1.1. To appoint a Professional Service Provider (PSP) who will assist the department in revising 2012
National Forestry Sector Research and Development Strategy for a period of six (6) months.
2. INTRODUCTION AND BACKGROUND
2.1. According to the National Forest Act (Act No. ), the primary role and purpose is to give effect
to the Department’s legal mandate as contained in the National Forests Act (1998); Section 5:
(1) The Minister must carry out or commission research
(2) The research must promote the objectives of forest policy and conform with national policies and
programmed relating to science and technology.
2.2. As mentioned above that the National Forest Act (Act No. ) makes provisions for
commissioning research and monitoring programmes in relation to science and technology, the then
Department of Agriculture, Forestry and Fisheries (DAFF) in response to the Act’s provision in 2012
developed the National Forest Sector Research and Development Strategy which aimed at policy and
regulatory impacts research and institutional development; research and maintenance of national
facilities; economic, market and technology scenarios and foresight; promoting a competitive sector
through improved industry hosting conditions and materials handling; promoting the natural-fibre world;
managing forest landscapes for sustainability and local economic development; addressing the
constraints to growth in the sector and managing the risks of growth and etc.
2.3. The National Forest Research Forum (NFRF) recommended that the strategy be revised to address the
failures of implementations, the needs of the forest R&D sector, and the unpredictable challenges, a
new governance structure which will include institutional arrangements and funding modalities.
2.4. The 2012 National Forest Sector Research & Development Strategy is an outdated strategy that needs
to be revised in a comprehensive exercise that incorporates a vision statement with buy-in from all
stakeholders and addresses the deficiencies and gaps that have been identified in the research themes.
Some themes need to be streamlined through clustering in certain areas and new themes need to be
added.
2.5. The revision of the themes should address and emphasize existing and additional forest products from
all types of forests such as plantations, woodland and natural forests. The economic development of
communities dependent on natural forests, woodlands, Category C plantations (woodlots) and urban
forests require a theme on their own. New themes on the impacts of climate change, biotechnology,
precision forestry and the forest- based bioeconomy need to be developed. Priorities and measurable
objectives need to be identified within these themes, preferably via an assessment of our global and
regional competitive advantages and the major risks to the sector in the next 30 years.
2.6. The implementation of a revised 2012 National Forest Sector Research and Development Strategy will
also contribute to the objectives and implementation of DFFE 2020 Commercial Forestry Masterplan,
Agroforestry Strategy, Greening Strategy, Climate Change Policy, Just Transition Policy 2023 -2027,
DSTI Bioeconomy Strategy.
2.7. Furthermore, the review of the 2012 National Forest Sector Research and Development Strategy,
should ensure that research does not remain at a theoretical level; the benefits of new technologies are
disseminated to the end users – the growers and users of our forests and to build a sustainable sector
that is internationally competitive.
2.8. It is with this effect that DFFE is initiating a tender process to appoint a Professional Service Provider
(PSP) who will assist the department in revising 2012 National Forest Sector Research and
Development Strategy for a period of six (6) months.
3. OBJECTIVES
3.1. The objectives for the review of the National Forest Sector R&D strategy are as follows:
a) Analyse and identify gaps in the current National Forest Sector R&D strategy.
b) Identify existing Forest Sector R&D Strategy documents regionally and internationally that can
inform the review of the South African National Forestry R&D Strategy.
c) Identify and analyse the potential information that can be used to inform the review process and
content of the strategy. Develop broad but key strategy objectives.
d) Compile critical information sources that will be used as base information to develop the first
draft or working document for consultation.
e) Identify possible sector partnerships [Public, Private, and Non-Governmental Organizations
(NGOs)] to add value to the development and implementation of the strategy.
f) Formulate a new strategy and development efforts geared towards using the RDI interventions
to meet the environmental, social, and economic needs of the people and improve the people’s
welfare and the sector.
