INVITATION TO BID - SAASTA

98
Page 1 of 98 SBD 1 INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR THE REQUIREMENTS OF THE NATIONAL RESEARCH FOUNDATION BID NUMBER: NRF/SAASTA 04/2011-12 CLOSING DATE: 02 April 2012 CLOSING TIME 11:00 DESCRIPTION: APPOINTMENT OF A SERVICE PROVIDER TO PLAN, DEVELOP AND IMPLEMENT AN EDUCATIONAL THEATRE PROGRAMME IN THE FIELD OF BIOTECHNOLOGY TO BE COMPLETED BY 28 th FEBRUARY 2013 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.

Transcript of INVITATION TO BID - SAASTA

Page 1 of 98

SBD 1

INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR THE REQUIREMENTS OF THE NATIONAL RESEARCH FOUNDATION

BID NUMBER: NRF/SAASTA 04/2011-12 CLOSING DATE: 02 April 2012 CLOSING

TIME 11:00

DESCRIPTION:

APPOINTMENT OF A SERVICE PROVIDER TO PLAN, DEVELOP AND IMPLEMENT AN

EDUCATIONAL THEATRE PROGRAMME IN THE FIELD OF BIOTECHNOLOGY TO BE

COMPLETED BY 28th

FEBRUARY 2013

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 98

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

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]

SIGNATURE OF

BIDDER

Page 3 of 98

DATE

CAPACITY UNDER WHICH THIS BID IS

SIGNED

_____________________________________________________

_____

Page 4 of 98

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE DIRECTED TO:

Contact Person:

Hloki Mabelebele

Manager: Supply Chain Management - Corporate Finance

Tel: +27 (0)12 481 4263

Email: [email protected]

ANY ENQUIRIES REGARDING TECHNICAL INFORMATION DIRECTED TO::

Contact Person:

Dr Manjusha Sunil

Tel: (012) 392 9300 / 9314

Email: [email protected]

Contact Person:

Melissa Govender

Tel: (012) 392 9300 / 9374

Email: [email protected]

`

Page 5 of 98

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 6 of 98

SUBMISSION CHECKLIST

ENVELOPE A - TECHNICAL

ENVELOPE B – PRICING

An invitation to bid (SBD 1 form attached Yes/ No 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 cost schedules must clearly stipulate

costs by type and breakdown together with

all the relevant assumptions and

information as outlined in this bid

invitation.

Yes/ No

The names and contact details of a

minimum of three contactable references.

Yes/ No

Contract Form – Standard Bidding

Document 7 (SBD 7 form attached).

Yes/ No

An up to date and original tax clearance

certificate issued by SARS

Yes/ No

Certificate of incorporation (as per entity

type - Pty, etc.) only

Yes/ No

Confirmation that no National Treasury

restrictions (both restricted supplier and

tender defaulter) exist on the bidder or on

the bidder’s shareholders.

Yes/ No

Declaration of Bidder’s Past Supply Chain

Management Practices (SBD 8 form

attached).

Yes/ No

Declaration of Interest (SBD 4 form

attached).

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 attached).

Yes/ No

Submission of the General Conditions of

Contract (conditions attached).

Yes/ No

Supplier Profile, including currently

procured services

Yes/ No

Page 7 of 98

TERMS OF REFERENCE

FOR THE

BIOTECHNOLOGY EDUCATIONAL THEATRE PROGRAMME

Page 8 of 98

1. OVERALL OBJECTIVE

The overall objective is to appoint a service provider to plan, develop and implement an

educational theatre programme in the field of biotechnology. Project should be completed

by 28 February 2013.

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.

The Public Understanding of Biotechnology (PUB) programme is an initiative of the

Department of Science and Technology and is implemented by SAASTA. The mandate

of PUB is to promote a clear, balanced understanding of the potential of biotechnology

and to ensure broad public awareness, dialogue and debate about biotechnology and its

current and potential applications.

The Biotechnology Educational Theatre Programme is targeted at Dinaledi Schools

which are the South African schools excelling in mathematics and science.

Page 9 of 98

4. SCOPE OF WORK

4.1. PLANNING AND EXECUTION

The contracted service provider will be expected to:-

Plan, develop and implement an educational theatre programme comprising

of three (3) theatre productions on the following biotechnology focus areas:

o Forensics (20 minutes in length)

o Stem cell research (20 minutes in length)

o Genetically modified foods (20 minutes in length)

*Educational theatre programme script for the three (3) biotechnology

focus areas should be sent to SAASTA for approval (accuracy of scientific

content).

SEE ATTACHED SCHEDULE

Conduct the educational theatre programme in English. Appropriate

introduction and background of SAASTA/PUB should be provided to the

audience including contact details.

Contact Dinaledi schools, AS PROVIDED IN THE ATTACHED SCHEDULE,

beforehand to secure dates and venues for visits. This schedule should be

sent to SAASTA for approval. If a school declines to be part of the

implementation, proof of communication is required. *Please note that

contact details of the relevant schools will be supplied to the successful

bidder.

Provide SAASTA with the contact details of each school visited, preferably

the contact details of the school principal.

Assist SAASTA is conducting monitoring and evaluation (M&E) in

accordance to the attached M&E Framework. *The appointed company has

to collate raw data as specified in the attached framework and supply

SAASTA with the electronic version. SAASTA will be responsible for

analysing this data.

Distribute resources supplied by SAASTA e.g. biotechnology careers

Page 10 of 98

brochures only to interested learners/educators.

4.2. SERVICE LEVELS AND REPORTING

The contracted service provider will be expected to:-

Discuss all project changes with SAASTA and submit a formal request for

approval of changes before said changes are implemented.

Contact Dinaledi schools - Provide SAASTA with the contact details of each

school visited, preferably the contact details of the school principal.

Submit reports to SAASTA upon 50% project completion, 80% project

completion and upon conclusion of the project (end February 2013).

Reporting guidelines to be provided by SAASTA. Both hard and soft

(electronic) versions of the reports are required.

Take photographs of implementation at each site/school and provide these to

SAASTA on CDs. *Photos should be of a high quality suitable for

publications (website, newsletters etc.).

Film at least one educational theatre programme (i.e. all three (3) focus

areas) in its entirety and supply a DVD to SAASTA. *Videography should be

of a high quality for use on various platforms (websites, presentations etc.).

Provide SAASTA with a second DVD with an edited (2-3min) version of each

focus area. *Videography should be of a high quality for use on various

platforms (websites, presentations etc.).

Assist SAASTA is conducting monitoring and evaluation (M&E) in

accordance to the attached M&E Framework.

Discuss all project changes with SAASTA and submit a formal request for

approval of changes before said changes are implemented.

4.3. PRICING AND PAYMENT PROPOSAL

The contracted service provider will be expected to:-

Outline all said costs in a detailed budget for the proposal

Cover all costs related to the following:

Page 11 of 98

o Logistics (travel, accommodation, meals etc.)

o Management

o Administration which includes costs related to fax, telephone, cell

phone, internet, emails, courier, postage etc.

o Marketing

o Learning materials and all handouts related to the educational theatre

programme

o Applicable insurance

o All items related to the educational theatre programme including

actors props, costumes, make-up, equipment (and related repairs

and maintenance), consumables, scripting and assimilation of

material, driver’s fee, director’s fee

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.

