Request for Proposals (RFP) for the provision of Business Development services to the CSIR. RFP No. 3273/22/02/2019

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

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)

Request for Proposals (RFP)

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 (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

Request for Proposals (RFP)

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

Waste Research Development and Innovation Roadmap 2018 CALL FOR PROPOSALS

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

Refurbishment of the Basic Medical Sciences Building

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

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

REQUEST FOR PROPOSAL (RFP)

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

Request for Proposals:

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

The South African Council for the Project and Construction. Management Professions (SACPCMP)

REQUEST FOR PROPOSALS RFP# CAFTB

Ontario College of Trades

1. BACKGROUND

REQUEST FOR PROPOSAL Digital Archiving Project

The South African Council for the Project and Construction. Management Professions (SACPCMP)

Request for Expression of Interest

UNIVERSITY OF PRETORIA

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

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

CENTRAL BANK OF LESOTHO REQUEST FOR PROPOSAL

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

RFP for Export Reports generation and maintenance for India Brand Equity Foundation (IBEF)

2.3. Any amendment to the present "Terms and Conditions" will only be valid if approved, in writing, by the Agency.

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

Amalgamation Study Consultant

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposal Hydraulic Rescue Tools. Date Issued: September 28 th, 2016

Please Return TERMS OF BUSINESS FOR SUPPLYING TEMPORARY STAFF SERVICES 1. DEFINITIONS. 1.1 In these Terms of Business the following definitions apply:

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

The South African Council for the Project and Construction. Management Professions (SACPCMP)

Design concept for Fairs and Exhibitions

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

Creation of Corporate Film for India Brand Equity Foundation (IBEF)

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Selection of Consultants

National Farmers Union, Local North Shore Road, RR#4 Gananoque, ON

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

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

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

PREQUALIFICATION DOCUMENT

Ocean Energy Prototype Research and Development. Programme Application Guide

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

Asylum Migration and Integration Fund

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

INVITATION TO BID. ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq

City of Coquitlam. Request for Expressions of Interest RFEI No Workforce Scheduling Software

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Request for Proposals

Procurement No: AUC/HRST/C/70

terms of business Client Details Client name:... Billing name:... Address:... address:... NZBN/NZCN:... Contact name:... Phone number:...

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

Marina Strategy: Section A Request for Proposal. 1. Request for Proposal. 2. Communication. 3. Key Contacts

Tourism Marketing Strategy

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

PREQUALIFICATION DOCUMENT

State Universities Retirement System

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS

SUPPLIER REGISTRATION FORM

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

STANDARD GRANT APPLICATION FORM 1 REFERENCE NUMBER OF THE CALL FOR PROPOSALS: 2 TREN/SUB

Application for Funding

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Request for Information and Qualifications RFIQ No Facility Asset Management Consulting Services

Kenya Seed Company limited

Attention: Suncorp Solar Potential Investors and Shareholders SMALL IPP PROGRAM SOUTH AFRICA RENEWABLE ENERGY MARKET

Request for Proposals and Specifications for a Community Solar Project

Diu Smart City Limited (DSCL) REQUEST FOR PROPOSAL

City of Malibu Request for Proposal

Client name:... Billing name:... Address:... address:... ABN/ACN:... Contact name:... Phone number:... Cost register (office use):...

Request for Proposals (RFP)

Client name:... Billing name:... Address:... address:... ABN/ACN:... Contact name:... Phone number:... Cost register (office use):...

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

REQUEST FOR PROPOSAL

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

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

INTERNATIONAL CENTRE OF INSECT PHYSIOLOGY AND ECOLOGY (icipe) REQUEST FOR PROPOSALS (RFP)

Consultancy opportunity: Sustainable Infrastructure Financing Training Programme

DEPARTMENT OF FACILITIES MANAGEMENT MAINTENANCE AND SERVICES INVITATION TO TENDER

REQUEST FOR PROPOSALS. Thermal Imaging Cameras

Appendix 3 to AO/1-7094/12/NL/CO Page 1

CAR I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

URBAN DEVELOPMENT CORPORATION INFORMATION MEMORANDUM GREEN GROTTO CAVES VIDEO AND PHOTOGRAPHY

Republic of Latvia. Cabinet Regulation No. 50 Adopted 19 January 2016

Procurement of Services

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

Transcription:

CSIR TENDER DOCUMENTATION Request for Proposals (RFP) for the provision of Business Development services to the CSIR RFP No. 3273/22/02/2019 Date of Issue Friday, 08 February 2019 Closing Date Friday, 22 February 2019 Place Tender box, CSIR Main Reception, Gate 3 ( North Gate) Enquiries Strategic Procurement Unit E-mail: tender@csir.co.za CSIR business hours 08h00 16h30 Category Professional Services

TABLE OF CONTENTS SECTION A TECHNICAL INFORMATION 3 1 INTRODUCTION 3 2 BACKGROUND 3 3 INVITATION FOR PROPOSAL 4 4 PROPOSAL SPECIFICATION 5 5 FUNCTIONAL EVALUATION CRITERIA 6 6 ELIMINATION CRITERIA 7 7 NATIONAL TREASURY CENTRAL SUPPLIER DATABASE REGISTRATION 7 SECTION B TERMS AND CONDITIONS 8 8 PROPOSAL SUBMISSION 8 9 TENDER PROGRAMME 8 10 SUBMISSION OF PROPOSALS 8 11 DEADLINE FOR SUBMISSION 9 12 AWARDING OF TENDERS 9 13 EVALUATION PROCESS 9 14 PRICING PROPOSAL 10 15 VALIDITY PERIOD OF PROPOSAL 10 16 APPOINTMENT OF SERVICE PROVIDER 11 17 ENQUIRIES AND CONTACT WITH THE CSIR 11 18 MEDIUM OF COMMUNICATION 11 19 COST OF PROPOSAL 11 20 CORRECTNESS OF RESPONSES 12 21 VERIFICATION OF DOCUMENTS 12 22 SUB-CONTRACTING 12 23 ENGAGEMENT OF CONSULTANTS 13 24 TRAVEL EXPENSES 13 25 ADDITIONAL TERMS AND CONDITIONS 13 26 CSIR RESERVES THE RIGHT TO 14 27 DISCLAIMER 14 DECLARATION BY TENDERER 15 28 ANNEXURE A: SCORING SHEET 16 CSIR RFP No.3273/22/02/2019 Page 2 of 16

SECTION A TECHNICAL INFORMATION 1 INTRODUCTION The Council for Scientific and Industrial Research (CSIR) is one of the leading scientific research and technology development organisations in Africa. It currently hosts South Africa s 10-year Waste Research, Development and Innovation (RDI) Roadmap, an initiative of the Department of Science and Technology (DST), aimed at strengthening waste R&D and innovation in the country. 2 BACKGROUND The Waste RDI Roadmap supports the diversion of waste away from landfill towards value-adding opportunities, including prevention of waste and the optimised extraction of value from reuse, recycling and recovery, in order to create significant economic, social and environmental benefit. In achieving this objective, Government recognises the need to implement alternative solid waste treatment technologies, however, municipalities and businesses have been slow to make this transition, with landfilling still seen as the preferred technology solution. Municipalities, in particular, are risk averse when it comes to implementing alternative waste treatment technologies, despite an estimated 60-70% of municipal solid waste being recyclable. Reports published by the DST (2012, 2013), identified the following challenges with respect to alternative waste treatment technologies in South Africa- Slow uptake of technologies in the South African waste sector Increase in in-bound technologies into South Africa Lack of capability, particularly in municipalities, to critically evaluate, implement and monitor technology options Limited waste RDI infrastructure within South Africa s Universities and Science Councils The Waste RDI Roadmap, identifies the need to establish targeted research programmes, Research Chair, Centre(s) of Excellence and Competence in Alternative Waste Technologies, directed at process performance improvements; new technology development; technology evaluation and demonstration; and technology adaptation and localisation. Build capability to educate the next generation of waste practitioners, competent in waste technologies. Investment and development of waste technologies guided by strategic needs (availability, appropriateness, placing, priority waste streams). Drive for local content in imported technology, implementation of pilot projects, with new businesses set up around new technologies, resulting in fully functional CSIR RFP No.3273/22/02/2019 Page 3 of 16