4. SCOPE AND EXTENT OF WORK
4.1. The appointment of the Professional Service Provider that will assist DFFE with the revision of the 2012
National Forest Sector Research and Development Strategy.
4.2. The Professional Service Provider is expected to hold an inception meeting and develop a report within
two (2) weeks of appointment.
4.3. Do a literature review and develop discussion document based on the literature review and the current
strategy. The review also takes a historical account of forestry research and development in the country,
the region, and the global perspective.
4.4. The Professional Service Provider must use the discussion document as the basis for consultation with
DFFE and key external stakeholders. The successful PSP will be responsible for conducting one
national consultative workshop with relevant stakeholders, consolidation of inputs, layout, and printing
of five thousand (5000) A5 research strategy books.
5. EXPECTED DELIVERABLES / OUTCOMES
5.1. On commencement, during the execution, and upon completion of the assignment, the following
deliverables are expected from the preferred bidder:
# DELIVERABLES/OUTCOMES TIMEFRAMES
1 An inception report with a Gantt chart outlining the Two (2) weeks after receiving purchase
project schedule and implementation plan (in soft order
copies)
2 Discussion document report (in soft copies) One (1) month after inception report
3 One National Stakeholder Consultative Workshop One (1) month after first draft strategy
report including both internal & external stakeholders report submitted
(in soft copies).
4 Draft revised strategy report (in soft copies) One (1) month after second draft report
5 Final revised strategy report (in soft copies) One (1) month after second draft report
6 Layout and printing of five thousand (5000) A5- 210 x One (1) month after revised strategy
150mm size, gloss-coated paper, 130gsm forest report
research strategy books (hard copies)
# DELIVERABLES/OUTCOMES TIMEFRAMES
7 A detailed close out report upon completion of the Two (2) weeks after printing research
project (both in soft and hard copies) strategy books
Total Timeframes Six (6) months
6. PERIOD / DURATION OF PROJECT / ASSIGNMENT
6.1. The contract period will be for a period of six (6) months, after the signing of the Memorandum of
Agreement (MoA)/ Service Level Agreement (SLA) by both parties and the issuing of the order number
by the Department. The details of this will be set out in the MoA/ (SLA).
7. COSTING / COMPREHENSIVE BUDGET
7.1. A comprehensive offer must be provided inclusive of all costs, expenses, and all applicable taxes. Note:
Travelling costs and time spent or incurred between home and the office of the Service Provider and
the DFFE office will not be for the account of the DFFE.
7.2. A comprehensive offer must be provided in the same envelope as the technical proposal inclusive of all
disbursement costs, expenses, and VAT (Annexure A - Price Schedule /guidance: (Service provider
must quote for all activities as included in the Pricing Schedule unless indicated otherwise).
7.3. DFFE reserves the right to negotiate price with a recommended service provider identified in the
evaluation process without offering the same opportunity to any other bidder(s) who have not been
recommended.
7.4. The validity period is 120 days from the closing date of the bid. The department reserves the right to
extend the validity of the bid, where a written letter will be sent to every bidder that responds to the bid.
In terms of procedural fairness, the bidder will be allowed to respond, in writing, to the terms and
conditions of the bid and the bid price. Such acceptance of the terms and conditions of the bid and bid
price becomes legally binding in the procurement process. Any bidder that did not respond to the
extension of the bid validity period in writing WILL NOT be considered further for the bid upon expiry of
the initial validity period.
8. INFORMATION SESSION
8.1. Is the briefing session applicable? YES
8.2. Is it a compulsory briefing session? NO
8.3. The briefing session will be held as follows:
Date: 20 January 2026
Time: 11:00-12:00
Platform/ Venue: Join the meeting now
8.4 Request for clarification of the tender document, questions, or queries, if necessary, must be emailed to
Supply Chain Management (SCM)/ tender office as listed under technical enquiries at least seven (07)
calendar days before the stipulated closing date and time of the tender in writing. However, DFFE shall
not be liable nor assume liability for failure to respond to any questions and/or queries raised by the
bidder.
