TERMS OF REFERENCE CIPC BID NUMBER 11/2015/2016

Similar documents
TERMS OF REFERENCE CIPC BID NUMBER: 16/2016/2017

TERMS OF REFERENCE INVITATION TO SERVICE PROVIDERS TO SUPPLY LEVEL 5 SHOP 3 SUNNYPARK MALL; 10 TREVENNA STREET; SUNNYSIDE, PRETORIA.

TERMS OF REFERENCE CIPC BID NUMBER 08/2015/2016

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATION (RFQ) 25 January 2019

CITY POWER JOHANNESBURG

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

Procurement & Probity Policy (v3.0)

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME

TERMS OF REFERENCE RFP NO.: SALGA/32/2016

RFQ/SANAS/PASTEL-EVOLUTION/2012/01

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO RENDER AN INTERNAL AUDIT SERVICE

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

Request for proposal and quotation Provision of Business Intelligence Service within ICT RFP/ICT/BI/2019/23

Procurement Plan. Accelerating Solar Water Pumping via Innovative Financing. Date of the Procurement Plan: December 3, 2017

UNICEF s Procurement Processes and Tendering for Diagnostics


TO ALL SUPPLIERS SEEKING REGISTRATION AS AN APPROVED SUPPLIER ON THE DATABASE OF GS FETC

Procurement Plan. Project Information: Emergency Food Crisis response result. Date of the Procurement Plan: August 11, 2017

Municipality of the District of Lunenburg POLICY

SOUTH AFRICAN MEDICAL RESEARCH COUNCIL

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

Request for Quotation

CITY POWER JOHANNESBURG

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

CITY POWER JOHANNESBURG

GUYANA WATER INCORPORATED SUPPLIER/CONTRACTOR PRE - QUALIFICATION DOCUMENT LOT B MINOR WORKS/SERVICES

ECONOMIC DEVELOPMENT & INVESTMENT PROMOTION UNIT CONTRACT NO: 1N-14199

Closing date: 09 February 2018

Casework Technical Support (Social Welfare - Project Management)

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

Request for Quotation

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF SECRETARIAT SERVICES FOR THE FOOD AND BEVERAGES MANUFACTURING SECTOR EDUCATION AND TRAINING AUTHORITY

CITY POWER JOHANNESBURG

POLICY ON UNISA PUBLIC TENDERS Overview

Contract Management Policy

CITY POWER JOHANNESBURG

MUST BE SUBMITTED IN SEALED ENVELOPES CLEARLY MARKED RFQ FOR...

REQUEST FOR QUOTATION

CITY POWER JOHANNESBURG

08 NOVEMBER PURPOSE

11 June h00 Closing date for delivery of quote 19 June Contact Person

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

REQUEST FOR PROPOSAL

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

REQUEST FOR QUOTATION (RFQ) SS/128/09/ /09/2018

QUOTATIONS MUST BE SUBMITTED IN SEALED ENVELOPES CLEARLY MARKED RFQ FOR... The following information must be submitted with the quotation:

2. BID ENQUIRIES Bid enquiries and technical matters shall be directed in writing to the relevant representative as detailed below:

RFQ: /14 ACCREDITED TRAINING PROVIDERS TO OFFER TRAINING ON CONSTITUENCY SKILLS PROGRAMMES (NEGOTIATION & PASTEL)

Quotation Box, 12 Glencoe Road, Springfield. City Parks does not take responsibility for any quotations submitted to the wrong box.

Procurement Standard. For further information contact

MATTHEW GONIWE SCHOOL OF LEADERSHIP AND GOVERNANCE (MGSLG)

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

MAGALIES WATER REQUEST FOR PROPOSAL RFP/MW/10/

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

Marilyn Davids.

SECTION BID FORM

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

The University Of South Africa invites suitably. Qualified suppliers to participate in a. Expression of Interest to provide the University with

Seba Ismaiel. UNICEF Procurement Process and Control Oversights + Outline of Tender Document

TENDER BRIEFING NOTES TENDER IEC/NW-01/2015 SECURITY SERVICES IN NORTH WEST. 21 April 2015 at 11:00. Protea Office Park, 103 Sekame Street, Mmabatho

CITY POWER JOHANNESBURG

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

CITY POWER JOHANNESBURG

Invitation to Tender. Development Legal Services. August 2015

REQUEST FOR QUOTATION

Invitation for Bid (IFB)

Invitation for Expression of Interest (EOI) from Eligible Architect/Architectural Firm for Biotechnology Industry Research Assistance Council

CITY POWER JOHANNESBURG

REQUEST FOR INFORMATION

Fasset. Guide to Procurement. How to submit tenders / RFPs / RFBs

Request for Proposals (RFP) The provision of Technical Advisory and Modelling Services to CSIR in the area of Aeronautics. RFP No.