Price is fully inclusive of all costs; value added tax and other taxes.

Bid price in South African currency, foreign exchange risk is for the account of the bidder.

Price summary to be recorded on the Standard Bidding Documents 3 series (pricing) with

reference to annexures which provides all detail required for evaluation. A full breakdown of

costs, including detailed bill of materials, contingencies etc., must be provided.

5. EXPECTED OUTCOME AND DELIVERABLES

The expected deliverables are:-

High quality educational theatre programmes as per specifications as well as

high quality reports, photos and video productions to be completed and

delivered to SAASTA by 28 February 2013.

6. BIDDER COMPETENCEY AND EXPERTISE REQUIREMENTS

In business for no less than three (3) years

Company profile

Page 12 of 98

Proven track record

Curriculum vitae of company employees who will be managing the project.

Provide evidence of proven experience in designing and implementing

educational theatre programmes targeted at schools.

At least 3 references required which highlight company experience in

educational theatre programmes.

Proven media (photos, DVDs) capability.

7. CONDUCT OF WORK

The contracted service provider will work in collaboration with the Public Understanding of

Biotechnology (PUB) programme hosted within the Science Communication Unit of SAASTA.

Discuss all project changes with SAASTA and submit a formal request for approval of

changes before said changes are implemented.

8. CONTRACTUAL PERIOD

The contract commences form date of signature of the letter of acceptance of the bidder’s

offer for immediate commencement, conclusion of project implementation and delivery of

reports and associated media (photos, DVDs) by 28 February 2013.

The NRF has the right to extend the contract upon approval from all parties involved.

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 1 -

Technical) including bid administrative requirements and accreditation of

supplier requirements (i.e. supplier profile / declaration of interest – SBD 4 /

etc.)

Stage 2 – Pricing evaluation followed by Preference scoring in accordance

with the 2011 Preference Regulations (Envelope 2 - Price).

Page 13 of 98

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.

The minimum competency level for the technical evaluation is for bidders to score at

least seventy-five (75%) on the technical evaluation.

Presentation of Proposal

Should it be deemed necessary, short listed service providers may be requested to give a

presentation of their bid proposal to the Evaluation Committee.

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.

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

The Total Technical Points Scored is the total of the evaluations scored per category

multiplied by the weighting percentage for each category expressed as a percentage of the

Total Technical Points. Each evaluator’s percentage calculated is aggregated and divided by

the number of evaluators to establish an overall percentage mark.

Page 14 of 98

Evaluation Criteria for Technical / Functional Evaluation

NO. ELEMENT 0 1 2 3 4 5 WEIGHT SCORE

S

T

A

G

E

A

TECHNICAL 100 75

* Please note that only bidders scoring 75/100 and more will be evaluated further

HAS SERVICE PROVIDER

ADDRESSED THE GIVEN

SCOPE OF WORK –

Bidder to provide summary

table of work required with YES/

NO for this evaluation criteria.

1. Assess proposal to

determine if Bidder has

addressed the given

Scope of Work and

provided evidence of

delivery

2. Bidder to provide checklist

as proof of all required

costs included in pricing

proposal (envelope 2)

3. Actions presented to

ensure delivery

4. Inclusion of a risk

management plan

5. Actions indicated to

address Quality of

Performance and/ or

Service Levels

60

Page 15 of 98

10. CONDITIONS OF BID - ADMINISTRATIVE

Bid Proposal Submission Format

Bid proposals submitted in two envelopes:

a) First envelope containing a comprehensive response to this Bid Invitation

excluding all Price related information; and labelled “A – Technical Information”.

b) Second envelope containing all price related information and labelled “B – Price

Information”.

The following printed documents must accompany the bid documents in Envelope 1 for

technical evaluation:

a) Proposal including all schedules

b) Proven capacity of organisation to complete project as specified .

c) The names and contact details of a minimum of three contactable references.

TRACK RECORD AND

CAPABILITY (REPUTABLE

FIRM)

1. Assessment of track

record

2. Assessment of Profile and

staffing being used

3. Quality and effectiveness

of the case study

presented to its objective

40

STAGE B

PRICE 100

PREFERENCE on basis of

B-BEE Certificate Level 10

Page 16 of 98

d) Contract Form – Standard Bidding Document 7 (SBD 7 form attached).

e) An up to date and original tax clearance certificate issued by SARS (attached is

explanation to obtain the tax certificate – SBD 2).

f) Business Profile including but not limited to

o CIPRO Registration documentation)

o Cancelled Business Account Cheque

g) 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.

h) Declaration of Bidder’s Past Supply Chain Management Practises (SBD 8 form

attached).

i) Declaration of interest (SBD 4 form attached).

j) 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.

k) Competitive bidding declaration (SBD 9 form attached).

l) Submission of the General Conditions of Contract (conditions attached).

m) Supplier Profile, including currently procured services.

The following printed documents must accompany the bid documents in envelope 2 for

pricing evaluation:

a) An invitation to bid (SBD 1 form attached).

b) A price schedule (SBD 3 forms attached). As the envisaged details will not fit on

the form, attach detail schedules to the form.

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 requirements of all project specifications

(as per the costing schedule) will be considered.

Page 17 of 98

b) The NRF reserves the right to decide the final number of schools that should be

reached through the biotechnology educational theatre programme.

c) Educational theatre programme script for the three (3) biotechnology focus areas

should be sent to SAASTA for approval (accuracy of scientific content).

d) Potential bidders must quote on ALL sections of the costing schedule. If the

potential bidder cannot quote on a particular section, a reason must be given for

e.g. cannot reach specified number of schools.

e) The NRF reserves the right to have any documentation submitted by the bidders

inspected by another technical body or organisation.

f) The NRF reserves the right to call interviews/ presentations/ pitching sessions

with short-listed bidders before the final selection is done.

g) The NRF reserves the right to inspect premises prior to awarding bid.

h) 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.

i) The NRF reserves the right to withdraw and cancel the bid.

j) The NRF reserves the right not to evaluate bids not submitted in the format

specified in this document.

k) The NRF does not consider late bids.

l) 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.

m) Once the bid award committee has reached the decision, 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.

n) The NRF reserves the right to summarise the above contract into a single

document.

o) The NRF reserves the right to draw the bidder’s attention to aspects of the

contract in the letter of award such as the specifying the work and

deliverables/outputs, the required timelines, quality standards expected,

Page 18 of 98

measurement of performance, agreed levels of performance and acceptance of

any special conditions of contract proposed by the bidder

p) The NRF reserves the right to award part of a bid and not the whole bid.

q) The NRF reserves the right to award a bid to more than one bidder.

r) 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.

s) The NRF expects the successful service provider to sign a general confidentiality

agreement with the NRF.

t) The bid has a validity period of 150 days from date of closure of the call / bid.

u) The National Treasury General Conditions of Contract, as attached, apply to this

contract.