9. EVALUATION CRITERIA
9.1. The evaluation for this bid will be carried out in the following phases:
a) Phase 1: Pre-compliance
b) Phase 2: Functionality Criteria
c) Phase 3: Price and Preference Points
9.2. PHASE 1: PRE-COMPLIANCE
9.2.1. During this phase bid documents will be reviewed to determine compliance without
disqualification on SCM returnable documents, tax matters, and whether proof of registration
on the Central Supplier Database (CSD) has been submitted with the bid documents at the
closing date and time of the bid.
9.2.2. The bid proposal will be screened for compliance with administrative requirements as
indicated below:
ITEM
ADMINISTRATIVE REQUIREMENTS CHECK/ COMPLIANCE
NO.
1 Master Bid Document Provided and bound
2 Electronic Copy (USB) Same as the master bid document
3 SCM - SBD 1 - Invitation to Bid Completed and signed
ITEM
ADMINISTRATIVE REQUIREMENTS CHECK/ COMPLIANCE
NO.
Valid B-BBEE Status Level Verification
Certificate issued by SANAS, or
Accredited Verification Agency, or B-
B-BBBE Certificate or A Sworn
4 BBEE Certificate issued by CIPC, or a
Affidavit
Sworn Affidavit commissioned by the
Commissioner of Oaths together with their
bids and CSD report
CSD supplier number/ CSD registration
5 Tax Compliance and CSD Registration
report and/ or SARS Tax Pin
SBD 3.3 - Pricing Schedule aligned to
6 Completed
Annexure A
7 SCM - SBD 4 – Bidders Disclosure Completed and signed
SCM - SBD 6.1 - Preference Points
8 Claim Form in terms of the Preferential Completed and signed
Procurement Regulations 2022
In case of bids where Consortia/ Joint
Ventures, Consortia/ Joint Venture JV agreement completed and signed, if
agreement signed by both parties applicable
must be submitted with bid proposal
Letter of Authority to sign documents Signed
on behalf of the company.
9.3 PHASE 2: FUNCTIONALITY CRITERIA
9.3.1. Only bid proposals that meet pre-compliance will be considered to be evaluated on functionality
criteria.
9.3.2. The bidder must score a minimum of 75% must be attained by bidders. Bidders who fail to score
this minimum threshold will be disqualified and will not be evaluated further.
GUIDELINES FOR FUNCTIONALITY: (GUIDELINES FOR CRITERIA
WEIGHT
CATEGORY CRITERIA APPLICATION)
A proposed project plan, Bidders are required to provide a detailed project plan with intermediate,
Methodology and and final outputs and identified timeframes/ milestones of proposed
GUIDELINES FOR FUNCTIONALITY: (GUIDELINES FOR CRITERIA
WEIGHT
CATEGORY CRITERIA APPLICATION)
Management of the methodology in in conducting stakeholder consultation, consolidation,
project in conducting layout and printing of the Forest Sector Research and Development
stakeholder consultation, Strategy.
consolidation, layout and
A proposed project plan, methodology and management of the project in
printing of the Forest
the field of in conducting stakeholder consultation, consolidation, layout
Sector Research and
and printing of the Forest Sector Research and Development Strategy
Development Strategy
which covers the following sub-heading
• Structured Work Breakdown: A logical breakdown of tasks and
activities.
• Objectives: Stated, measurable, and achievable objectives.
• Milestones and Deliverables: Specific, time-bound milestones
with corresponding deliverables.
• Timeframes: A project schedule outlining task durations,
dependencies, and deadlines.
• Resource Allocation: Identification of required personnel, tools,
and resources per task.
• Risk Management Approach: Identification of potential risks with
proposed mitigation measures.
