Tender No. CSS 14-2016/17

/ TENDER FOR THE APPOINTMENT OF AN ACCREDITED SERVICE PROVIDER TO CONDUCT TRAINING ON VEHICLE, MACHINERY AND EQUIPMENT (VEM) OPERATIONS.

DESCRIPTION OF THE SERVICE

TENDER FOR THE APPOINTMENT OF AN ACCREDITED SERVICE PROVIDER TO CONDUCT TRAINING ON VEHICLE, MACHINERY AND EQUIPMENT (VEM) OPERATIONS.

  1. SCOPE

Tshwane Leadership and Management Academy and technical departments with relation to City of Tshwane require training of technical staffin Vehicle, Machinery and Equipment(VME). To accomplish this, the Academy is requesting accredited training providers who meet these specifications in this request for proposals.

  1. PROCUREMENT STRATEGY

The quantities of personnel to be trained are only approximate figures andthe Municipality does not guarantee to train the full quantity of personnel.

  1. COURSE

The course should cover the following areas with regards to truck Mounted Crane and Mobile Elevating works platform courses NQF level3 and in line with Vehicle, Equipment and Machinery: OHS (Act 85 of 1993) requirements.

Legislation, Component and check, Operating the truck crane, Lifting and handling loads, Safety rules, Wire ropes, Drums and sheaves, Inspecting rigging hardware, Slings and loads, Certification.

3.1.Duration of course

As outlined/required by the legislation

3.2.Assessment

The assessment must be conducted after each course to all candidates on the truck Mounted crane course to ensure competence of the leaners.

3.3.Learning Material

The learning material/manuals must be issued by the provider to all leaners attending the course.

3.4.Venue

Courses will be presented at City of Tshwane’s various depots.

3.5.Refreshments

The City of Tshwane will not provide refreshments during the course.

3.6.Equipment

The truck Mounted crane and Mobile Elevating works Platform will be made available by the City of Tshwane for all the training sessions.

3.7.Certification

The service provider must issue certificates of competency to learners within one month after completion of the training programme. The service provider must submit the assessment papers and procedures to the COT beforehand as well as the assessment criteria. The provider must attach the course content with the detailed training outcomes, types and process of assessment.

3.8.Qualification (Mandatory Requirements)

The provider must meet the following requirements: (All relevant documents must form part of the tender bid submission)

  • The provider must be an accredited training service provider registered by South African Qualification Authority or relevant SETA.
  • The training provider must provide the relevant Department of Labour Registration number.
  • The provider must attach the course content with the detailed training outcomes, types and process of assessment.
  • Letter of good standing(from the Department of Labour)
  • Certificate of facilitators, assessors and moderator

Failure to supply the above documentations will lead to disqualification

3.9.Nominal References

The latest revisions of the following documents shall apply.

SANS 9001:2008: Quality managementSystems:Requirements.

OSHACT: Occupational Health and SafetyAct (Act 85 of 1993)

SAQA:South African Qualification Authority Act No.58 of 1995.

The price provided per course must include cost per learner, qualified facilitators, registered assessors, registered moderators, training manuals, issuing of certificates, administration.

  1. DURATION OF THE FACILITATION

The total number of days for the program presentation must be clearly specified by the service provider and the number of learners that will be trained per programme.

  1. PROFESSIONAL SERVICE PROVIDER COMPETENCY REQUIREMENTS

The accredited training service provider must be an established and experienced education, training and development company with expertise and with a good track record within local government, and the academic public sector training environment, and provide references reflective of this.

  1. EVALUATION CRITERIA

Only bidders who will score a minimum score of 70 points in respect of the following functionality criteria will be recommended for short listing.

100 points are allocated for functionality. The quality criteria and maximum score in respect of each of the criteria are as follows

The following Functionality Criteria will apply to this bid:

Criteria / Sub-Criteria / Scale / Weight / Total Points
Facilitators provided proof and evidence of appropriate professional qualifications such as: National Certificate in Occupationally Directed Education Training and Development Practices or ETDP Facilitation, assessor and moderator certificates / All prove provided
Not all prove provided / 4
3 / 5 / 30 points
Examples of previous work, including reference letters from two companies on their company letter head. / 2- reference attached
1- reference attached / 6
4 / 5 / 30 points
Assessors and moderators registered as assessors and moderators with the SETA and proof of registration / Prove of registration attached
Prove not attached / 5
0 / 5 / 15 points
Locally based company ( city of Tshwane)
Gauteng based company
Outside Gauteng / Enterprises located within CoT municipal area
Enterprise located in Gauteng
Enterprise located outside Gauteng / 5
2
1 / 5 / 25 points
Total points / 100
  1. PRICING INSTRUCTIONS
PART C2:PRICING DATA
CONTENTS
C2.1PRICING INSTRUCTIONS
C3.5PRICING SCHEDULE
General
1.1This section provides the tenderer with guidelines and requirements with regard to the completion of the Price Schedule. The Schedule has to be completed in black ink and the tenderer is referred to the Tender Specifications in regard to the correction of errors.
1.2The Price Schedule shall be read with all the documents which form part of this Contract.
1.3The following words shall have the meanings hereby assigned to them:
Unit:The unit of measurement for each item of work in terms of the Specifications and the Project Specifications.
Quantity:The number of units of work for each item.
Rate:The payment per unit of work at which the tenderer tenders to do the work.
Amount:The product of the quantity and the rate tendered for an item.
Lump sum:An amount tendered for an item, the extent of which is described in the Price Schedule, the Specification and the Scope of Work, but the quantity of work of which is not measured in any units.
Estimated quantities required over a year: This is only a guide on what volumes might be required and the COT is under no obligation to buy the same volumes during the next year. Volumes can differ due to the operational requirements of the COT. Please note that the quantity was based on consumption over the one year
  1. Units of Measurements
The units of measurement described in the Price Schedule are metric units.
Abbreviations used in the of Quantities are as follows:
mm=millimetreh=hour
m=metrekg=kilogram
km=kilometret=ton (1000kg)
m2=square metreno.=number
m2.pass=square metre passsum=lump sum
ha=hectareMN=meganewton
m3=cubic metreMN.m=meganewton-metre
m3.km=cubic metre-kilometrePC sum=Prime Cost sum
l=litreProv sum=Provisional sum
kl=kilolitre%=Per cent
MPa=megaspascalkW=kilowatt
  1. Rates
This price list has columns for quantity, rate and price for the goods. Entries in these columns are made as follows:
2.1.If the Supplier is to be paid an amount for the goods which is a fixed price for an item or a fixed price for each of a series of items, the tendering supplier enters the amount in the price column only, the other two columns being left blank.
2.2.If the Supplier is to be paid an amount for the goods which is the unit rate for each item multiplied by the quantity of the item supplied, (i.e. a ‘Price Schedule’ arrangement) - the tendering supplier enters the rate which is then multiplied by the quantity (which has been entered either by him or by the Purchaser) to produce the price which is also entered.
2.3.If the Supplier is to be paid an amount for an item of the goods which is the rate multiplied by the quantity supplied -whatever that quantity turns out to be (i.e. a ‘schedule of rates’ arrangement) - the tendering supplier enters the rate only, the other two columns being left blank. The tendering supplier’s offer cannot include a total of the prices which covers all the items which the Supplier has to supply if any of the supply is dealt with using items with a rate only.
CORRECTION OF ENTRIES MADE BY TENDERER
Any entry made by the Tenderer in the Price Schedule, forms, etc, which the tenderer desires to change, shall not be erased or painted out. A line shall be drawn through the incorrect entry and the correct entry shall be written above in black ink and the full signature of the Tenderer shall be placed next to the correction.
2.4.Rate only entries must not be made for work covered by other items.
  1. PRICING
Prices and costs must be VAT Inclusive. Costs must also clearly indicate or describe expenditure for all work to be undertaken i.e. facilitation, marking of POEs, Assessments, moderation, Certification, etc. The provider must provide one quotation for the total cost of presenting a learning program and assessment plan inclusive of all activities envisaged for all the unit standards.
Item / Total cost per learner per course, specify duration of the course ie. 3 days (VAT Inclusive) / Total cost for program facilitation, assessment, moderation for
Facilitation, Assessment, Moderation
1
2
  1. COMPULSORY BRIEFING SESSION
None required
  1. VALIDITY PERIOD
The Validity period for the tender after closure will be 60 days
  1. COMPULSORY BRIEFING SESSION
None required
  1. The evaluation will be done as follows;
Stage 1: Administrative Evaluation
All the proposals will be evaluated against the Administrative requirements.
Stage 2:Mandatory Requirements
All proposal will be evaluated against the mandatory requirements list as set out in page 2.
Non-submission of the above listed documents in (page 02) will lead to disqualification. The bidder will not be evaluated further.
Stage 3:Functional Criteria
Bidders complying with ALL the requirements on stage 1 & 2 will be evaluated against the Functional Evaluation Criteria as set. Bidders must score 70 points or more out of a total 100 points allocated for Functional criteria. Bidders that score less than 70 points will be disqualified and will not be evaluated further.
Stage 4:Preference Point System

The preferential points to be used will be 80/20 points system.

  • 80 points for price
  • 20 points for B-BBEE status (service provider to submit the copy of the B-BBEE level rating certificate).
  1. Evaluation in terms of the 80/20 preference point system

The bid will be evaluated in terms of the 80/20 point system as stipulated in the Preferential Procurement Regulations, 2011. 80 points will be allocated for price and 20 points for attaining the B-BBEE status level of contributor.

Points for price will be calculated only for shortlisted bidder/s as follows:

Where

Ps =Points scored for competitive price of bid or offer under consideration

Pt=Competitive price of bid or offer under consideration; and

Pmin=Competitive price of lowest acceptable bid or offer

The maximum possible score that can be achieved for price is 80 points

NB: Bidders are required to, together with their bids submit original and valid B-BBEE status level verification certificates or certified copies to substantiate their B-BBEE rating claims. A bid will not be disqualified from the bidding process if the bidder does not submit a certificate substantiating the B-BBEE status level of contribution nor is a non-compliant contributor. Such a bidder will score 0 out of maximum of 20 points for B-BBEE.

B-BBEE Status Level of Contributor / Number of points (80/20 system)
1 / 20
2 / 18
3 / 16
4 / 12
5 / 8
6 / 6
7 / 4
8 / 2
0

Note: No preference will be awarded without submitting of a valid B-BBEE certificate or a consolidated B-BEE Certificate in case of a Joint Venture, Trust or Consortium and total points scored will be calculated by adding points scored for price and B-BBEE Contributor Level.

1