Intellectual Property

v) 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.

w) 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.

12. CLOSING DATE OF THE BID

The closing date of the bid is 02 April 2012 at 11h00. Bids delivered physically or couriered

to:

National Research Foundation CSIR South Gate Meiring Naude Road Brummeria, 0184 PRETORIA

Page 19 of 98

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.

Page 20 of 98

Proposed M&E project plan for PUB’s Educational Theatre Programmes

Developed by Michelle Joubert Audience Analyst

Science Communication Unit SAASTA

23 February 2012

Reviewed by Dr Charles Puttergill Senior Lecturer in Sociology, Social Theory and Social Research Methodology

Department of Sociology Member of the University Research Ethics Committee

University of Pretoria

Reviewed by Professor Marie-Heleen Coetzee Professor and Head of Department

Department of Drama University of Pretoria

1) Introduction

The Public Understanding of Biotechnology Programme (PUB) intends to open up a project

for tender that will entail educational theatre programmes aimed at grade 9 to 12 learners at

Dinaledi schools in six provinces. These provinces are the Western Cape, Eastern Cape,

Northern Cape, Free State, Mpumalanga and Limpopo.

The aim is to get service providers to plan, develop and implement an educational theatre

programme comprising of three twenty minute theatre productions on the following

biotechnology focus areas:

o Forensics

o Stem cell research

o Genetically modified foods

Page 21 of 98

The number of schools to be targeted in each province has not been determined at this

stage. The educational theatre project has to be concluded by the end of February 2013.

SAASTA will monitor and evaluate the project in order to measure the efficacy of theatre as a

science communication and edutainment tool as well as to ascertain the efficacy of the

broader PUB programme.

2) Objective

To develop a comprehensive strategy and implementation plan to address questions around

the PUBs educational theatre programmes.

3) Outcome

A comprehensive M&E report on the educational theatre project implemented, with at least

one journal article published drawing on a comprehensive M&E assessment of this project.

4) Research Questions

The efficacy of theatre as a science communication / edutainment tool for high school

learners is the guiding question for the project and its assessment.

In order to meet the broad objective stated above the following matters should receive

attention:

1. The learners’ knowledge of the focus areas dealt with in the theatre productions

should be ascertained pre- and post implementation. That is, measuring levels of

information uptake and retention.

2. Learners’ attitudes and perceptions towards different aspects of biotechnology and its

applications related to the focus areas of the theatre production, pre- and post

implementation.

3. An evaluation of the play itself as rated by learners through general M&E related

questions associated with project implementations which will include, but not

necessarily be limited to the quality of the production, the appropriateness of

language and vocabulary used, the elements that learners and educators liked and

disliked, as well as comments and suggestions by audience.

Page 22 of 98

5) Research design and methodology

A number of approaches address the research questions. The methods to be employed are

set out below:

1. In order to determine the levels of information uptake and retention, learners will be

asked to complete a short test (similar to a pop quiz) about two to three weeks prior

to their exposure to the theatre production. The quiz will be made up of questions

related to the topics covered by the theatre production, and which will be addressed

in the production. This step will form part of the post implementation evaluation.

A second mini test or quiz will be completed by learners around three to four months

after their exposure to the theatre production. This second quiz will form part of the

post implementation evaluation.

The second quiz will consist of the same questions used in the first quiz to ensure

comparability of responses pre and post implementation.

To match responses learners will be asked to write their names on each quiz.

2. In order to evaluate learners’ attitudes and perceptions towards biotechnology and its

applications, a sample of students from a particular grade group across the different

provinces will participate in focus group discussions.

Initially, the discussion will just determine the participants’ general knowledge and

opinions or perceptions around the biotechnology related topics that the theatre

production will address. Somewhere in the middle, the learners will be provided with

some reading material or a short clip related to the topic(s) at hand. Here, a balanced

account will be provided as far as possible, in that both proponent positions as well as

opposing positions will be provided in a way that would allow learners to formulate

their own opinions.

A second, post theatre production focus group session will be held with each of the

focus groups who participated in the pre- implementation focus group sessions. This

time, no reading or information will be provided. This second exercise can take place

anytime between two and three weeks post-implementation. The aim of this exercise

is to get an idea of whether or not learners’ opinions and perceptions on specific

biotechnology related issues were altered through exposure to the theatre production.

Learners who participate in this component will not be included in the sample of

learners who participate in the quiz component, as more information provided in the

readings might lead to skewed research results in terms of levels of information

uptake and retention as a result of exposure to the theatre production.

3. Post implementation M&E will be carried out in the form of M&E forms /

questionnaires completed by all audience members in which the different questions

set out in the section on research questions.

Page 23 of 98

6) Sampling Sampling frameworks will be discussed once SAASTA has decided on the number of

schools to be visited in each province, as well as the average number of learners who will be

exposed to the theatre production in each province.

7) Ethical considerations As the research participants will be minors, permission for their participation in the data

collection process will have to be obtained prior to initiation of the project. The steps are set

out below:

i. Permission has to be obtained from the provincial departments of education for each

of the six provinces to conduct research among students & educators within the

respective provinces.

ii. Once permission has been obtained from these departments, permission has to be

obtained from the principal / school governing body of each school to conduct

research.

iii. Once permission has been obtained from the former, permission has to be obtained

from the parents or legal guardians of learners who will participate.

iv. Finally, assent has to be obtained from learners to participate in the study.

Due to the nature of obtaining the necessary consent, as well as the potential duration of

gaining this consent, steps have to be taken to start negotiations with the relevant provincial

DoE’s as soon as possible.

8) Measures to limit favourability bias Research participants should be clearly informed that there are no ‘right’ or ‘wrong’ answers

and that their answers to the quizzes / paragraphs will remain confidential. It should be

highlighted that no response will be to their benefitted or detriment. Their participation should

furthermore be voluntary.

9) Execution plan The appointed service provider will be responsible for gaining permission from parents for

learners to attend the production, as well as be involved in the evaluation. The service

provider therefore has to ensure that schools are contacted in advance and that

arrangements made and permission obtained to conduct the post implementation

evaluations no less than three weeks prior to the implementation.

The service provider will be responsible to develop the quiz paper in collaboration with

SAASTA, and based on content of the script. The service provider will also be responsible to

ensure that the quizzes are completed. They can ensure this either by physically going to the

Page 24 of 98

schools themselves to ensure that the quizzes are completed, or they can negotiate with

teachers to administer the quizzes. The service provider will thus take full responsibility for

the data collection by whatever means they deem appropriate as well as provide the data

collected to SAASTA. The service provider also has to ensure that a complete class list of

each class participating in the quiz is obtained from the school or relevant educator. In order

to ensure confidentiality, quiz papers will be designed in such a way that it contains a name

slip that can fold over so that it cannot be seen who completed the paper. Each learner will

be assigned a unique code against the class lists provided and an additional code to

distinguish between pre-and post implementation evaluations. Once the codes have been

recorded on the question papers, the name slips will be torn off.

The service provider will be responsible for organizing focus groups. However, SAASTA will be

responsible for collecting data through conducting focus group discussions, as well as the transcription

and analysis of the discussions.