Project plan, methodology and project
Indicator
management
Project Plan and methodology which covers all six sub-
heading with the indicated content as listed above
Project Plan and methodology which covers five sub-
heading with the indicated content as listed above
Project Plan and methodology which covers four sub-
heading with the indicated content as listed above
Project Plan and methodology which covers less than
four sub-heading with the indicated content as listed 0
above
Copy of the qualification Bidder (s) are required to submit/ attach copy (s) of relevant qualification
(s) for the Project Team for the Project Team Leader in the areas of forestry.
GUIDELINES FOR FUNCTIONALITY: (GUIDELINES FOR CRITERIA
WEIGHT
CATEGORY CRITERIA APPLICATION)
Leader to be assigned to Qualification(s) of project team leader in the field
Indicator
the project in the field of of forestry
Forestry. A Masters degree (NQF 9) or higher qualification (s) 5
An Honours degree/Post graduate diploma
qualification (s) (NQF 8)
A Bachelor’s degree/Advanced diploma qualification
3 20
(s) (NQF 7)
A Diploma/Advanced certificate qualification (s) (NQF
6)
A Higher certificate qualification (s) (NQF 5) 1
No qualification (s) attached/ submitted/ no relevant
qualification/ qualifications below NQF level 5
Bidder (s) are required to submit/ attach copy (s) of relevant qualification
for the Team Member in the field of Strategy development/management.
Qualification(s) for the Team Member in the field of
Indicator
Strategy development/management
A Masters degree (NQF 9) or higher qualification (s) 5
An Honours degree/Post graduate diploma
qualification (s) (NQF 8)
Copy of the qualification A Bachelor’s degree/Advanced diploma qualification
3 15
(s) for the Team Member (s) (NQF 7)
A Diploma/Advanced certificate qualification (s) (NQF
6)
A Higher certificate qualification (s) (NQF 5) 1
No qualification (s) attached/ submitted/ no relevant
qualification/ qualifications below NQF level 5
Technical Capability/ Bidder (s) are required to demonstrate that they have the necessary
expertise and track resources and technical expertise to undertake and successfully
record of the Project complete the project.
Team Leader assigned to Bidder (s) should submit curriculum vitae for the Project Team Leader
the project proposed to be employed on the project.
GUIDELINES FOR FUNCTIONALITY: (GUIDELINES FOR CRITERIA
WEIGHT
CATEGORY CRITERIA APPLICATION)
Curriculum vitae are to include specific details of the individual
including, inter alia, relevant experience in the field of forestry and to
include references.
Technical Capability/ expertise and track record of
Indicator
the Project/ Team Leader
10 years or more years’ experience 5
7 years and above but less than 10 years of experience 4
5 years and above but less than 7 years of experience 3
3 years and above but less than 5 years of experience 2
2 years and above but less than 3 years of experience 1
Less than 2 years or no experience 0
Bidder (s) are required to demonstrate that they have the necessary
resources and technical expertise to undertake and successfully
complete the project.
Bidder (s) should submit curriculum vitae for the Team Member proposed
to be employed on the project.
Curriculum vitae are to include specific details of the individual
Technical Capability/ including, inter alia, relevant experience in the field of strategy
expertise and track record development and to include references.
of the Team Member to be Technical Capability/ expertise and track record of
Indicator
assigned to the project the Team Member
10 years or more years’ experience 5
7 years and above but less than 10 years of experience 4
5 years and above but less than 7 years of experience 3
3 years and above but less than 5 years of experience 2
2 years and above but less than 3 years of experience 1
Less than 2 years or no experience 0
Bidder (s) are required to demonstrate relevant experience and
The company's
competency of the company for all successfully completed projects.
experience, track record
Bidder (s) should submit full details of reliable contactable dully signed
and knowledge in the
positive references letters on company letter head where successfully
field of developing
completed projects were done in the field of developing Strategies and
Strategies and facilitation
facilitation.
GUIDELINES FOR FUNCTIONALITY: (GUIDELINES FOR CRITERIA
WEIGHT
CATEGORY CRITERIA APPLICATION)
Company experience with successfully completed
Indicator
projects.