waste technologies (prevention, reuse, recycling and recovery) that will lead to efficiency improvements. Innovation alternatives, with opportunities for exporting SA technology. Develop capability of business and municipalities to deliver (appropriate technology). To provide technical support to municipalities and businesses, and facilitate faster insertion of context-appropriate alternative solid waste treatment technology in South Africa, the Department of Science and Technology has put forward a proposal to establish a national Waste Technology and Innovation Centre. With an immediate focus on alternative waste treatment technologies for municipal solid waste (MSW) management, the Centre is aimed at- Reducing the risk of implementation of waste technologies Improving decision-making through access to independent technical evidence In particular, establishing and strengthening systems and mechanisms to- Evaluate (verify) technologies and vendor claims, and provide independent technology advice to potential technology users, thereby reducing the risk of technology uptake Support technology demonstration, by showcasing alternative waste treatment technologies Identify opportunities for technology adaptation and localisation of inbound technologies Identify opportunities for new technology development, for niche waste streams or problem areas This tender seeks to acquire the services of a suitable and experienced consultant or service provider to provide business development services to the CSIR Implementation Unit, in order to (i) critically evaluate the feasibility of such a Waste Technology and Innovation Centre within the South African context, and (ii) if found to be feasibly, prepare a 5-year business plan which outlines the final, agreed upon design and functional operation of a national Waste Technology and Innovation Centre, including associated costs of operation and funding instruments to sustain the operation of the Centre, and appropriate host institution(s). The plan should be time bound and show clear achievable targets within defined timeframes. 3 INVITATION FOR PROPOSAL Proposals are hereby invited for the provision of Business Development services to the CSIR. CSIR RFP No.3273/22/02/2019 Page 4 of 16

4 PROPOSAL SPECIFICATION All proposals are to be submitted in the consultants own format but must include the specific requirements requested in the proposal. 4.1 Documents to be submitted The Consultant should submit the following documents: Curriculum vitae of the lead consultant or team (max 2 CVs), highlighting the key experience relevant to this assignment; Letters of references with contact numbers of previous related assignments and brief reports demonstrating tangible outcomes and results and list of clients and contactable references for past three years; A technical proposal: Consultant s scope of work and implementation plan indicating how he/she will carry out the assignment with timelines and deliverables. A separate financial proposal for the Consultancy fee indicated as a fee rate per working day (in ZAR); and estimated amounts of consulting days for the consultant in line with the deliverables on the proposed work plan. 4.2 Scope and deliverables of the services The project will include a situational analysis with the following activities as a minimum, but the tenderer may include additional tasks if they support the overall objective of the project- Task 1: Review of Concept Note The appointed Business Developer will review and update the draft Waste Technology & Innovation Centre Concept Note prepared by CSIR Waste RDI Roadmap Implementation Unit. Task 2: Stakeholder consultation Through a series of individual meetings and regional workshops, the appointed Business Developer will engage with key public and private sector stakeholders in shaping the design and operation of a Waste Technology and Innovation Centre. This phase is aimed at gaining stakeholder input and support for such a Centre. Task 3: Funding instruments The Business Developer will identify various funding instruments and opportunities (local and international) which could be used to finance the implementation of the Centre for the first five (5) years of operation. CSIR RFP No.3273/22/02/2019 Page 5 of 16

Task 4: 5-year Business Plan The Business Developer will prepare a 5-year business plan which outlines the final, agreed upon design and functional operation of a national Waste Technology and Innovation Centre, including associated costs of operation and funding instruments to sustain the operation of the Centre, and appropriate host institution (as applicable). The final deliverable will be a DST/CSIR approved 5-year Business Plan for the establishment of a Waste Technology and Innovation Centre for South Africa. 4.3 Consultancy days The expected time-frame for completion of the assignment is 12 months from date of appointment. An estimate of travel costs should be provided in the financial proposal, in order for the CSIR to estimate costs of travel. A service level agreement will be signed with the service provider before the commencement of the assignment. 5 FUNCTIONAL EVALUATION CRITERIA 5.1 The evaluation of the functional / technical detail of the proposal will be based on the following criteria: No Functionality criteria Weighting (%) 1 Track record of consultant 20 2 References of previous related assignments 10 3 Scope of work and implementation plan of the assignment (Technical, operational, coordination and reporting) 20 4 Business plan development experience for multistakeholder and STI institutions 20 5 Experience with environmental technologies 15 6 Funding instruments (local and international) experience 15 Total 100 CSIR RFP No.3273/22/02/2019 Page 6 of 16