The service provider will be responsible to negotiate with teachers to roll out the pre and post

implementation opinion paragraph exercises, and to provide SAASTA with the data.

SAASTA will be responsible for developing the post implementation M&E form. Service providers will

be responsible for distributing the questionnaires at each implementation and to collect completed

forms which they have to deliver to SAASTA.

SAASTA will be responsible for conducting the literature review around theatre and performance art

as a tool to communicate science and technology. Ideally, SAASTA should appoint an independent

subject expert(s) to serve as evaluator throughout the research process. SAASTA will also be

responsible to appoint service providers (individual data capturers or a data capturing company) to

capture and clean the data for analysis. SAASTA will be responsible for the write up of the research

findings, for a journal article, and to submit this article for publication in a suitable peer reviewed

academic journal. SAASTA will also be responsible for ensuring that the report and article are sent for

review by a professional editor (either in-house or externally).

Page 25 of 98

Biotechnology Educational Theatre Programme Costing Schedule

PART ITEM COST

A

Development of the biotechnology educational theatre programme consisting of the 3 (three) theatre productions as specified in the terms of reference.

All costs associated with the theatre programme as specified in the terms of reference.

Implement this programme at the following 60 schools (*please note that these schools are fixed and may not be substituted):

Province Number Name of school Address District

MPUMALANGA 1 Osizweni Secondary School Old Braken Mine, Brenden, Secunda Brenden

2 Kwandebele Science Combined School Ndebele College of Education, Siyabuswa Marble Hall

3 Highveld Park High School Standerton

4 Kwamhlanga Secondary School Section B A, Kwamhlanga Kwamhlanga

5 Ithafa Sec School 2847 Mandela Drive, Ermelo Ermelo

6 Ndlela Secondary School 570 Mavuso Street, Piet Retief Ermelo

7 Thomas Nhlabathi Secondary School 2100 Ngwasheng Street, Embalenhle, 2285 Standerton

8 Sakhile-Thobelani Sec School Standerton Standerton

LIMPOPO 1 Dendron Sec School Keiser Street, Dendron, Polokwane Dendron

2 Kutama High School Site no. 621, Muduluni, Kutama Kutama

3 Matshwara Sec school Shongoane no. 1, Melville Section, Lephalale, Ellisras Ellisras

4 Bakenberg Sec School Vleigkraal, Bakenberg, Mokopane Mokopane

5 Derek Kobe Secondary School 3116 Unit B, Lebowakgomo, Polokwane Polokwane

6 Motse Maria High School Doornspruit, 655 Romeng, Pietersburg, Polokwane Polokwane

7 Waterberg High School 137 Dudu Madisha Street, Potgietersrus, Mokopane Mokopane

8 Azwifari Secondary School Lufule II, Thohoyandou Thohoyandou

9 Tshiitwa Sec School Mashaba Village, Bushypark, Makhado Mashanda

10 Phegelelo Secondary School No. 1 Mosehla Street, Marapong, Ellisras Palala

11 Sebalamakgolo School 1798 Zone A, Namakgale, Phalaborwa North East (Phalaborwa)

Page 26 of 98

12 Mphaphuli High School Makwarela/Magidi, Thohoyandou, Sibasa Sibasa

13 Capricorn High School Thabo Mbeki Street, Polokwane Polokwane

14 Matshumane Secondary School Morgenzon, Glen Cowie Village, Groblersdal Groblersdal

WESTERN CAPE 1 Thandokhulu Sec School C/o Albert and Main Road, Mowbray, 7705 Metropole Central

2 Luhlaza High School Makabeni Road, E Section, Khayelitsha Metropole East

3 New Orleans Sec School Suikerbos Avenue, New Orleans West Coast Winelands

4 Matthew Goniwe Memorial High School Nyathi Street, Site B, Khayelitsha Metropole East

5 Wesbank Sec School Beader Street, Westbank, Cape Town West Coast Winelands

6 Oscar Mpetha High School Emms Drive, Nyanga Metropole Central

7 Vredendal Sec School Hoerskool Way, Vredendal North West Coast Winelands

8 Atlantis Secondary School Palmer Avenue, Wesfleur, Atlantis Metropole North

9 Bulumko Sec School 31 Mongezi Street, F Section, Khayelitsha Metropole East

10 Muizenberg High School Dover Road, Muizenberg Metropole Central

11 Rylands High School 9 Boulevard Balu, Parker, Gatesville Metropole Central

EASTERN CAPE 1 Richard Varha Tembisa Township, Dimbaza King William's Town

2 Bisho High School Main Road, Bisho, 5605 King William's Town

3 Badi Sen Sec School Xoyeni A/A Willowvale

4 St James Secondary School Main Street, Cofimvaba Cofimvaba

5 Chief Dumile Senior Sec School Kwandela A/A, Mbizana, 4800 Mbizana

6 Sidinane Senior Secondary School Xaxazana A/A, Mt Fletcher Mount Fletcher

7 Ntafufu Senior Sec School Lower Ntafufu A/A, Lusikisiki Lusikisiki

8 Maria Louw Sec School Scholars Walk, Victoria Park, Queenstown, 5320 Queenstown

9 C H Bokleni Scn Secondary School Mafini A/A, Ntlaza, Nqeleni Libode

10 Palmerton High School Zalu A/A, Lusikisiki Lusikisiki

11 Douglas Mbopa Senior Sec School 1 Matanzima Street, Motherwell, PE Port Elizabeth

12 Lawson Brown High School Illingworth Street, Millard Grange, Port Elizabeth Port Elizabeth

Page 27 of 98

13 Ntsokotha Senior Sec School Lower Agnes, Agnes Rest, Lady Frere Lady Frere

14 Dalibaso Senior Sec School Gogoza A/A, Mqanduli Mqanduli

15 Clydesdale Senior Sec School Clydesdale Mission, Mzimkulu Mthatha

16 Mariazel Senior Secondary School Mariazell Mission, Moshesh A/A, Matatiele Lusikisiki

NORTHERN CAPE 1 Kimberley Girls' High School Elsmere Road, Kimberley, 8301 Frances Baard

2 Kgomotso Sec School 16 Albertus Street, Groblershoop, 8550 Pampierstad

3 Carlton van Heerden Secondary School Vooruitsig Street, Upington, 8800 Siyanda

FREE STATE 1 R.T. Mokgopa High School Bultfontein 3, Thabanchu, Bloemfontein Bloemfontein

2 Lenyora-La-Thuto 3224 Block H, Botshabelo, 9281 Botshabelo

3 St Bernard's High School 3510 Nyokong Street, Bochabela, Bloemfontein Motheo

4 The Beacon Secondary School High Street, Mabolela Village, Phuthaditshaba, 9866 Thabo-Mofutsanyana

5 Lekgarietse Sec School 13504 Matima Drive, Jerusalem Park, Motse-Thabong, Welkom Welkom

6 Ntsu Secondary School 2528 Pienaar Strrt, Morelig, Bethlehem Bethlehem

7 Setjhaba-Se-Maketse Combined School 5 Block H, Botshabelo Botshabelo

8 Lerato-Thando Sec School 83 Ext 1, Intabazwe, Harrismith Harrismith

TOTAL FOR PART A (incl. biotechnology educational theatre programme (with 3 focus areas) development, logistics, management, administration, marketing, learning materials, applicable insurance, all items related to the theatre productions, reports, photography, videography, DVD production, resource distribution, monitoring and evaluation etc.) R

