NORTH WEST DEVELOPMENT CORPORATION (NWDC) REQUEST FOR PROPOSAL (RFP) NWDC/PRO035/2018 TERMS OF REFERENCE (TOR)

Similar documents
Request for Proposals (RFP) Moving office furniture from building 3A to building 22 and other CSIR store areas (in building 35 and 36)

Request for Proposals (RFP)

Request for Proposals:

Request for Proposals (RFP) The provision of Media Monitoring and Analyses services to the CSIR. RFP No. 770/09/06/2017

Request for Proposals (RFP) The provision of transport law specialist services for subsidised public transport contracts for the CSIR

Request for Proposals (RFP)

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP)

Request for proposals (RFP)

Request for Proposals (RFP) The provision of a full production of a high quality audio visual segment to the CSIR. RFP No.

Request for Proposals (RFP) The provision of Content Curation and User Management Services for an Online Innovation Portal to the CSIR

TERMS OF REFERENCE. Closing Date: 12 January Closing Time: 11H00. For all project-related and technical queries, please contact :

Request for Proposals (RFP)

NATIONAL LIBRARY OF SOUTH AFRICA. 228 Johannes Ramokhoase Street 5 Queen Victoria. Pretoria 8001

1. BACKGROUND

EXPRESSION OF INTEREST IN APPOINTING A PANEL OF ATTORNEYS

REQUEST FOR PROPOSALS

Iziko Scanning Electron Microscope Facility Reference: R&E/SEMSystem/12/2017

BENEFICIARY ADMINISTRATION OF FULLY SUBSIDIZED HOUSING UNITS IN VARIOUS MUNICIPALITIES IN GAUTENG PROVINCE

EXPRESSION OF INTEREST

SUPPLIER REGISTRATION FORM

DISCRETIONARY GRANT: PRIVATE SECTOR APPLICATION

APPLICATION FORM APPLICATION TO REGISTER AS A VENDOR INTO NATIONAL LOTTERIES BOARD SUPPLIER DATABASE FOR SUPPLY OF GOODS AND SERVICES

The Request for Proposal consists of the following documents, and should be read in conjunction with any Addenda issued:

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

PRELIMINARY GEO-TECHNICAL INVESTIGATIONS AND ENVIRONMENTAL IMPACT ASSESSMENT ON PORTION 21 OF THE FARM WELVERDIEND 24 JS, LIMPOPO PROVINCE:

INVITATION TO BID (SBD 1) YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS CLOSING DATE: BID DESCRIPTION

STRUCTURAL SURVEY/ASSESSMENTS TO INFORM SUSTAINABLE DEVELOPMENT OF TALANA & NKOWANKOWA HOSTELS IN TZANEEN LOCAL MUNICIPALITY RFP/LIM/013

DELMAS COAL INVITATION TO BID COVER PAGE YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THIS DELMAS COAL GUARDING SERVICE TENDER

STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN)

REQUEST FOR PROPOSALS. Thermal Imaging Cameras

Ontario College of Trades

PRE- QUALIFICATION OF SUPPLIERS FOR HOME AFRIKA LIMITED

DEPARTMENT OF FACILITIES MANAGEMENT MAINTENANCE AND SERVICES INVITATION TO TENDER

REQUEST FOR BIDS: PROCUREMENT OF ACCOMMODATION TO SUPPORT THE 2015 GRADE 12 EXAMINATION PREPARATION CAMPS

Refurbishment of the Basic Medical Sciences Building

REGISTRATION AS PREFERRED SERVICE PROVIDERS AND SUPPLIERS OF GOODS AND SERVICES ON THE PROCUREMENT DATABASE

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

REQUEST FOR PROPOSAL FOR CONSTRUCTION SERVICES FOR THE CARENAGE POLICE STATION

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Nepal Telecom. Nepal Doorsanchar Company Limited. Terms of Reference (TOR) for Consultancy Services for Marketing of Nepal Telecom s Services