5.2 Proposals with functionality / technical points of less than the pre-determined minimum overall percentage of 70% and less than 50% on any of the individual criteria will be eliminated from further evaluation. 5.3 Refer to Annexure A for the scoring sheet that will be used to evaluate functionality. 6 ELIMINATION CRITERIA Proposals will be eliminated under the following conditions: Submission after the deadline; If the lead consultant does not hold a Bachelors university degree in commerce, innovation, business development, project management, or a relevant discipline; and Proposals submitted at incorrect location. 7 NATIONAL TREASURY CENTRAL SUPPLIER DATABASE REGISTRATION Before any negotiations will start with the winning bidder it will be required from the winning bidder to: be registered on National Treasury s Central Supplier Database (CSD). Registrations can be completed online at: www.csd.gov.za; provide the CSIR of their CSD registration number; provide the CSIR with a certified copy of their B-BBEE certificate. If no certificate can be provided, no points will be scored during the evaluation process. (Applicable to South African suppliers only); provide a valid SARS Tax Clearance certificate or Tax clearance from the relevant tax authority if not South African. CSIR RFP No.3273/22/02/2019 Page 7 of 16

SECTION B TERMS AND CONDITIONS 8 PROPOSAL SUBMISSION All proposals must be submitted at: CSIR GATE 03 - Main Reception Area (in the Tender box) at the following address Council for Scientific and Industrial Research (CSIR) Meiring Naudé Road Brummeria Pretoria 9 TENDER PROGRAMME The tender program, as currently envisaged, incorporates the following key dates: Issue of tender documents: 08 February 2019 Closing / submission date: 22 February 2019 Estimate appointment date of successful tenderer: 25 March 2019 Estimated contract duration (in months/years) 12 months 10 SUBMISSION OF PROPOSALS 10.1 All proposals are to be sealed. No open proposals will be accepted. 10.2 All proposals are to be clearly marked with the RFP number and the name of the tenderer on the outside of the main package. Proposals must consist of two parts, each of which is placed in a separate sealed package clearly marked: PART 1: Technical Proposal: RFP No.: 3273/22/02/2019.. PART 2: Pricing Proposal, B-BBEE and other Mandatory Documentation: RFP No.: 3273/22/02/2019. 10.3 Proposals submitted by companies must be signed by a person or persons duly authorised. 10.4 The CSIR will award the contract to qualified tenderer(s) whose proposal is determined to be the most advantageous to the CSIR, taking into consideration the technical (functional) solution, price and B-BBEE. CSIR RFP No.3273/22/02/2019 Page 8 of 16

11 DEADLINE FOR SUBMISSION Proposals shall be submitted at the address mentioned above no later than the closing date of Friday, 22 February 2019 during CSIR s business hours. The CSIR business hours are between 08h00 and 16h30. Where a proposal is not received by the CSIR by the due date and stipulated place, it will be regarded as a late tender. Late tenders will not be considered. 12 AWARDING OF TENDERS 12.1 Awarding of tenders will be published on the National Treasury e-tender portal or the CSIR s tender website. No regret letters will be sent out. 13 EVALUATION PROCESS 13.1 Evaluation of proposals All proposals will be evaluated by an evaluation team for functionality, price and B-BBEE. Based on the results of the evaluation process and upon successful negotiations, the CSIR will approve the awarding of the contract to successful tenderers. A two-phase evaluation process will be followed. The first phase includes evaluation of elimination and functionality criteria. The second phase includes the evaluation of price and B-BBEE status. Pricing Proposals will only be considered after functionality phase has been adjudicated and accepted. Only proposals that achieved the specified minimum qualification scores for functionality will be evaluated further using the preference points system. 13.2 Preference points system The 80/20 preference point system will be used where 80 points will be dedicated to price and 20 points to B-BBEE status. CSIR RFP No.3273/22/02/2019 Page 9 of 16

14 PRICING PROPOSAL 14.1 Pricing proposal must be cross-referenced to the sections in the Technical Proposal. Any options offered must be clearly labelled. Separate pricing must be provided for each option offered to ensure that pricing comparisons are clear and unambiguous. 14.2 Price needs to be provided in South African Rand (excl. VAT), with details on price elements that are subject to escalation and exchange rate fluctuations clearly indicated. 14.3 Price should include additional cost elements such as freight, insurance until acceptance, duty where applicable. 14.4 Only firm prices* will be accepted during the tender validity period. Non firm prices** (including prices subject to rates of exchange variations) will not be considered. *Firm price is 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 a 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; **Non-firm price is all prices other than firm prices. 14.5 Payment will be according to the CSIR Payment Terms and Conditions. 15 VALIDITY PERIOD OF PROPOSAL Each proposal shall be valid for a minimum period of three (3) months calculated from the closing date. CSIR RFP No.3273/22/02/2019 Page 10 of 16