Request for proposal (RFP) for the creation of content as well as engagement and management of the SAFTAs social media platforms.

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders

CITY POWER JOHANNESBURG

Procurement Plan. I. General

REQUEST FOR QUOTATION

ROAD ACCIDENT FUND COMPULSORY BRIEFING SESSION RAF/2016/00008 MEDIA MONITORING SERVICES. Date: 11 July 2016 Time: 11:00 Venue: Training rooms 1&3

This Policy is entitled the "Purchasing and Tendering Policy".

REQUEST FOR QUOTATION (RFQ) (Services)

Transcription:

TERMS OF REFERENCE CIPC BID NUMBER 11/15/16 DISCRIPTION: REQUEST TO GO OUT ON TENDER FOR PROCUMENT OF PROFESSIONAL SERVICES TO ASSIST WITH CIPC ADVERTISING AND EDUCATIONAL CAMPAIGN FOR A PERIOD OF 12 MONTHS CONTRACT PERIOD: 12 MONTHS Page 1 of 8

TERMS AND CONDITIONS OF REQUEST FOR TENDER (RFT) 1. CIPC s standard conditions of purchase shall apply. 2. Late and incomplete submissions will not be accepted. 3. Any bidder who has reasons to believe that the RFQ specification is based on a specific brand must inform CIPC before BID closing date. 4. Bidders are required to submit an original Tax Clearance Certificate for all price quotations exceeding the value of R30 000 (VAT included). Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of this RFQ. Certified copies of the Tax Clearance Certificate will not be acceptable. 5. No services must be rendered or goods delivered before an official CIPC Purchase Order form has been received. 6. This RFT will be evaluated in terms of the 90/10 system prescribed by the Preferential Procurement Regulations, 01. 7. The Government Procurement General Conditions of contractors (GCC) will apply in all instances. 8. As the commencement of this project is of critical importance, it is imperative that the services provided by the Service Provider are available immediately. Failing to commence with this project immediately from date of notification by CIPC would invalidate the prospective Service Provider s proposal. 9. No advance payment(s) will be made. CIPC will pay within the prescribed period as per the PFMA. 10. All price quoted must be inclusive of Value Added Tax (VAT) 11. The successful Service Provider must at all times comply with CIPC s policies and procedures as well as maintain a high level of confidentiality of information. 12. All information, documents, programmes and reports must be regarded as confidential and may not be made available to any unauthorised person or institution without the written consent of the Commissioner or her delegate. 13. The Service Provider is restricted to the time frames as agreed with CIPC for the various phases that will be agreed to on signing of the Service Level Agreement. 14. CIPC will enter into Service Level Agreement with the successful Service Provider. 15. All prices must be valid for 90 days. 16. CIPC reserves the right not to award this bid to any prospective bidder or to split the award Page 2 of 8

17. Fraud and Corruption: The Service Provider selected through this Terms of Reference must observe the highest standards of ethics during the performance and execution of such contract. In pursuance of this policy, CIPC Defines, that for such purposes, the terms set forth will be as follows: i. "Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of CIPC or any personnel of Service Provider(s) in contract executions. ii. "Fraudulent practice" means a misrepresentation of facts, in order to influence a procurement process or the execution of a contract, to CIPC, and includes collusive practice among bidders (prior to or after Proposal iii. submission) designed to establish Proposal prices at artificially high or non-competitive levels and to deprive CIPC of the benefits of free and open competition; iv. Unfair trade practices means supply of services different from what is ordered on, or change in the Scope of Work; v. Coercive practices means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the execution of contract; vi. CIPC shall reject a proposal for award, if it determines that the bidder recommended for award, has been engaged in corrupt, fraudulent or unfair trade practices; vii. CIPC shall declare a Service Provider ineligible, either indefinitely or for a stated period of time, for awarding the contract, if it at any time it determines that the Service Provider has been engaged in corrupt, fraudulent and unfair trade practice including but not limited to the above in competing for, or in executing, the contract. I, the undersigned (NAME). certify that : I have read and understood the conditions of this Request for Tender (RFT). I have supplied the required information and the information submitted as part of this RFT is true and correct... Signature.. Date Page 3 of 8