Request for Expression of Interest

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

Notice for open tender Request for Proposal (RFP)

R E Q U E S T F O R P R O P O S A L S

Establishment of Computer Labs in Government Girl s Institutions of Islamabad Capital Territory Phase 2

PREQUALIFICATION DOCUMENT

CENTRAL BANK OF LESOTHO REQUEST FOR PROPOSAL

R E Q U E S T F O R P R O P O S A L S N2 P R O J E C T C O M M U N I T Y N E W S L E T T E R P R O D U C T I O N RFP/JHB/2015/013

PREQUALIFICATION DOCUMENT

R E Q U E S T F O R P R O P O S A L S ENHANCEMENT OF A PROJECT PIPELINE/PORTFOLIO MANAGEMENT SYSTEM APPLICATIONS TO BE SUBMITTED BY NOT LATER THAN

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

DISCRETIONARY GRANT: PUBLIC SECTOR APPLICATION

HANDBOOK FOR THE INDIGENOUS ECONOMIC DEVELOPMENT FUND. January 2018

Unsolicited Proposals Guidelines. Unsolicited Proposals Guidelines

Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

TOWNSHIP OF LAKE OF BAYS R.F.P REQUEST FOR PROPOSAL

Procurement of Services

(This form is for an employer applying for an apprentice programme under the centres of specialisation project)

Request for Tender. SANBI Pretoria Private Bag X101 Silverton 0184

REQUEST FOR PROPOSALS RFP# CAFTB

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX MAKUENI

REQUEST FOR PROPOSALS RFP/2017/021. Provision of Consultancy Services for Enhancement of REmap tool and preparation for the Energy Transition Model

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

Kenya Seed Company limited

GUIDELINES FOR COMPLETING THE CATHSSETA 2016/17 WINDOW 2 DISCRETIONARY GRANTS APPLICATION FORM

South Africa Global Fund Country Coordination Mechanism

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

Request For Proposal; Stockpile Tire Cleanup. Issued by Ontario Tire Stewardship

Enhancing economic empowerment through the arts. Arts & Culture Venture Capital Fund Call for Applications

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

REQUEST FOR PROPOSAL Digital Archiving Project

SACU/012/2018/O. Consultancy for the provision of Website Revamping, Hosting and Maintenance Services for the Southern African Customs Union (SACU)

MUSSOORIE DEHRADUN DEVELOPMENT AUTHORITY, TRANSPORT NAGAR, DEHRADUN

COUNTY GOVERNMENT OF BUNGOMA OFFICE OF THE COUNTY SECRETARY& HEAD OF PUBLIC SERVICE BGM/CNTY/CS/RFP/80/2017/2018 REQUEST FOR PROPOSAL FOR

Solicitation Information WATER MAIN TUCKERTOWN STATION. Water Main Project, Tuckertown Station. Water Main Project, Tuckertown Station on

RFP for Design, print and production of the Annual Report for India Brand Equity Foundation

TERMS OF REFERENCE Events Management: Gender Based Violence Conference REQUEST FOR PROPOSALS AUGUST 2017

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

Call for proposals (CFP) Ref No. TLIU 001/RIS01/2018

POLICY 6800 PROCUREMENT

DEMOCRATIC NURSING ORGANISATION OF SOUTH AFRICA (DENOSA)

Request For Proposal; Off The Road Used Tire Weights. Issued by Ontario Tire Stewardship

ROURKELA SMART CITY LIMITED

TRAINING PROVIDER APPLICATION FORM: 9 FEBRUARY 2014: RFP 2 SECOND FUNDING WINDOW 2014/2015

PEOPLES UNIVERSITY OF MEDICAL & HEALTH SCIENCES FOR WOMEN NAWABSHAH AT DISTT: SHAHEED BENAZIRABAD

DISCRETIONARY GRANT: TRAINING PROVIDER APPLICATION

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Tick the relevant programme with an X

REQUEST FOR PROPOSALS (RFP) For HAAD s COFFEE SHOP RENTAL

Uttar Pradesh State Industrial Development Corporation

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

Request for Proposals for conducting a Business Impact Analysis to prepare Business Continuity Planning for the Headquarter in Geneva.