16 APPOINTMENT OF SERVICE PROVIDER 16.1 The contract will be awarded to the tenderer who scores the highest total number of points during the evaluation process, except where the law permits otherwise. 16.2 Appointment as a successful service provider shall be subject to the parties agreeing to mutually acceptable contractual terms and conditions. In the event of the parties failing to reach such agreement CSIR reserves the right to appoint an alternative supplier. 16.3 Awarding of contracts will be announced on the National Treasury website and no regret letters will be sent to unsuccessful bidders. 17 ENQUIRIES AND CONTACT WITH THE CSIR Any enquiry regarding this RFP shall be submitted in writing to CSIR at tender@csir.co.za with RFP No 3273/22/02/2019 The provision of Business Development services to the CSIR. as the subject. Any other contact with CSIR personnel involved in this tender is not permitted during the RFP process other than as required through existing service arrangements or as requested by the CSIR as part of the RFP process. 18 MEDIUM OF COMMUNICATION All documentation submitted in response to this RFP must be in English. 19 COST OF PROPOSAL Tenderers are expected to fully acquaint themselves with the conditions, requirements and specifications of this RFP before submitting proposals. Each tenderer assumes all risks for resource commitment and expenses, direct or indirect, of proposal preparation and participation throughout the RFP process. The CSIR is not responsible directly or indirectly for any costs incurred by tenderers. CSIR RFP No.3273/22/02/2019 Page 11 of 16

20 CORRECTNESS OF RESPONSES 20.1 The tenderer must confirm satisfaction regarding the correctness and validity of their proposal and that all prices and rates quoted cover all the work/items specified in the RFP. The prices and rates quoted must cover all obligations under any resulting contract. 20.2 The tenderer accepts that any mistakes regarding prices and calculations will be at their own risk. 21 VERIFICATION OF DOCUMENTS 21.1 Tenderers should check the numbers of the pages to satisfy themselves that none are missing or duplicated. No liability will be accepted by the CSIR in regard to anything arising from the fact that pages are missing or duplicated. 21.2 One hard copy and one electronic copy (CD or USB memory key) of each proposal must be submitted. In the event of a contradiction between the submitted copies, the hard copy shall take precedence. 21.3 Pricing schedule and B-BBEE credentials should be submitted with the proposal, but as a separate document and no such information should be available in the technical proposal. 21.4 If a courier service company is being used for delivery of the proposal document, the RFP description must be endorsed on the delivery note/courier packaging to ensure that documents are delivered to the tender box, by the stipulated due date. 22 SUB-CONTRACTING 22.1 A tenderer will not be awarded points for B-BBEE status level if it is indicated in the tender documents that such a tenderer 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 tenderer qualifies for, unless the intended sub-contractor is an exempted micro enterprise that has the capability and ability to execute the sub-contract. 22.2 A tenderer 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 exempted micro enterprise that has the capability and ability to execute the sub-contract. CSIR RFP No.3273/22/02/2019 Page 12 of 16

23 ENGAGEMENT OF CONSULTANTS The consultants will only be remunerated at the rates: 23.1 Determined in the "Guideline for fees", issued by the South African Institute of Chartered Accountants (SAICA); or 23.2 Set out in the "Guide on Hourly Fee Rates for Consultants", by the Department of Public Service and Administration (DPSA); or 23.3 Prescribed by the body - regulating the profession of the consultant. 24 TRAVEL EXPENSES 24.1 All travel expenses for the CSIR s account, be it directly via the CSIR s travel agent or indirectly via re-imbursements, must be in line with the CSIR s travel policy. The following will apply: 24.1.1 Only economy class tickets will be used. 24.1.2 A maximum of R1300 per night for accommodation, dinner, breakfast and parking will be allowed. 24.1.3 No car rentals of more than a Group B will be accommodated. 25 ADDITIONAL TERMS AND CONDITIONS 25.1 A tenderer shall not assume that information and/or documents supplied to CSIR, at any time prior to this request, are still available to CSIR, and shall consequently not make any reference to such information document in its response to this request. 25.2 Copies of any affiliations, memberships and/or accreditations that support your submission must be included in the tender. 25.3 In case of proposal from a joint venture, the following must be submitted together with the proposal: Joint venture Agreement including split of work signed by both parties; The original or certified copy of the B-BBEE certificate of the joint venture; The Tax Clearance Certificate of each joint venture member; Proof of ownership/shareholder certificates/copies; and Company registration certificates. CSIR RFP No.3273/22/02/2019 Page 13 of 16

