The selected service provider will be expected to meet the following requirements:
The organization must have 5 years of experience in event management.
Team Leader/Account Manager: It is required for the team leader to have 6 years of experience
in leading teams with diverse skills, strategic communication, public relations, marketing and
branding, and digital and social media expertise.
Project/Core Team: The project team or core team must have experience in the following
criteria: event planning and management, sound engineering and stage building.
Team Leader/Account Manager available to attend weekly update meetings (virtual or in-
person) with the GGDA, which will increase to daily meetings 10 days before the conference.
Adhere to agreed quantifiable monthly deliverables.
PROPOSAL SUBMISSION
Potential service providers need to submit the following in the bid:
Profile of the organisation showing years of experience.
Detailed resume of the account manager and specified team members.
A portfolio of previous work that showcases their ability to fulfil the requirements set out in this
ToR. This work must be similar to the scope.
of 57
Provide at least five contactable references letters, not older than 3 years, corresponding to
the work showcased in the portfolio.
SUBCONTRACTING ARRANGEMENTS
If the execution of work to be performed by your organisation requires hiring contractors, you must
clearly state this in your proposal. Subcontractors must be identified, and their work must be
defined. Please provide the subcontractor's name(s) and addresses in your proposal. The GGDA
will not refuse a proposal based on the use of subcontractors; however, we retain the right to reject
the subcontractors you have selected.
INTELLECTUAL PROPERTY
Copyrights and all other intellectual property rights in any document, ideas, software, or other
information developed and/or written, pursuant to these Terms of Reference, or any other contract
/ sub-contract to which these Terms of Reference refers, shall vest jointly in the party originating
them and/or the party/s directly / indirectly financing the development of the same.
In addition, no development shall be deemed to be a joint development and, therefore, jointly owned
unless identified as such in writing. If each party contributes to the development of a work product,
and such work product is not identified as a joint work product, each party's ownership rights shall
be limited to the portion of work developed and/or financed by it. Each party will, however, negotiate
the transfer of the licensing of its ownership rights, where applicable, to the other party upon
mutually acceptable terms.
All information generated, communication produced, and data acquired under the auspices of this
project remain the intellectual property of GGDA.
of 57
EVALUATION CRITERIA
In line with Preferential Procurement Regulation 2022 (PPR, 2022). The evaluation of responsive Tender
offers shall be on the 80/20-point preference system, being a maximum of 80 points for price and a maximum
of 20 points for Preferential Procurement Special Goals in line with the Preferential Procurement Regulations,
The procedure for the evaluation of responsive tenders will be as follows: -
The procedure for the evaluation of responsive tenders will be as follows: -
1st Stage – Administrative compliance
2nd Stage – Functionality (minimum of 70 points required to move to next stage)
3rd Stage - Price & Preferential Procurement Goals (80/20 calculation)
1ST STAGE - ADMINISTRATIVE COMPLIANCE
GGDA has set minimum standards that a bidder needs to meet to be evaluated and selected for
further evaluation process. The minimum standards consist of the following: -
Without limiting the generality of GGDA’s other critical requirements for this Bid, the bidder(s)
must submit the documents listed in Part A. All documents must be completed and signed
by the duly authorized representative of the prospective bidder(s).
During this phase Bidders’ responses will be evaluated based on compliance with the listed
administration and mandatory bid requirements. All bids must be submitted in the
original/official form. Bidders are required to submit a bid for providing the whole works,
services or supply identified in the bid document unless stated otherwise as an additional
condition in the conditions of the bid.
The evaluation during this stage is to review bid responses for purposes of assessing compliance
with RFP requirements, which requirements include the following:
Submission of duly completed and signed Standard Bidding Documents and other
requirements, as reflected in this RFP, which cover the following: -
➢ Submission of a valid Certificate of Incorporation i.e., CIPC company registration
documents or a CSD report
➢ Submission of a valid B-BBEE verification/Sworn affidavit
➢ Submission of duly completed Standard Bidding Documents and other requirements,
as reflected in this RFP, which cover the following: - Technical Proposal in line with
the Technical Evaluation Criteria - Financial/ Price Proposal
➢ Failure to submit a completed and signed standard bidding document will result in the
bidder not being evaluated further or disqualified.
In the event of a Joint Venture or Consortium(s)/ or primary bidder with a subcontractor,
the following requirements will apply;
➢ Bidders who wish to respond to this bid as a Joint Venture [JV] or consortium with
BBBEE entities/ primary bidder with a subcontractor must state their intention to do
so in their tender submission. Such Bidders must also submit a signed JV/consortium/
subcontracting agreement between all the parties, and fully signed by all parties or
authorised personnel as nominated.