Implementation at an additional 20 schools (*please note that these schools are fixed and may not be substituted):

B

Province Number Name of school Address District Cost

MPUMALANGA 1 Inkomazi High School Mangweni, Kwalugedlane, Komatipoort Malelane

2 St Josef's Sec School 10 Morgan, Dennilton Grobblersdal

3 Ndzundza-Mabhoko Sec School Moloto, Kwahlanga Bronkhorstspruit

LIMPOPO 1 Mbilwi Secondary School 190 Block Q, Thohoyandou, Sibasa Sibasa

Page 28 of 98

2 Reti Sec School 602 Violet C, Bushbuckridge Bushbuckridge

3 Ndengeza High School Ndenggeza Tribal Authority, Block A, Ndengeza Village, Giyani Giyani

4 Tshebela High School Site no. 614, Gamolepo, Polokwane Polokwane

WESTERN CAPE 1 Heathfield High School Consta Road, Heathfield, Cape Town, 7945 Metropole Central

2 COSAT Falsebay College, Goodhope Campus, MeWay, Khayelitsha Metropole East

3 Kensington Sec School Zone 5 Thabo Mbeki Street, Langa Metropole Central

4 Grassy Park Sec School C/o Victoria Road and 6th Avenue, Grassy Park 7941 Metropole Central

EASTERN CAPE 1 Funda High School 1165 Zone 1, Ekuphumuleni, Whittlesea Queenstown

2 Vuli Valley Senior Sec School 6070 Vuli Valley, Ext 15 Msobomvu, Butterworth, 4961 Butterworth

3 Ndabankulu Senior Secondary School Cegcuana A/A, Ndabakazi Butterworth

4 Tholang Senior Sec School Ramohlakoana A/A, Maluti Maluti

5 St Thomas Senior Sec School Beetlestone Road, Gelvandale, PE, 6020 Port Elizabeth

NORTHERN CAPE 1 S.A van Wyk Secondary School Freddie Karsten Street, Bergsig, Springbok, 8240 Namaqua

FREE STATE 1 Thahameso Sec School Botala Village, Witsieshoek Witsiehoek

2 Kgorathutho High School 1426 Section D, Botshabelo, Welkom Botshabelo

3 Thalabodiba Sec School Gasethunya, Mokodumela, Phuthaditjhaba Mokodumela

TOTAL COST FOR PART B (implementation at 20 schools listed per category B) R

Implementation at an additional 20 schools (*please note that these schools are fixed and may not be substituted):

C

Province Number Name of school Address District Cost

MPUMALANGA 1 Kiriyatswane Secondary School 4696 Bosiu Drive, Ermelo Secunda

2 Mahushe Agric High School Mzinti, Nkomazi West Malelane

3 Hlomani Sec School 481 Kwaggafontein, Empumalanga Kwaggafontein

LIMPOPO 1 Ramatau Secondary School Metz Village, Moetladimo Eastern Region (5)

2 Harry Oppenheimer Agric School Stirum Limburg, Mokopane Mokopane

3 Nyumbani Sec School Ndhambi Village, Giyani Giyani

Page 29 of 98

4 Makgoka Sec School MaClean Farm, Boyne, Pietersburg Pietersburg

WESTERN CAPE 1 Percy Mdala High School Sigcu Street, Khayelitsha South South Cape Karoo

2 Belgravia Secondary School Belgravia Estate Metropole Central

3 Ravensmead Sec School C/o De La Rey and Ullswaters Street, Ravensmead Metropole North

4 Hottentots Holland High School Eiland Road, Somerset West Metropole East

EASTERN CAPE 1 KwaKomani Senior Sec School 1874 Pelem Road, Mlungisi Township, Queenstown, 5320 Queenstown

2 Milton Mbekela Senior Sec School Qunu A/A Mthatha

3 St John's College No. 1 CallaWay Street, St John's College, Mthatha Mthatha

4 Ithembelihle Senior Secondary School Marwanqa Street New Brighton

5 Zibokwana Senior Sec School Mvuzi A/A, Mt Frere, 5090 Mt Frere

NORTHERN CAPE 1 Vuyolwethu High School 105 Letsholo Street, Ipeleng, Kimberley Frances Baard

FREE STATE 1 Mampoi High School Mangauang Village, Mokodumela, Sasolburg Sasolburg

2 Welkom High School 620 Falstaff Road, Bedelia, Welkom Welkom

3 Lephola Sec School 8212 Nkoane Road, Thabong Thabong

TOTAL COST FOR PART C (implementation at 20 schools listed per category C) R

Implementation at an additional 20 schools (*please note that these schools are fixed and may not be substituted):

D

Province Number Name of school Address District Cost

MPUMALANGA 1 Allendale Sec School Broodsnyer Plaas Road, Lesedi Village, Witbank Witbank

2 Lowveld High School Figtree Street, West Acres, Sonpark, Nelspruit Nelspruit

3 Sozama Sec School Mhluzi Extension, Middelburg Middelburg

LIMPOPO 1 Hudson Ntsanwisi High School 1470 A Nkowankowa, Tzaneen Tzaneen

2 Hlomani High School Stand no. 8187, Lillydale Trust Farm, Mkhulu Mkhulu

3 Tshivhase High School Vhufuli Village, Louis Trichard Louis Trichardt

4 Sefoloko Secondary School 006 Ramoroka Section, Zone 5, Polokwane Sekgosese

WESTERN CAPE 1 Rocklands Secondary School C/o Cedars Avenue and Eisleben Road, Roacklands, 7798 Metropole South

Page 30 of 98

2 Sinethemba Secondary School Sagwityi Street, Brown's Farm, Phillipi Metropole South

3 Rhodes High School Montreal Avenue, Mowbray, 7700

West Coast Winelands

4 Sophumelela Secondary School C/o Oliver Tambo and Vanguard Drive, Weltevreden Valley Metropole East

EASTERN CAPE 1 Zingisa Comprehensive School Maydeyne Farm, Port St Johns Road, Mthatha Mthatha

2 DZ Dumzweni Senior Sec School Zinduneni A/A, Ngqeleni Ngqeleni

3 Ntukayi Senior Secondary School Ndunge Location Mbizana Mbizana

4 Breidbach Senior Protea Drive King William's Town

5 Tlokweng Senior Secondary School Makalakaleng Village, Palmietfontein Palmietfontein

NORTHERN CAPE 1 Saul Damon High School Diamand Street, Bellvue, Upington, 8801 Siyanda

FREE STATE 1 Navalsig High School 38 Andries Pretorius Street, Navalsig, Bloemfontein Bloemfontein