1. Purpose The purpose of this document is to outline the terms of reference (TOR) for the invitation of Professional Service Providers to roll out an advertising and educational campaign in the form of billboard advertising, taxi wrap, community radio and educational exhibitions at certain shopping complexes around the country. 2. Introduction: The Companies and Intellectual Property Commission (CIPC), herewith referred to as the Commission was formed by the amalgamation of the Office of Companies and Intellectual Property Enforcement (OCIPE) and the Companies and Intellectual Property Registration Office (CIPRO), and is mandated by the Companies Act, 08 (Act 71 of 08). CIPC is an organ of state, outside the public service but within the public administration. Main functions of Commission: Registration of Companies, Co-operatives and Intellectual Property Rights and maintenance thereof Disclosure of Information on its register Promotion of education and awareness of Company and Intellectual Property Law Promotion of compliance with relevant legislation Efficient and effective enforcement of relevant legislation Monitoring compliance with and contraventions of financial reporting standards, and making recommendations thereto to Financial Reporting Standards Council (FRSC) Licensing of Business rescue practitioners Oversight role of Independent Review professional bodies Report, research and advice Minister on matters of national policy relating to company and intellectual property law. CIPC s customer engagement model has changed completely. CIPC has modernized various channels for customer interaction and transacting and the organization has to continuously inform and educate CIPC CIPC requires the services of an advertising service provider for:- (5x 8 meter) billboards at different shopping complexes or municipalities especially in townships for a 12 month period rotating key messages. Utilize municipalities or small shopping complexes for exhibition and educational campaign and also arrange local community radio for airtime during the education campaign to communicate key messages 12 Brand local long distance taxis commuting between provinces covering all 9 provinces for a period of 6 months negotiating with local taxi association. This is for brand awareness. National Newspaper (2 Sunday newspaper, weekly papers -Sowetan, Businessday, Beeld, Business Connect advertisement displaying important messages and specific Business magazines such as SOE, Safika Media/JSE etc) Page 4 of 8

3. Specification: No Item 1 Positioning of selected billboards (): High visibility at shopping complexes/ taxi ranks/ municipality offices on rotational basis for all provinces. Agency to recommend based on demographics and reach. 2 Print: Highest quality, colour consistent and minimum size of 3mX8m Minimum of 360dpi UV digital printed and welded on outdoor specified flex face. Material size will depend on site but needs to be strong, all weather and specific for outdoor. NB: Prints to be 5 meter wide or smaller if needed and be printed continuous without any welds (one continuous print). 3. Flighting/ installation/ maintenance by service provider 4. 12 Mobile billboards in the form of taxi wrap, countrywide moving in different locations especially long distance taxies commuting between two provinces. 5. Secure community radio slots for interviews 6. Design a mobile exhibition stand to be used during educational campaigns either in municipalities/shopping complexes or taxi ranks. It will be the responsibility of the service provider to erect and dismantle the stand at every location 7. This should also include monthly campaign plan which will be reviewed regularly 8. Do analysis per channel every 3 months to ensure maximum impact and also enhance the CIPC stakeholder engagement strategy 5. Pricing Schedule: The service provider must provide costing based on the pricing schedule table below. Service providers must endeavor to structure their pricing in terms of milestone payments. These milestones must be structured in such a way that the deliverables are achievable and measurable. These milestones will be used as payment milestones once the deliverables have been signed off by the responsible owner. It will be in the bidder s best interest to structure the payment milestones in such a way that regular payments can be achieved. The services provider should provide a clear project plan, with very clear activities, time frames, relevant deliverables and relevant costing. Note: Service providers will be responsible for all costs; e.g. design and production of materials, third party payments, transportation and other disbursements for ALL activities/ meetings associated with this quote and must include this cost in the pricing for this quote. Page 5 of 8