➢ A consortium or joint venture must submit a consolidated B-BBEE Status Level
verification certificate.
Failure by the bidder to comply with the “administrative compliance” will result in the bidder
being disqualified and not evaluated further.
of 57
2nd STAGE: FUNCTIONALITY EVALUATION
TECHNICAL EVALUATION CRITERIA Points Points
Weight Scored
Functionality and Capabilities Evidence/ supporting 100
information required
The Service provider must provide the Company profile
organisation's profile showing years of
experience with events of this magnitude.
Experience:
➢ 5 years and above experience = (10 points)
➢ Less than 5 years’ experience = (5 points)
➢ Less than 3 years’ experience = (1 points)
➢ No experience = (0 points)
The service provider must provide a portfolio Portfolio of previous work relevant
of previous work showcasing their ability to to the scope.
fulfil the requirements of this ToR.
Quality of work showcased and relevance to
the scope:
➢ Exceptional – (8 or more relevant projects 30
covering multiple areas scoped) = (30 points)
➢ Very good – (5-7 relevant projects covering
multiple areas scoped) = (20 points)
➢ Good – (2-4 relevant projects covering
multiple areas scoped) = (10 points)
➢ Below Average - (1 relevant project covering
multiple areas scoped) = (0 points)
Methodology and sample artwork Sample artwork
The service provider must submit a methodology
for approaching the scope and a stage design.
➢ Proposal with methodology, timelines and 20
stage design = (20 points)
➢ Proposal with methodology, timelines, but no
stage design = (10 points)
➢ Proposal without methodology, or stage
design = (0 points)
Signed and dated reference letters, not older Reference letters (for event
than 3 years. management, stage build and
event technical support) must
not be older than three years.
➢ 2 points for each reference letter provided, to Letters must clearly state the 10
a maximum of 10 points year in which the service was
rendered, the client's level of
satisfaction and contact details
for the client.
of 57
TECHNICAL EVALUATION CRITERIA Points Points
Weight Scored
Functionality and Capabilities Evidence/ supporting 100
information required
Provide a concise CV of the Account/Project A comprehensive CV for the
Manager (detailing educational qualifications Account/Project Manager and
and years of experience in event copies of the qualifications
management).
Scores will be based on the Experience and qualifications will be scored
highest qualifications submitted. as follows:
Experience:
5 years and above experience (5 points)
Less than 5 years’ experience = (3 points)
Less than 3 years’ experience = (1 points)
No experience = (0 points)
Qualifications:
Postgraduate degree and above = (5 points)
Bachelor’s degree = (3 points)
Diploma = (2 points)
Provide a concise CV of the Stage and A comprehensive CV for the Stage
exhibition builder (detailing years of and exhibition builder and copies
experience in event building and relevant of the qualifications
industry certifications).
Scores will be based on the Experience and certifications will be scored
highest qualification submitted. as follows:
Experience:
5 years and above experience (5 points)
Less than 5 years’ experience = (3 points)
Less than 3 years’ experience = (1 points)
No experience = (0 points)
Qualifications:
Building and Civil Construction is a Level 3 = (5
points)
Rigging certification = (3 points)
Provide a concise CV of the A comprehensive CV for the
Showcaller/Technical Director/ AV Producer Showcaller/Technical Director/
(detailing educational qualifications and years AV Producer, and copies of the
of experience in sound engineering, directing, qualifications
etc.)
Scores will be based on the Experience and qualifications will be scored
as follows: highest qualification submitted.
Experience:
5 years and above experience (5 points)
Less than 5 years’ experience = (3 points)
Less than 3 years’ experience = (1 points)
No experience = (0 points)
Qualifications:
of 57
TECHNICAL EVALUATION CRITERIA Points Points
Weight Scored
Functionality and Capabilities Evidence/ supporting 100
information required
Postgraduate degree and above = (5 points)
Bachelor’s degree = (3 points)
Diploma = (2 points)
Total Score 100
MINIMUM SCORE REQUIRED 70
POINTS
NB: The minimum threshold for the functionality evaluation is 70 points. The Tenderers that do not meet
this minimum threshold will not proceed to the next stage of evaluation of the tender.
of 57
3RD STAGE - PRICE & PREFERENTIAL PROCUREMENT SPECIAL GOALS EVALUATION CRITERIA
All bidders who achieved the minimum total point scored on functionality of 70 points and above will be
evaluated on Price & Preferential Procurement Special Goals.
The GGDA will apply the 80/20 Preference Point System in accordance with Regulation 4 of the Preferential
Procurement Regulations, 2022 (as published in the Government Gazette No. 47452 on 04 November 2022),
effective from 16 January 2023.