2 Mamellang-Thuto High School 5233 Mpumalanga, Kgotsong Township, Bothaville Bothaville

3 Teto High School Constantia Road, Motshethabong, Welkom Welkom

TOTAL COST FOR PART D (implementation at 20 schools listed per category D) R

Implementation at an additional 20 schools (*please note that these schools are fixed and may not be substituted):

E

Province Number Name of school Address District Cost

MPUMALANGA 1 Bonginsimbi Sec School 4052 Thysjonler Street, Emalahleni, Witbank Witbank

2 Sitintile Secondary School Stand no. 6336, Kanyamazane, 1214 Nelspruit

3 Mjokwane Sec School Naas, KwamaQhekeza, Komatipoort Komatipoort

LIMPOPO 1 Taxila Sec School 347 Orient Drive, Pietersburg Polokwane

2 Florapark Comp High School C/o Suid and Kiepersol, Florapark, Polokwane Flora Park

3 Kgati Ya Moshate Senior Secondary School Vaaltyn, Moshate, Mahwelereng Mahwelereng

4 Bankuna High School 954 B Tambo Street, Nkowankowa, Tzaneen Tzaneen

WESTERN CAPE 1 Kwamfundo Sec School Ncumo Road, Harare, Khayelitsha Metropole East

2 Fezeke Sec School NY 2, Gugulethu Metropole Central

3 Desmond Mpilo Tutu Sec School Funda Street, Polar Park, Mbekweni

West Coast Winelands

Page 31 of 98

4 Livingstone High School 100 Lansdowne Road, Claremont Metropole Central

EASTERN CAPE 1 Mthatha High School Victoria Street, Mthatha Mthatha

2 Nyathela Senior Sec School Macacuma Village, Sterkspruit Sterkspruit

3 Holy Cross Senior Secondary School 101 Chief Jojo Drive, Southridge Park, Mthatha Mthatha

4 Engwaqa Senior Sec School Engwaqa A/A, Mzimkhulu Mzimkhulu

5 Byletts Senior Secondary School Cintsa East, Mooiplaas, 5200 East London

NORTHERN CAPE 1 William Pescod Sec School Church Road, Ashbumham, Kimberley, 8301 Frances Baard

FREE STATE 1 Kahobotjha-Sakubusha Sec School 1448 Grobler Street, Rosemarie, Sasolburg Sasolburg

2 Ithabiseng Sec School 564 Matwabeng Location, Senekal Senekal

3 Leseding Technical Secondary School 10976 Constantia Road, Oppenheimer Park, Motse-Thabong Lejweleputswa

TOTAL COST FOR PART E (implementation at 20 schools listed per category E) R

Implementation at an additional 20 schools (*please note that these schools are fixed and may not be substituted):

F

Province Number Name of school Address District Cost

MPUMALANGA 1 Philip Ndimande Sec School Emamlahleni, Witbank Witbank

2 Witbank High School C/o Beaty and Woltemode Street, Witbank Witbank

3 Ramatshagalala Secondary School Kgobokwane Village, Stand 148B41, Marble Hall Groblersdal

LIMPOPO 1 Mugena Secondary School Bushbuckridge, Acornhoek, Hluvukani Acornhoek

2 Giyane High school Giyani Section A, Giyani Louis Trichardt

3 Glen Cowie Secondary School Nebo, Geln Cowie Mission, Groblersdal Sekhukune

4 Ngwana-Mohube Senior Sec School Gamphahlele Area, Polokwane Polokwane

WESTERN CAPE 1 Klein Nederburg Secondary School Newman Street, Paarl, 7646 West Coast Winelands

2 Manyano High School 617 Mkhonto Street, Khayelitshe Metropole East

3 Kassevlei Senior Secondary School Nick Kearns Avenue, Belville South, 7530 Metropole South

4 Sao Bras Secondary School Skool Straat, D'Almeida, Mosselbai South Cape Karoo

EASTERN CAPE 1 Tsomo Senior Secondary School Tsomo Mission, Tsomo Cofimvaba

Page 32 of 98

2 Vulindlela Comp Tech High School

Mngungundlovu A/A, Sea View Location, Vulindlela Area Mbizana

3 Bizana Senior Secondary School ERF 111E Near St Patrick's Hospital, Mbizana, 4800 Mbizana

4 Lehana Senior Sec School Tsekong Village, Mt Fletcher, 4770 Mt Fletcher

5 Cancgi Comp Tech School Amampisi A/A, Mbizana Mbizana

NORTHERN CAPE 1 West Avenue High School 1451 West Avenue, Douglas, 8370 Karoo

FREE STATE 1 Trompsburg Secondary School 50 Voortrekker Street, Trompsburg DC 16 (Bloemfontein South)

2 Sasamala Sec School A428 Tshiame, Tshiame, Harrismith Harrismith

3 Brebner High School Limosine Street, Helicon Heights, Bloemfontein Bloemfontein

TOTAL COST FOR PART F (implementation at 20 schools listed per category F) R

Implementation at an additional 20 schools (*please note that these schools are fixed and may not be substituted):

G

Province Number Name of school Address District Cost

MPUMALANGA 1 Zacheus Malaza Sec School Emalaheni, Witbank Witbank

2 Khutsalani Sec School 1020 Kabokweni Nelspruit

3 Enkangala Comprehensive School Ekangala, Section D Bronkhorstpruit

LIMPOPO 1 Bopedi Bapedi High School Stand no. 84, Marishane, Groblersdal Groblersdal

2 Rotterdam Secondary School Vuyani Village, Rotterdam Hlanganani

3 Madikweng Senior Secondary School 394 Uitkyk no. 1, Mtsima, 0711 Bochum

4 Lemana High School Magangeni Village, Elim Hospital, Soutspansberg Soutspansberg

WESTERN CAPE 1 Garlandale Sec School General Street, Athlone, 7764 Metropole Central

2 Mondale High School Merrydale Avenue, Portland Metropole South

3 Cape Academy for MST Firgrove Way, Constantia Metropole Central

4 Harold Cressy High School 103 Roeland Street, Cape Town, 8001 Metropole Central

EASTERN CAPE 1 Ncuncuzo Comb School Lower Ncuncuza A/A, Cofimvaba Cofimvaba

2 Nyanga Secondary School Kalinyanga A/A Ngcobo

3 Ndzondelelo Koyana Street, Zwide, PE Port Elizabeth

Page 33 of 98

4 Hillbrow Senior Secondary School 159 Main Street, Lusikisiki, 4820 Lusikisiki

5 St Cuthbert's Senior Secondary School St Cuthbert's A/A Tsolo

NORTHERN CAPE 1 Mogomotsi Sec School 587 Modirapula Street, Ikhutseng, Warrenton Frances Baard

FREE STATE 1 Pele Ya Pele Secondary School Old Vaal Power Station, Lethabo Northern Free State

2 Kheleng Sec School 2051 First Street, Phomolong, Henneman Henneman

3 Tlhorong Sec School Bolata Village, Phuthaditjhaba Phuthaditjhaba

TOTAL COST FOR PART G (implementation at 20 schools listed per category G) R

Implementation at an additional 20 schools (*please note that these schools are fixed and may not be substituted):

