per Province will be communicated to bidders at the Briefing session

4.2.  As part of the training initiative the following is required:

4.2.1.  Plan and prepare for the training;

4.2.2.  Facilitate training;

4.2.3.  Conduct assessment in line with the principles of good assessment;

4.2.4.  Conduct internal moderation;

4.2.5.  Quality assurance of learner achievements; and

4.2.6.  Learner certification.

4.3.  Provide catering for the learners for sessions held in each Province. (the venues will be provided by the Province)

5.  METHODOLOGY AND APPROACH

The Training Provider will undertake the following:

5.1.  Attendance of the project scoping meeting at the PSETA;

5.2.  Signing of the Service Level Agreement/contract;

5.3.  Learner induction;

5.4.  Learner uploaded onto the QAP MIS;

5.5.  Proof of learner attendance – attendance registers;

5.6.  Portfolio of Evidence (PoE) development to be part of the five day training;

5.7.  Learners to be supported in submitting the PoE by the end of the 5th day;

5.8.  All learners PoE’s to be compiled and submitted – PoE registers;

5.9.  Verification conducted by the ETDP SETA – verification report;

5.10.  Learner statement of results (from ETDP SETA) submitted to the PSETA;

5.11.  Proof of provider RPL capacity building – attendance registers/minutes of meetings;

5.12.  Close out report submitted to the PSETA; and

5.13.  Project closed.

6.  COMPETENCY AND EXPERTISE REQUIREMENTS

The Training Provider must meet the following requirements:

6.1.  Be accredited for the unit standard 116587 (Develop, support and promote RPL Practices). Proof to be submitted

6.2.  Have the relevant experience and expertise in the related field;

6.3.  Must have good training project methodology and approach;

6.4.  Have an experienced project team;

6.5.  Indicate the readiness to deliver as per the required timeframes;

6.6.  Indicate history of successful implementation of similar projects;

6.7.  Be cost effective in the approach to this project;

6.8.  Must be able to provide fair learner guidance and support;

6.9.  Must have an understanding of the project scope;

6.10. Be able to provide Impact orientated training delivery – value for money; and

6.11. Must be able to be risk conscious in project planning and execution.

7.  TIME LINES OF THE PROJECT

The duration of the contract will be for a period of three months from the date of appointment.

8.  QUALITY AND REPORTING REQUIREMENTS

The Training Provider will report directly to the ETQA Manager or to the delegated representative, as and when required. Qualitative management of the service and performance must be overseen by the training provider.

9.  PRICING

The proposed total pricing must be inclusive of vat indicating the breakdown of the cost per province.

The PSETA may require a breakdown of rates on any of the services/items priced and training providers are required to provide same.

10. EVALUATION PROCESS

The bids will be evaluated on the 90/10 principle with 90 points being allocated for price and 10 points allocated for B-BBEE, once the minimum functionality criteria are met.

10.1 The evaluation will be based on:

Phase 1 : Mandatory Requirements
Phase 2 : Functionality Evaluation
Phase 3 : Preferential Point System / Points
Price / 90
B-BBEE status level of contribution / 10
Total / 100

10.1.1 PHASE 1 – MANDATORY REQUIREMENTS

Bids that do not comply with the mandatory requirements will not be considered for Phase 2 evaluation.

Phase 1 – Mandatory Requirements

CRITERIA / YES / NO
1. / Unit Standard 116587 accreditation
(Develop, support and promote RPL practices)
An Accreditation letter reflecting the unit standard code and description

10.1.2 PHASE 2 – FUNCTIONALITY EVALUATION

Bids must meet the minimum eligibility criteria in respect of functionality of 85 points out of a 100 points that will be awarded for functionality before they are considered further.

Any bid that does not meet the minimum eligibility threshold will be automatically disqualified.

The functionality criteria together with the maximum points to be awarded are set out below:

Phase 2

NO / EVALUATION CRITERIA / GUIDELINES FOR CRITERIA APPLICATION / WEIGHT
1 / The capacity and capability to implement the training in all nine provinces within the 3 (three) month period / ·  A minimum of 3 (three) facilitators with subject matter expertise(Curriculum Vitaes to be included)
·  Constituent assessors and moderators (proof of registration with the relevant ETQA body)
·  Experience of the team in the related field / 40
2 / History of successful implementation of a similar project / ·  Three (3) reference letters to be submitted as proof in support of this requirement / 10
3 / Submission of a project plan / A project plan showing work breakdown and estimated timelines:
·  Learner centered training Implementation approach and methodology
·  Training methods
·  Proposed training, progress reports and close-out report dates
·  Risk and contingency measures to mitigate the risk foreseen in the implementation of the project
·  Assessment and moderation plan / 30
4 / Readiness to implement and complete within the required timeframes / ·  Time frames indicated / 20
Total / 100

10.1.3 PHASE 3 – PREFERENTIAL POINT SYSTEM SCORING

Bids must score a minimum of 85 points in the functionality evaluation phase 2 to proceed to phase 3 of the evaluation.

Applicants meeting the minimum functionality criteria, will then be scored on the 90/10 principle, based on their price and B-BBEE ratings respectively.

The applicant with the highest total number of points will be awarded the contract.

11. FORMAT OF THE BID SUBMISSION

Technical Proposal

1.  Letter of Application

2.  Company Profile

3.  Team member names and roles

4.  Track record and experience

5.  Project Plan

6.  Submission of all applicable documents as indicated below:

·  An original, valid Tax clearance certificate or Proof of exemption from SARS;

·  A valid certified copy of the B-BBEE Status Level Verification certificate,

·  Accreditation letter for unit standard 116587

·  The completed and signed Standard Bidding documents (SBD)

o  SBD 1

o  SBD 4

o  SBD 6.1

o  SBD 8

o  SBD 9

·  Copy of the registration document of the organisation;

·  The Bank stamped Banking Details Form

Financial Proposal

7.  Pricing Schedule

12. IMPORTANT INFORMATION FOR BIDDERS

1.  COMPULSORY BRIEFING SESSION

A briefing session will be held as follows:

Venue : PSETA Boardroom,

2nd Floor, Sanlam Building,

353 Festival Street,

Hatfield, Pretoria

Tel: 012-4235700

Date: Wednesday, 10th September 2014

Time: 10h30 -11h30 – First session

12h30 -13h30 – Second session

Either one of the sessions must be attended.

The Briefing session is compulsory.

Attendance/non attendance of the Briefing session must be indicated on the Technical proposal

Note: Bids submitted by bidders who have not attended the compulsory briefing session will not be evaluated.

2.  Bids must be submitted in four (4) hard copies including one (1) original.

3.  The bid proposal must be submitted in two separate envelopes :

a.  Technical proposal – submission should indicate adherence to the Bid Specification in all aspects except the pricing

b.  Financial Proposal – submission should indicate the pricing schedule

4.  Consortium/Joint Ventures must submit their consolidated tax clearance certificates, B-BBEE certificates and other relevant documents to qualify.

5.  All the SBD documents must be completed, signed and submitted. Failure to do so will disqualify the bid.

Bid applications must be submitted to:

Ms Anne Gideon

Manager: Supply Chain Management

The PSETA

2nd Floor, Sanlam Building

353 Festival Street, Hatfield

Pretoria

By no later than Monday, 22nd September 2014 at 11h00

No late applications will be accepted

No electronic bid applications will be accepted

Please direct all queries to Ms Anne Gideon via email on or telephonically on 012-4235700

Approved 29th August 2014

6 | Page Terms of Reference: Training of RPL Advisors RPL/PSETA/08-14