Discretionary Grants: Call for Applications for Non-Governmental Organisation (NGOs) to upskill their employees in short skills programmes

REQUEST FOR PROPOSAL (RFP) AUDIT SERVICES. Ref: RFP/

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

Transcription:

NORTH WEST DEVELOPMENT CORPORATION (NWDC) REQUEST FOR PROPOSAL (RFP) NWDC/PRO035/2018 TERMS OF REFERENCE (TOR) THE APPOINTMENT OF A SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES IN THE NORTH WEST PROVINCE Closing Date: 17 May 2018 Time: 12:00 pm Delivery address: MMABATHO BRANCH OFFICE: NWDC (SOC) LTD 30 JAMES WATT CRESCENT MAHIKENG 2745 Work: 018 381 3665 Fax: 086 530 3265 TENDERER: APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 1

Table of Contents PURPOSE... 3 BACKGROUND... 3 PROJECT OBJECTIVES... 4 SCOPE OF WORK... 4 CONDITION... 5 EXPERTISE REQUIRED FROM SERVICE PROVIDER... 5 TIME SCHEDULE AND REPORTING REQUIREMENTS... 5 PAYMENT CONDITIONS... 6 SUBMISSION OF PROPOSALS... 6 EVALUATION AND ADJUDICATION CRITERIA... 6 OTHER CONDITIONS OF BID... 9 PHASE TWO EVALUATION ON FUNCTIONALITY... 7 TENDER COLLECTION... 9 BRIEFING SESSION... 10 CLOSING DATE AND SUBMISSIONS... 10 OPENING OF BID DOCUMENTS... 11 ENQUIRIES... 11 Annexure 1... 12 REASONS FOR DISQUALIFICATION... 13 APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 2

PURPOSE The purpose of this bid document is to appoint a suitable qualified service provider to establish and develop 50 security co-operatives in the North West Province. BACKGROUND The North West Development Corporation (NWDC) (SOC) Ltd in partnership with the Office of the Premier (OOP) seeks to appoint a suitable service provider to establish and develop fifty (50) security cooperatives in the North West Province. NWDC is State Owned entity, a scheduled 3D company in terms of the Public Financial Management Act (PFMA) No.1 of 1999. The North West Provincial Government (NWPG) holds 100% of the ordinary shares of NWDC. In terms of its mandate, the NWDC is established to assist in driving the economy of the provincial government of Bokone Bophirima by delivering developmental projects efficiently and effectively, development of small businesses and promotion by identifying entrepreneurs and opportunities, providing financial services, business premises, and business support thereby influencing the small business environment positively. In the 2017 State of the Province Address, the Honourable Premier pronounced, among other, the need to focus on growing the economies of Villages, Townships and Small Dorpies (VTSD) and in particular increasing the number of productive co-operatives. Co-operatives are formed by ordinary members of society who jointly own the company and elect a board of directors to collectively decide how the business is run. Whilst cooperatives are formed by members and decide on the running of the business, they still require support. The establishment and development of youth co-operatives in the security sector would not only be a positive contributor to the economy of the province but most importantly would impact positively on the creation of sustainable and decent jobs, as well as poverty alleviation. APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 3