H

Province Number Name of school Address District Cost

MPUMALANGA 1 Empucukweni Sec School 2971 C/o Tsotetsi and Ngobe Street, Kwaguqa Witbank

2

Ramoshidi Technical and Commercial High School Bukama Section, Ga Seabe, Marble Hall Marble Hall

3 Sofunda Sec School 5531 Zandile Street, Mhluzi, Middelburg Middelburg

LIMPOPO 1 St Brendans School Botlhokwa-Ga-phasha, Bendelierkop, Thohoyandou Thohoyandou

2 Thengwe Senior Sec School Tshandama Village, Mutala, Thohoyandou Thohoyandou

3 Hluvuka High School Bungeni Settlement, Hlanganani, Potgietersrus Potgietersrus

4 Motlalaohle Sec School Malaka Location, Dwarsrivier Dwarsrivier

WESTERN CAPE 1 Sarepta Secondary School Weber Street, Sarepta Metropole East

2 Harry Gwala Sec School Hlehla Street, Makhaza, Khayelitsha Metropole East

3 Malibu Secondary School Chatres Circle, Malibu Village Metropole East

4 Langeberg Sec School George-Way, Dagbreek, Robertson Breede River Overberg

EASTERN CAPE 1 Zamukulungisa Senior Secondary School Qweqwe A/A, Mthatha Mthatha

2 Colosa Senior Sec School Colosa A/A, Dutywa Dutwya

3 Sandi Secondary School Ntsundwana A/A, Ngqeleni Libode

4 J.S. Skenjana Secondary School Guido Street, Dutywa Dutywa

5 Bulelani Senior Sec School 1947 Zone 2, Ezibeleni, 5326, Queenstown Queenstown

Page 34 of 98

NORTHERN CAPE 1 Monwabisi Secondary School 93 Nonzakazi Steet, De Aar, 7000 Karoo

FREE STATE 1 Iketsetseng Secondary School 3998 Taylor Street, Zamdele Sasolburg

2 Lere-La-Thuto Sec School 323 Matlakeng, Zastron Zastron

3 Phofung Sec School Phomolong Village, Mokodumela, Phuthaditjhaba Phuthaditjhaba

TOTAL COST FOR PART H (implementation at 20 schools listed per category H) R

Implementation at an remaining 22 schools (*please note that these schools are fixed and may not be substituted):

I

Province Number Name of school Address District Cost

MPUMALANGA 1 Takheni Secondary School Stand no. 1, Elukwatini, Eerstehoek Eerstehoek

LIMPOPO 1 Nwamavimbi Secondary School Ximausa Village, Giyani Hlanganani

2 Leole Secondary School Burgersfort, Bohlabelo Bohlabela

3 Maneledzi Sec School 925 Tshiozwi Village, Makhado Louis Trichardt

4 Thohoyandou Sec School Stand no. 697/8, Block P West, Thohoyandou Thohoyandou

5 Pax Special School Matlala Road, Polokwane Polokwane

6 Ngwanamala Sec School Lefalane Apel, Ga-Nchabeleng, Mothopong Mothopong

7 Lehlasedi High School 1360 Shatale Township, Shatale Shatale

8 Nngweni High School Makhado, Dzanani Makhado

NORTHERN CAPE 1 Sutherland High School 20 Miller Street, Sutherland, 6920 Namaqua

WESTERN CAPE 1 Breede Rivier Rivier Secondary School Noble Street, Worcester, 6849 Breede Rivier Overberg

EASTERN CAPE 1 Vulindlela Senior Sec School Mantlaneni A/A, Lusikisiki Lusikisiki

2 Hector Peterson Senior Secondary School 958 Zone 4A Zwelitshe

3 Mgezwa Senior Sec School Nkunzimbini A/A, Lambasi Road, Mgezwa Lusikisiki

4 Masiphathisane Secondary School 71 Ndlovu Street, NU1 Motherwell, 6211 Port Elizabeth

5 Molly Blackburn Senior Sec School 1 St Avenue, KwaNobuhle, 6242 Uitenhage

6 Mount Frere Senior Sec School 363 Main Street, Mount Frere, 5090 Mount Frere

7 Nongeke Sen Sec Imizizi A/A, Port Edward Mbizana

8 Khwezilomso Secondary School C/o Johnson Road, Zwide Port Elizabeth

Page 35 of 98

EP SAASTA Costing Schedule.xlsx

The spread sheet to allow bidders to input the data

9 Umtata Tech High School New Brighton Road Umtata

FREE STATE 1 Kgolathutho Sec School 8707 Mampoi Street, Phuthaditjhaba, Harrismith Harrismith

2 Dr Reginald Cingo High School C/o Phakoe and Koekoe Street, Gelukwaarts, Maokeng Maokeng

TOTAL COST FOR PART I (implementation at remaining 22 schools listed per category I) R

Page 36 of 98

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;

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

Page 37 of 98

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 38 of 98

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 39 of 98

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 40 of 98

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.

*Delete if not applicable

Page 41 of 98

SBD 3.2

PRICING SCHEDULE – NON-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)

42

Page 42 of 98

Page 43 of 98

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.

*Delete if not applicable

Page 44 of 98

SBD 3.2

PRICE ADJUSTMENTS

A NON-FIRM PRICES SUBJECT TO ESCALATION

1. IN CASES OF PERIOD CONTRACTS, NON FIRM PRICES WILL BE ADJUSTED (LOADED) WITH

THE ASSESSED CONTRACT PRICE ADJUSTMENTS IMPLICIT IN NON FIRM PRICES WHEN

CALCULATING THE COMPARATIVE PRICES

2 IN THIS CATEGORY PRICE ESCALATIONS WILL ONLY BE CONSIDERED IN TERMS OF THE

FOLLOWING FORMULA

VPt

oR

tRD

oR

tRD

oR

tRD

oR

tRDPtVPa

4

44

3

33

2

22

1

111

Where:

Pa = The new escalated price to be calculated

(1-V)Pt = 85% of the original bid price. Note that Pt must always be the original bid price and not an

escalated price

D1, D2.. = Each factor of the bid price eg. labour, transport, clothing, footwear, etc. The total of the various

factors D1, D2…etc. must add up to 100%.

R1t, R2t = Index figure obtained from new index (depends on the number of factors used).

R1o, R2o = Index figure at time of bidding

VPt = 15% of the original bid price. This portion of the bid price remains firm i.e. it is not subject to

any price escalations.

3. The following index/indices must be used to calculate your bid price

Index………. Dated………. Index………. Dated………. Index………. Dated……….

Index………. Dated………. Index………. Dated………. Index………. Dated……….

4 FURNISH A BREAKDOWN OF YOUR PRICE IN TERMS OF ABOVE-MENTIONED FORMULA. THE TOTAL

OF THE VARIOUS FACTORS MUST ADD UP TO 100%.

FACTOR (D1, D2 etc. eg. Labour, transport etc.)