Quotation must provide for the following costs: No Item and description Quantity/ No of estimated hours 1 Project management 2 Design, formatting and artwork related matters 3 Production costs 4 Securing of site, contract management for Flighting and maintenance 5 Buying of community radio station airtime for interviews by CIPC and getting space in National newspapers and local business magazines for advertising major messages 6 Miscellaneous (All other costs such as travel, shipment, overtime hours, etc.) Total All Inclusive Cost Cost (Inclusive of VAT) 6. Service provider appointment service level agreement: The successful service provider will be required to enter into a Service Level Agreement (SLA) with CIPC within 14 working days after receiving official confirmation of being awarded. 7. Contractual Period: The contract will be valid for a period not exceeding 12 months. 8. Responsiveness Criteria: 8.1 Failure to provide the following might result in a quote not being considered: (minimum requirements): o Proposals must be properly received on the closing date and time specified on the invitation, fully completed and signed in ink. o Submission and completion of the Total Pricing Schedule SBD3.3, Declaration of Interest SBD4, Declaration of Bidder s Past Supply Chain Management Practices SBD8 and Certificate of Independent bid determination SBD9 o Submission of an original and valid Tax Clearance Certificate o Submission of the company s registration certificate from the Register of Companies (CIPC). 9. Validity of Proposals : The prospective service provider (Bidder) is required to confirm that it will hold its proposal valid for 90 days from the closing date of submission of proposals, during which time it will maintain without change, the personnel proposed for the services together with their proposed rates. Page 6 of 8

6. Functional evaluation Functional evaluation will be conducted based on the following: Demonstrated expertise with advertising and coordinating educational campaign (three examples of displayed such). Provide three contactable references with the examples displaying securing advertising space in terms of billboards and also buy airtime from specific community radio stations. Deliver a quality Proposal (clearly outlining the approach on how deliverables will be achieved, the time frame, etc.) The functional evaluation will be rated out of 100 points and will be determined as follows: EVALUATION CRITERIA Rating Weight 1 2 3 4 5 % Total Demonstrated expertise with coordinating educational campaign in the form of exhibitions and media advertising. Provide three contactable references with the examples displaying securing advertising space in terms of billboards and also buy airtime from specific community radio stations. The following will be verified with references and they may be contacted to verify this information service provided professionally and of a high standard Was the service provided professionally and of a high standard The service provided in line with the Service provider s proposal and within budget The Service provider deliver high quality and on time Would the company make use of the service provider s services again Examples of billboards conceptualized and designed by the service providers for the three references provided above illustrating the service provider s ability to produce, install and maintenance thereof Examples of : Taxi/bus branding Mobile exhibition stand that can be reused in all provinces Provide constant quality feedback in terms of analysis of each channel, how effective it is and what needs to be changed Total 100 NB: Prospective bidders are requested to address the above criterion and failure to submit the information will result in the offer not evaluated further. A company profile will NOT be sufficient. Page 7 of 8

The Bids will be evaluated on a scale of 1 5 in accordance with the criteria below. The rating will be as follows: 1 = Very poor, 2 = Poor, 3 = Good, 4 = Very good, 5 = Excellent Only service providers scoring higher than 60% will be considered for price. 10. Copyright Copyright in all documentation, electronic data/programme source codes, manuals and documentation produced or prepared for the CIPC (any training material included) by or on behalf of the Contractor or emanating from this Contract shall vest in the CIPC which shall have the right to adopt them for other projects. Any base systems, programme source codes, technical manuals or adaptations developed by the Contractor or its supplier prior to this contract will be excluded. The contractor shall not, without the written consent of the CIPC, granted by a duly authorised official, use, copy or communicate to any person such documents or information, except as strictly necessary for the purposes of the Contract. In addition and without limiting the foregoing, the Contractor shall deliver such documentation to the CIPC, immediately upon the expiry or termination of the Contract. 11. SUBMISSION OF PROPOSALS Sealed proposals will be received at the Tender Box at the Reception, 77 Meintjies Street, Sunnyside, the dti campus, Block F. Proposals should be addressed to: Manager (Supply Chain Management) Companies and Intellectual Property Registration Office Block F, the dti Campus, 77 Mentjies Street, Sunnyside PRETORIA ENQUIRIES A. Supply Chain Enquiries Mr Solomon Motshweni OR Ms Ntombi Maqhula Contact No: (012) 394 5233 /45344 E-mail: SMotshweni@cipc.co.za OR Nmaqhula@cipc.co.za B. Technical Enquiries Tshiamo Zebediela: Communications Specialist Tel: 012 394 3345 E-mail: tzebediela@cipc.co.za Page 8 of 8