PROJECT OBJECTIVES This project / assignment is intended to achieve the following primary outcomes: I. Successfully established, developed and registered security cooperatives in the province; II. Coordinate together with the Office of the Premier (OOP) the recruitment of about 1000 members of society from the following designated groups; security guards, unemployed graduates, military veterans, youth and women. III. Well trained members of cooperatives in the disciplines stated in the Scope of Work; IV. To ensure provision of both technical and business to established cooperatives to strengthen sustainability of cooperatives and V. At least three (3) unemployed graduates must be employed by the service provider to address socio economic imperatives for the duration of the contract. This would be done in liaison with the client. SCOPE OF WORK Specifically, the service provider would be expected to deliver on the following within the stated timeframes: up of 50 security cooperatives 2. Training of 1000 members in SASSETA Security Practice/Training, Customer Care, Financial Management, Occupational Health and Safety, Firefighting, 3. Registration of 50 security cooperatives with the relevant authorities and bodies in ensuring they are legal entities 4. Technical, business and financial support to the 50 cooperatives Deliverable Quantity Timeframes Responsibility of service provider 1. Establishment and setting 50 cooperatives 50 cooperatives & 1000 members 1000 members 1000 members Responsibil ity of client Penalties for nonimplementation 6 months All None As stated in SLA 6 months All Monitor process 6 months All Monitor process 2 years All Monitor process As stated in SLA As stated in the SLA As stated in the SLA APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 4

5. Management and 1000 2 years All Monitor As stated in the SLA operational supervision of members process 50 security cooperatives 6. Skills transfer and quality 1000 2 years All Monitor As stated in the SLA assurance members50 process co-operatives CONDITION NB!! The Areas targeted must be in line with the provincial focus on VTSD within the cooperatives within 18 municipalities in the Province. EXPERTISE REQUIRED FROM SERVICE PROVIDER Service providers must meet the following minimum requirements: I. A minimum of 5 years experience providing security training (PSIRA and SASSETA); II. Accreditation with SASSETA (Safety and Security, Education & Training Authority); (certified accreditation letter to be attached) III. Previous experience in establishment and training of security and/or security cooperatives would be an added advantage; IV. Minimum bank rating of C (certified confirmation or proof from the bank); V. Service provider must have an understanding of the North West environment and culture. Its employees/staff must at least be familiar with the Setswana language so as to prevent any language barriers. TIME SCHEDULE AND REPORTING REQUIREMENTS The appointed Service Provider would be required to complete the assignment within 2 years from the date of appointment. A project manager designated by the NWDC shall receive monthly reports from the Service Provider against an approved implementation report and project plan within 7 working days after the end of each month. The designated NWDC Project Manager shall also sign-off the final close-out report on behalf of the corporation. APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 5

PAYMENT The appointed Service Provider is expected to price in line with the below deliverables. Deliverable Quantity Total Cost 1. Setting up of Cooperatives 50 cooperatives 2. Training 50 cooperatives & 1000 members 3. Registration of cooperatives 1000 members 4. Technical, business and financial support to cooperatives 5. Management and operational supervision of security cooperatives 1000 members 50 Cooperatives 6. Project management fee Establishment of Total 50 cooperatives R SUBMISSION OF PROPOSALS Bidders must submit a comprehensive written proposal detailing: I. A clear plan on how the company would source funds for training as the NWDC do not have sufficient budget for training. II. Proposed implementation strategy and methodology. III. Proposed action plan, deliverables and costs/ fee structure. IV. Relevant references and V. Company profile. NB!! Failure to submit the above mentioned documents with the bid, will eliminate the bid for further consideration. EVALUATION AND ADJUDICATION CRITERIA Proposals will be evaluated in three (3) stages Stage 1: Evaluation for compliance to bid and conditions APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 6