PERCENTAGE OF BID PRICE

Page 45 of 98

SBD 3.2

PRICE ADJUSTMENTS

B PRICES SUBJECT TO RATE OF EXCHANGE VARIATIONS

1. Please furnish full particulars of your financial institution, state the currencies used in the conversion of

the prices of the items to South African currency, which portion of the price is subject to rate of

exchange variations and the amounts remitted abroad.

PARTICULARS OF FINANCIAL

INSTITUTION ITEM NO PRICE

CURRENCY

RATE

PORTION OF PRICE SUBJECT

TO ROE

AMOUNT IN

FOREIGN CURREN

CY REMITTE

D ABROAD

ZAR=

ZAR=

ZAR=

ZAR=

ZAR=

ZAR=

2. Adjustments for rate of exchange variations during the contract period will be calculated by using the

average monthly exchange rates as issued by your commercial bank for the periods indicated hereunder:

(Proof from bank required)

AVERAGE MONTHLY EXCHANGE RATES FOR THE PERIOD:

DATE DOCUMENTATION

MUST BE SUBMITTED TO

THIS OFFICE

DATE FROM WHICH NEW

CALCULATED PRICES WILL

BECOME EFFECTIVE

DATE UNTIL WHICH NEW

CALCULATED PRICE WILL BE

EFFECTIVE

Page 46 of 98

Page 47 of 98

SBD 3.3

PRICING SCHEDULE

(Professional Services)

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)

1. The accompanying information must be used for the formulation of proposals

2.

Bidders are required to indicate a ceiling price based on the total

estimated time for completion of all phases and including all

expenses inclusive of all applicable taxes for the project.

R

3.

PERSONS WHO WILL BE INVOLVED IN THE PROJECT AND RATES APPLICABLE

(CERTIFIED INVOICES MUST BE RENDERED IN TERMS HEREOF)

Page 48 of 98

Page 49 of 98

4. PERSON AND POSITION HOURLY RATE DAILY RATE

R R

R R

R R

R R

R R

5.

PHASES ACCORDING TO WHICH THE PROJECT

WILL BE COMPLETED, COST PER PHASE AND MAN-

DAYS TO BE SPENT

HOURLY RATE DAILY RATE

R R

R R

R R

R R

5.1.

Travel expenses (specify, for example rate/km and total km,

class of air travel, etc.). Only actual costs are recoverable.

Proof of the expenses incurred must accompany certified

invoices

DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT

R

R

R

R

TOTAL: R

** ”all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance

fund

contributions and skills development levies

Page 50 of 98

5.2.

Other expenses, for example accommodation (specify, e.g.

Three star hotel, bed and breakfast, telephone cost,

reproduction cost, etc.). On basis of these particulars,

certified invoices will be checked for correctness. Proof of

the expenses must accompany invoices.

DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT

R

R

R

R

TOTAL: R

6. Period required for commencement with project after

acceptance of bid

7. Estimated man-days for completion of project

8. Are the rates quoted firm for the full period of contract? *YES/NO

9 If not firm for the full period, provide details of the

basis on which adjustments will be applied for, for

example consumer price index

*[DELETE IF NOT APPLICABLE]

.

Page 51 of 98

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 52 of 98

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:

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:

Page 53 of 98

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 business with

the state in the previous twelve months?

YES/NO

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

Page 54 of 98

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 55 of 98

3. Full details of directors/trustees/members/shareholders.

Full Name Identity

Number

Personal

Income Tax

Reference

Number

State Employee

Number/Persal

Number

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 56 of 98

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:

(a) Price; and

Page 57 of 98

(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 58 of 98

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

employing, another person to support such primary contractor in the execution of part of a

Page 59 of 98

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:

80/20 or 90/10

Page 60 of 98

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

contributor

0 0

5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by

Page 61 of 98

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 62 of 98

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 63 of 98

(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 64 of 98

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 65 of 98

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 66 of 98

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 67 of 98

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 68 of 98

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 69 of 98

4. I confirm that I am duly authorised to sign this contract.

SIGNED AT ………………………………………ON………………………………..

NAME (PRINT) …………………………………….

SIGNATURE …………………………………….

OFFICIAL STAMP

WITNESSES

1. ………………………

Page 70 of 98

SBD 7.2

CONTRACT FORM - RENDERING OF SERVICES

THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE SERVICE PROVIDER (PART 1)

AND THE NATIONAL RESEARCH FOUNDATION AS PURCHASER (PART 2). BOTH FORMS

MUST BE SIGNED IN THE ORIGINAL SO THAT THE SERVICE PROVIDER AND THE

PURCHASER WOULD BE IN POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR

THEIR RESPECTIVE RECORDS.

PART 1 (TO BE FILLED IN BY THE SERVICE PROVIDER)

1. I hereby undertake to render services described in the attached bidding documents to

NATIONAL RESEARCH FOUNDATION in accordance with the requirements and task

directives / proposals specifications stipulated in Bid Number………….……….. at the

price/s quoted. My offer/s remain binding upon me and open for acceptance by the

Purchaser during the validity period indicated and calculated from the closing date of the

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);

- Filled in task directive/proposal;

- Preference claims for Broad Based Black Economic Empowerment Status

Level of Contribution in terms of the Preferential Procurement Regulations

2011;

Page 71 of 98

- 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 services 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

fulfillment 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.

Page 72 of 98

6. I confirm that I am duly authorised to sign this contract.

NAME (PRINT) …………………………….

CAPACITY …………………………….

SIGNATURE …………………………….

NAME OF FIRM …………………………….

DATE …………………………….

WITNESSES

1 …….……………………………

Page 73 of 98

SBD 7.2

CONTRACT FORM - RENDERING OF SERVICES

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 rendering

of services indicated hereunder and/or further specified in the annexure(s).

2. An official order indicating service delivery instructions is forthcoming.

3. I undertake to make payment for the services rendered in accordance with the terms and

conditions of the contract, within 30 (thirty) days after receipt of an invoice.

DESCRIPTION OF SERVICE

PRICE (ALL APPLICABL

E TAXES INCLUDED)

COMPLETION DATE

B-BBEE STATUS

LEVEL OF CONTRIBU

TION

MINIMUM

THRESHOLD FOR LOCAL

PRODUCTION AND

CONTENT (if

applicable)

Page 74 of 98

4. I confirm that I am duly authorised to sign this contract.

SIGNED AT ………………………………………ON………………………………..

NAME (PRINT) ………………………………………….

SIGNATURE …………………………………………

OFFICIAL STAMP

WITNESSES

1 ….…………………………….

Page 75 of 98

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 76 of 98

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 77 of 98

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 78 of 98

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 79 of 98

Page 80 of 98

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:________________________________________________________________________________t

hat:

(Name of Bidder)

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 81 of 98

(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.

Page 82 of 98

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 83 of 98

………………………………………………… …………………………………

Signature Date

…………………………………………………. …………………………………

Position Name of Bidder

Js914w 2

Page 84 of 98

Page 85 of 98

Page 86 of 98

Page 87 of 98

Page 88 of 98

Page 89 of 98

Page 90 of 98

Page 91 of 98

Page 92 of 98

Page 93 of 98

Page 94 of 98

Page 95 of 98

Page 96 of 98

Page 97 of 98

Page 98 of 98