5 successfully completed projects with 5 duly signed
positive reference letters or more
4 successfully completed projects with 4 duly signed
positive reference letters
3 successfully completed projects with 3 duly signed 20
positive reference letters
2 successfully completed projects with 2 duly signed
positive reference letters
1 successfully completed project with 1 duly signed
positive reference letter
No successfully completed project 0
TOTAL POINTS ON FUNCTIONALITY 100
9.4 PHASE 3: PRICE AND PREFERENCE POINTS
9.4.1. The following preference point system will be followed to advance the categories of persons:
a) For contracts with a Rand value below R50 000 000, a total of 20 points may be allocated
for specific goals as contemplated above, provided that the lowest acceptable tender
scores 80 points for price.
i. The applicable formula to be used is Ps=80[1-(Pt-Pmin)/Pmin]. Provided:
Ps = Points scored for the price of the tender under consideration.
Pt = Price of tender under consideration; and
Pmin = Price of the lowest applicable tender.
ii. A total of 20 points may be awarded to a tenderer as follows:
• 20 points: if the Bidder has more than 50% (fifty percent) ownership by Black
people, Women, or people with disabilities
• 0 Points: for 50% and below ownership by stipulated categories of persons
b) If it is unclear whether the 80/20 or 90/10 preference point system applies, either the 80/20
or 90/10 preference point system will be applied. In such cases, the lowest acceptable
tender will be used to determine the applicable preference point system
9.4.2. The bid will be awarded to a bidder with the highest points on price and Preference Points on
condition that they have met all phases of the evaluation criteria and complied with the tender
requirements set out in the tender document. However, a contract may be awarded to a tenderer
that did not score the highest points only by section 2(1)(f) of the PPPFA.
9.4.3. The DFFE reserves the right to negotiate prices that are not deemed market-related and not to
award the tender to the bidder with the lowest price.
9.4.4. The preference point system applicable for this bid is 80/20.
9.4.5. A total of 20 points will be allocated for either of the specific goals in a table below:
SPECIFIC GOALS 80/20
>50% ownership by Black people, Or 20
>50% ownership by Women, Or 20
>50% ownership by people with Disability 20
9.4.6. For bidders to claim preference points, the following must be adhered to:
a) Submit a complete and signed SBD 6.1,
b) Bidders are requested to submit a valid B-BBEE Status Level Verification Certificate issued
by SANAS, or Accredited Verification Agency, or B-BBEE Certificate issued by CIPC, or a
Sworn Affidavit commissioned by the Commissioner of Oaths together with their bids.
c) If the application is made by a Joint Venture or Partnership, the accreditation credentials
in the name of joined entities should be submitted.
d) Submit CSD Registration Report or CSD number (MAAA.).
NB: Failure on the part of a tenderer to submit proof or documentation stated above in terms of this tender to
claim preference points for specific goals with the tender, will be interpreted to mean that preference points for
specific goals are not claimed.
10. BID SUBMISSION REQUIREMENTS
10.1. Bidders should ensure that the following submission requirements, which will be needed for evaluation
purposes are included in their bid proposal and are as follows:
10.1.1. The bidder must draft a table of contents which will indicate where each document is in the proposal.
10.1.2. The proposal shall consist of one (01) master original document and must clearly indicate the prices
on SBD 3.3 and Annexure A (where applicable) for detailed price schedule.
10.1.3. The information in the CV of the proposed Project Team Member and Key Expert should include
relevant experience in the chosen area of expertise.
10.1.4. If a resource provided for the project is not assigned a role on the CV Template (Annexure B)
provided by the Department, that resource will not be allocated points and if there are two
different CVs for a resource, then the CV on DFFE template will take precedence.
10.1.5. Project reference specifying the role played by the service provider in the listed projects or
assignments.
10.1.6. A detailed project plan with clear indication of who will be responsible for the management of the
assignment as well as its execution. The allocation of team members on the assignments should be
based on the experience in delivering the scope of work as listed.