25.4 An omission to disclose material information, a factual inaccuracy, and/or a misrepresentation of fact may result in the disqualification of a tender, or cancellation of any subsequent contract. 25.5 Failure to comply with any of the terms and conditions as set out in this document will invalidate the Proposal. 26 CSIR RESERVES THE RIGHT TO 26.1 Extend the closing date; 26.2 Verify any information contained in a proposal; 26.3 Request documentary proof regarding any tendering issue; 26.4 Give preference to locally manufactured goods; 26.5 Appoint one or more service providers, separately or jointly (whether or not they submitted a joint proposal); 26.6 Award this RFP as a whole or in part; 26.7 Cancel or withdraw this RFP as a whole or in part. 27 DISCLAIMER This RFP is a request for proposals only and not an offer document. Answers to this RFP must not be construed as acceptance of an offer or imply the existence of a contract between the parties. By submission of its proposal, tenderers shall be deemed to have satisfied themselves with and to have accepted all Terms & Conditions of this RFP. The CSIR makes no representation, warranty, assurance, guarantee or endorsements to tenderer concerning the RFP, whether with regard to its accuracy, completeness or otherwise and the CSIR shall have no liability towards the tenderer or any other party in connection therewith. CSIR RFP No.3273/22/02/2019 Page 14 of 16

DECLARATION BY TENDERER Only tenderers who completed the declaration below will be considered for evaluation. RFP No: 3273/22/02/2019 I hereby undertake to render services described in the attached tendering documents to CSIR in accordance with the requirements and task directives / proposal specifications stipulated in RFP No.... at the price/s quoted. My offer/s remains binding upon me and open for acceptance by the CSIR during the validity period indicated and calculated from the closing date of the proposal. I confirm that I am satisfied with regards to the correctness and validity of my proposal; that the price(s) and rate(s) quoted cover all the services specified in the proposal 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. I accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me under this proposal as the principal liable for the due fulfilment of this proposal. I declare that I have no participation in any collusive practices with any tenderer or any other person regarding this or any other proposal. I accept that the CSIR may take appropriate actions, deemed necessary, should there be a conflict of interest or if this declaration proves to be false. I confirm that I am duly authorised to sign this proposal. NAME (PRINT). CAPACITY. SIGNATURE. NAME OF FIRM.. WITNESSES 1. 2. DATE:... DATE. CSIR RFP No.3273/22/02/2019 Page 15 of 16

28 ANNEXURE A: Scoring sheet Submission Score description Weighting (%) Competency demonstrated in situational analysis and business plan development 0 = No competence demonstrated Item 1: Track record of consultant 5 = Completion of 1-2 relevant projects 20 7 = Completion of 3-4 relevant projects Item 2: References of previous related assignments Item 3: Proposed scope of work and implementation plan (Technical, operational, coordination and reporting) Item 4: Business plan experience for multistakeholder and Science, Technology and Innovation (STI) institutions Item 5: Experience in the implementation and/or evaluation of environmental technologies Item 6: Funding instrument experience 10 = Completed 5 or more relevant projects Signed written references have to be provided 0 = No written references 5 = 2 written references 7 = 4 written references 10 = 5 or more written references Comprehensive quality scope of work and implementation plan 0 = No scope of work and implementation plan 5 = Scope of work and implementation plan are of poor quality, addresses only two of the four aspects of the assignment 7 = Scope of work and implementation plan are of average quality, addresses only three of the four aspects of the assignment 10 = Excellent scope of work and implementation plan with balance of practical, innovative approaches and quality intervention; addresses all four aspects adequately Business plan development experience for STI institutions 0 = No prior experience 5 = Has provided services for one STI client 7 = Has provided services for two STI clients 10 = Has provided services for STI three or more clients Experience with environmental technologies demonstrated 0 = No competence demonstrated 5 = Completion of 1-2 relevant environmental technology projects 7 = Completion of 3-4 relevant environmental technology projects 10 = Completed 5 or more relevant environmental technology projects, at least 1 of which is a waste technology project Funding instrument (local and international) experience 0= No experience in funding instruments 5 = Limited experience in funding instruments for one year 7 = Experience in funding instruments for three years 5 = Experience in funding instruments for five years or more TOTAL 100 10 20 20 15 15 CSIR RFP No.3273/22/02/2019 Page 16 of 16