Stage 2: Evaluation on Functionality Stage 3: Bidders passing the above will be evaluated on PPPFA EVALUATION ON COMPLIANCE, RESPONSIVENESS TO THE BID RULES AND CONDITIONS The purpose of this pre-qualification evaluation is to determine which bid responses are compliant and non-compliant with the bid specifications issued by the NWDC as part of the bid process. PHASE TWO EVALUATION ON FUNCTIONALITY A. Functionality Criteria: Minimum Threshold 70 out of 100 points The following functionality criteria will be used for evaluating all tenders/ bid proposals, where proposals must score a minimum of 70 points to qualify for further evaluation. FUNCTIONALITY Criteria Description Scores Functionality Assessment Track record Experience Financial Capacity Locality Reference of relevant experience Proof of relevant experience in conducting security training (PSIRA and/or SASSETA): Clear plan on how funds for training will be sourced for the 1000 recruits. Implementation strategy and methodology Appointment of locals during the delivery of the work. Provide up to 3 contactable references where/when similar training has been 10 PSIRA accreditation 10 SASSETA accreditation 30 Clear plan for sourcing funds in line with the project deliverables = 30 20 Implementation strategy with methodology = 20 20 1 local resource = 5 points 3-4 local resources = 10 points 5 or more local resources = 20 points 10 3 References = 10 2 References = 5 1 Reference = 3 APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 7

provided to include client name, contract value, contract term, contact person, contact details. NB!! For further evaluation, the minimum points to be scored for Functionality are 70 points. Only those bidders who achieved at least the minimum number of functionality evaluation points will be eligible to have their tenders further evaluated. 2nd STAGE: PREFERENTIAL SCORING PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000: PREFERENTIAL PROCUREMENT REGULATIONS, 2017 CRITERIA DESCRIPTION SCORE (%)- Price Price and B- BBEE SPECIAL CONDITIONS The 80/20 preference point system is applicable to bids* with a Rand value equal to, or above R30 000 and up to a Rand value of R50 million (all applicable taxes Included). 80 20 B- BBEE i. The successful bidder shall upon receipt of written notification of award of the bid, be required to conclude a Service Level Agreement (SLA) with NWDC. ii. The SLA will serve as a tool to measure, monitor and assess the suppliers performance level and ensure effective delivery of service, quality and value add. iii. The bidder shall render all or any of the services described in the tender document in line with the terms and conditions and in accordance with the specifications stipulated in this tender document (and which shall be taken as part of, and incorporated into, this Proposal at the prices inserted therein). APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 8

iv. The bidder hereby agrees that the offer (unit price x quantity) herein shall remain binding upon him/her and receptive for acceptance by the Corporation during the validity period indicated and calculated from the closing hour and date of the Tender; v. The bidder furthermore confirms that he/she has satisfied himself/herself as to the correctness and validity of his/her Tender response that the price(s) and rate(s) quoted cover all the work/item(s) specified in the Tender response documents and that the price(s) and rate(s) cover all his/her obligations under a resulting contract and that he/she accept that any mistakes regarding price(s) and calculations will be at his/her own risk. vi. The service Providers might be required to do a formal presentation whereby they will receive three (3) days notification from NWDC as such. OTHER CONDITIONS OF BID The bidder must be registered on the Central Supplier Database (CSD) prior the award. A valid original or certified copy of BBBEE certificate must be submitted with the bid OR Sworn Affidavit in terms of the amended BBBEE codes must be submitted in order to qualify for preference points for BBBEE. Failure to do so will result in zero points score for B-BBEE status level. The NWDC will contract the successful bidder with an official order, appointment letter and a Service Level Agreement TENDER COLLECTION Tender document is collectable on e-portal and NWDC website www.nwdc.co.za. APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 9