10.1.7. Qualification (s) of the Project Team Leader and Key Expert.
10.1.8. Standard bidding documents (SBD1, 3.3, 4 and 6.1).
10.1.9. Copy of Central Supplier Database (CSD) report or tax pin certificate from SARS.
10.1.10. Letter of Authority to sign documents on behalf of the company.
11. LEGISLATIVE FRAMEWORK OF THE BID
11.1 Tax Legislation
11.1.1. Bidder must at all times attempt to be compliant when submitting a proposal to DFFE and
remain compliant for the entire contract term with all applicable tax legislation, including but
not limited to the Income Tax Act, 1962 (Act No. ) and Value Added Tax Act, 1991
(Act No. ).
11.1.2. Bidders who make taxable supplies more than R1 million in any 12-month conservative period
are liable for compulsory VAT registration, but a person may also choose to register voluntarily
provided that the minimum threshold of R50 000 has been exceeded in the past 12-month
period.
11.1.3. Bidders who meet the above requirement must register as VAT vendors, if successful, within
one month of the award of the bid.
11.1.4. SARS Tax Status Pin requirements/ or Central Supplier Database (CSD) number or report
must be provided.
11.2. Procurement Legislation
11.2.1. Bidders should be cognisant of the legislation and/or standards specifically applicable to the
services.
11.2.2. Bidders are requested to submit a valid B-BBEE Status Level Verification Certificate issued
by SANAS Accredited Verification Agency, or B-BBEE Certificate issued by CIPC, or a Sworn
Affidavit commissioned by Commissioner of Oaths together with their bids. The sworn affidavit
must be signed by the deponent (Bidder), in the presence of a Commissioner of Oaths where
the Commissioner of Oaths must affix his/her signature, together with the stamp of the office,
and affix a date on which the signature was affixed. Furthermore, the dates of the deponent
and the COO must correspond.
11.2.3. If the application is made by a Joint Venture or Partnership, the B-BBEE accreditation
credentials in the name of joined entities must be submitted. Bidders are required to submit a
consolidated B-BBEE certificate, issued by a SANAS-accredited service provider, to verify
their collective B-BBEE status. The joint venture must meet the requirements of the proposal.
11.3 Privacy and Protection of Personal Information Act
11.3.1. Protecting personal information is important to the Department of Forestry, Fisheries, and the
Environment. To do so, DFFE follows general principles by applicable privacy laws and the
Protection of Personal Information Act (POPIA).
11.3.2. DFFE’s role as the responsible party is amongst others to process personal information for
the intended purpose for which it was obtained and in line with legal agreements with its
respective/ prospective service providers and third parties.
11.3.3. DFFE will process personal information only with the knowledge and authorisation of the
bidder/ respondent and will treat the personal information which comes to its knowledge as
confidential and will not disclose it unless so required by law or subject to the exception
contained in the POPIA.
11.3.4. DFFE reserves all the rights afforded to it by the POPIA in the processing of any of its
information as contained in this bid and the bidder/respondent is required to comply with all
prescripts as detailed in the POPIA relating to all information concerning DFFE.
11.3.5. In responding to this bid, DFFE acknowledges that it will obtain and have access to the
personal information of the bidder/ respondent. DFFE agrees that it shall only process the
information disclosed by the bidder/ respondent in their response to this bid for evaluation and
subsequent award of the tender and by any applicable law.
12. SPECIAL CONDITIONS OF THE CONTRACT
12.1. On appointment, the performance measures for the delivery of the project will be closely monitored by
the DFFE.
12.2. The service provider/s will have weekly progress meetings for the first two months from the start of the
project and then submit monthly progress reports to the Project Manager, within the stipulated date after
the end of each month for the duration of the project. Failure to submit the required reports on time will
result in penalties.
12.3. The Project Manager shall do the ongoing management of the Service Level Agreement.
12.4. Appointed service providers may be subjected to security vetting and screening.
12.5. The service provider/s must guarantee the presence of the senior in charge of fieldwork throughout the
duration of the contract.