BRIEFING SESSION There will be a compulsory briefing session on 02 nd May 2018 @ 10h00 at NWDC Regional Office, 30 James Watt Crescent Industrial Site, Mahikeng. CLOSING DATE AND SUBMISSIONS a. Two document packs of proposals i.e. One (1) Original and One (1 ) Copy must be sealed together marked Tender Number (NWDC/PRO035/2018) APPOINTMENT OF CORPORATIVE SECURITY SERVICES must be hand delivered or couriered and dropped in the tender box at the NWDC Regional Office, 30 James Watt Crescent, Industrial Site, Mahikeng. b. Proposals must reach the above address on or before 17 th of May 2018 @ 12h00. No late submissions shall be accepted. c. Bid Documents are late if they are received at the address given in the document; after closing date and time. d. Bidders are urged to provide the address at the back of your sealed proposal envelope. e. If a courier service company is to be used for delivery of the tender document, the bid document description must be endorsed on the delivery note/courier packaging and the courier must ensure that documents are placed or dropped into the tender box. The NWDC will not be held responsible for incorrect delivery or delivery delays or loss of a tender document. f. Proposals that are not received by the deadline will not be considered and will be returned to the proposer unopened. g. No Electronic, Email or Faxed Proposals shall be accepted. h. All costs related to this tender shall be carried by the proposer. APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 10

OPENING OF BID DOCUMENTS Kindly note that bid documents will be opened on 17 th of May 2018 @ 12h00 and applicants are invited to attend. Venue : NWDC Regional Office 30 James Watt Crescent Industrial Site Mahikeng 2745 ENQUIRIES Enquiries may be directed to the following person: Scope/Terms of Reference Tshepo Shai (018) 381 3663 Email: tshepos@nwdc.co.za Tender/Bid Document Mmapula Pholoana (018) 381 3663 Email: mmapulap@nwdc.co.za The North West Development Corporation is not compelled to accept the lowest or any other tender. Tenders should remain valid for a period of 90 days after the closing date. Tenders not meeting specifications, evaluations criteria and requirements as specified in this invitation, will be automatically disqualified. APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 11

Annexure 1 FICA REQUIREMENTS AND ADDITIONAL INFORMATION REQUIRED Authenticated copies are permissible No Document Checked ( /X) (Yes/No) 1 Company profile 2 B-BBEE certificate (Only SANAS and Sworn Affidavits Certificates shall be accepted) 3 Valid PSIRA certificate grade 4 Company registration (CIPC) and Company Documents 5 Confirmation of Residential Address or Business Address 6 SARS Valid Tax Clearance Certificate 7 VAT Registration Certificate (if VAT registered) 8 CV, ID Copies and Profile of Directors, Team Members and Supporting Staff Members 9 Signed Joint Venture/Consortium Agreement (where applicable) 10 Proposal/Methodology/ Approach 11 SBD 1 - Invitation to Bids 12 SBD 2 Tax Clearance Certificate Requirement 13 SBD 3.1 - Firm Prices 14 SBD 4 Declaration of Interest 15 SBD 6.1 - Preference points claim form in terms of the Preferential Procurement Regulations 16 SBD 8 Declaration of Bidders Supply Chain Practices 17 SBD9 - Certificate of Independence Clearance Certificate must be valid at time of tender. Please Tick ( ) if available and (X) if not available. Tax Clearance Certificate must be valid at time of submitting this bid document. In case of a Consortium, Joint Venture or Subcontractor, the documents listed above must be submitted for each Consortium/JV member or subcontractor as well as certified copy of a relevant agreement. It must be noted that the evaluation of the proposal will be conducted in line with the scope of work indicated in this document. Only SANAS or SWORN AFFIDAVIT B-BBEE certificates shall be accepted. Non-submission of the above documents will render this tender invalid. APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 12

REASONS FOR DISQUALIFICATION The NWDC reserves the right to disqualify any bidder, who does any one or more of the following, and such disqualification may take place without prior notice to the offending bidder, however the bidder will be notified in writing of such disqualification: Bidders who submitted incomplete information and documentation according to the requirements of this bid document; Bidders who submitted information that is fraudulent, factually untrue or inaccurate information; Bidders who received information not available to other vendors through fraudulent means; and/or Bidders who do not comply with mandatory requirements as stipulated in this bid document. APPOINTMENT OF SUITABLE QUALIFIED SERVICE PROVIDER TO ESTABLISH AND DEVELOP SECURITY CO-OPERATIVES Page 13