12.6. Before the appointment of a replacement, the Project Manager must approve such appointment. If the
senior must leave the project, a period of at least one (01) month is required, in which the senior must
work parallel with the next person (senior consultant with similar expertise and equal years of
experience) appointed and able to transfer skills and knowledge.
12.7. All the conditions specified in the General Conditions of Contract (GCC) will apply and where the
conditions in the special conditions of contract contradict the conditions in the general conditions of
contract the special conditions of contract will prevail.
12.8. The service provider shall notify the DFFE in writing of all subcontracts awarded under this contract if
not already specified in the bid. Such notification, in the original bid or later, shall not relieve the service
provider from any liability or obligation under the contract.
12.9. The proposals should be submitted with all required information containing technical information.
12.10. DFFE reserves the right to reject proposals that are not submitted in the prescribed format or where
information presented is illegible or incomplete and will not be evaluated further.
12.11. DFFE reserves the right to seek clarity, request additional information and verify documents submitted
by bidders.
12.12. A trust, consortium, or joint venture will qualify for Preference Points if their average combined ownership
is more than 50% (fifty percent) of ownership on specific goals (e.g., two or more companies claiming
preference points, Ownership/ Directorship will be combined and divided by the number of companies
to ascertain the preference points).
12.13. DFFE reserves the right to request additional information to validate any information submitted by
bidders including preference points claimed.
12.14. If the DFFE is of the view that a Bidder submitted false information regarding a Specific Goal, the DFFE
must inform the Bidder accordingly and allow the Bidder to make representations within 14 (fourteen)
days as to why: -
12.14.1. the Tender may not be disqualified, or,
12.14.2 if the Tender has already been awarded to the Bidder, why the contract should not be
terminated.
12.15 After considering the representations, the DFFE may, if it concludes that the information relating to a
Specific Goal is false, disqualify the Bidder or terminate the Contract in whole or in part and if applicable,
claim damages from the Bidder.
12.16 Poor or non-performance by the bidder will result in the cancellation of contracts.
12.17 Please take note that DFFE is not bound to select any of the firms submitting proposals. DFFE reserves
the right not to award any of the bids and not to award the contract to the lowest bidding price.
12.18 DFFE will not be held responsible for any costs incurred by the service providers in the preparation,
presentation, and submission of the proposal.
12.19 The Department will consider Company and Individual(s) (Personnel) experience and Qualifications
obtained within and outside the Republic of South Africa (RSA). For evaluation purposes, qualifications
obtained outside RSA must be accompanied by the SAQA Certificate of Evaluation (SCoE). The SCoE
must indicate the recognition decision taken by SAQA concerning the foreign qualification and the
comparability of that qualification with a South African qualification registered on the National
Qualification Framework (NQF). Foreign qualifications that are not accompanied by the SCoE will not
be considered for evaluation in this contract.
12.20 The recognition of foreign qualifications is in terms of the South African National Qualifications
Framework (NQF) conducted by SAQA. SAQA derives this mandate from the NQF Act, (as
amended) and performs the function according to the Policy and Criteria for Evaluating Foreign
Qualifications within the South African NQF (as amended, 2017). (www.saqa.org.za)”
13. PAYMENT TERMS
13.1. The Service Provider shall provide the Department with a detailed tax invoice with supporting evidence
and/or report for deliverables completed. The Department will have 30 (thirty) calendar days after receipt
of the tax invoice and supporting evidence to make payment to the Service Provider. Upon receipt of
the invoice, the Department will have 7 (seven) calendar days to approve such invoice and relevant
evidence and/or report submitted. If the invoice together with the supporting evidence and/or report is
approved, the Department shall make a direct payment to the Service Provider within the remaining 23
(twenty-three) calendar days of approval of such invoice and/or report, thus ensuring that payment of
invoice is made within the 30 (thirty) calendar days timeframe