The points will be allocated as follows:
PREFERENCE POINT SYSTEM POINTS
Price 80
Specific Goals (refer to requirements below) 20
Total Points for Price and Preference Points 100
Specific Goals Requirements:
Preferential Procurement Goals Yes/NO Weight = 20 points if R50
000 000 and less
Number of Points
1 B-BBEE Status Level of Contributor 1 20
2 B-BBEE Status Level of Contributor 2 15
3 B-BBEE Status Level of Contributor 3 10
4 B-BBEE Status Level of Contributor 4 5
TOTAL POINTS 20
PRICE = 80 points if
R50 000 000 and less
TOTAL PREFERENTIAL PROCUREMENT GOALS &
PRICE
THE PREFERENCE POINT SYSTEM AND PREFERENTIAL PROCUREMENT GOALS REQUIREMENTS AS PER
THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 (ACT NO.), INCLUDING
PREFERENTIAL PROCUREMENT REGULATIONS, 2022.
VALIDITY OF B-BBEE STATUS LEVEL VERIFICATION CERTIFICATES
Tenderers are required to submit proof of their B-BBEE Status Level of Contributor to substantiate their B-BBEE
rating claims. Failure to comply with the following requirements will result in the bidder forfeiting B-BBEE preference
points:
An Exempted Micro Enterprise (EME) is required to submit a valid sworn affidavit confirming their annual total
revenue of R10 million or less and level of black ownership.
A Qualifying Small Enterprises (QSE) which is at least 51% black owned is required to submit a valid sworn
affidavit confirming their annual total revenue of between R10 million and R50 million and level of black
ownership.
A Qualifying Small Enterprise (QSE) which is less than 51% black owned is required to submit a valid B-BBEE
Status Level Verification Certificate including a valid sworn affidavit declaring their annual total revenue of
between R10 million and R50 million, based on the Financial Statements/Management Accounts and other
information available on the latest financial year-end.
Bidders who do not qualify as EME’s and QSE’s as outlined above, must submit valid B-BBEE Status Level
Verification Certificates.
Public entities and tertiary institutions must submit valid B BBEE Status Level Verification certificates.
A trust, consortium or joint venture must submit a valid consolidated B-BBEE status level verification certificate
for every separate bid.
of 57
Please note:
➢ B-BBEE Status Level Verification Certificates must be issued by an Agency accredited by SANAS and must be
valid
➢ Sworn Affidavits for (EME’s and QSE’s) as outlined in 1 and 2 above must be submitted by bidders in support of
their B-BBEE level should comply with the Department of Trade, Industry and Competition (DTIC) format or
Companies and Intellectual Property Commission (CIPC) format which can be found on the respective DTIC
and/or CIPC websites.
➢ Sworn Affidavits must comply with the requirements outlined in the Justices of the Peace and Commissioners of
Oaths Act, No and its Regulations promulgated in Government Notice GNR July 1972
Justices of the Peace and Commissioners of Oaths Act, No.
VALIDITY OF B-BBEE STATUS LEVEL VERIFICATION CERTIFICATES
➢ Verification agencies accredited by SANAS
These certificates are identifiable by a SANAS logo and a unique BVA number.
Confirmation of the validity of a B-BBEE Status Level Verification Certificate can be done by tracing the
name of the issuing Verification Agency to the list of all SANAS accredited agencies. The list is accessible
on http://www.sanas.co.za/directory/bbee default.
The relevant BVA may be contacted to confirm whether such a certificate is valid.
of 57
FINANCIAL PROPOSAL/COSTING
SBD 3.3
PRICING SCHEDULE
(Professional Services)
Name of bidder....................................................................................................................
Bid number: GGDA/07/2025-26/VENUE EXHIBITION
Closing Time: 11:00 Closing date: 23RD JANUARY 2026
OFFER TO BE VALID FOR 90 DAYS FROM THE CLOSING DATE OF BID.
Bidders need to price their proposal in detail as per scope of work and deliverables expected.
ITEM Description Cost Excluding
VAT
No
1 Venue coordination for conference, golf day and dinner including
exhibitions
Staging build main conference and breakaway rooms
Audio and technical Support
Event Management and Guest Relations
Conference delegate packs and VIP Gifts
6 Exhibition custom build 8 stands (3x3m)
7 GGDA TV News channels squeeze back adverts (6 weeks
staggered approach)
Subtotal
VAT @ 15%
TOTAL COST
of 57
PART B
DECLARATION OF
INTEREST
of 57
SBD4
BIDDER’S DISCLOSURE
PURPOSE OF THE FORM
Any person (natural or juristic) may make an offer or offers in terms of this invitation to bid. In line with the
principles of transparency, accountability, impartiality, and ethics as enshrined in the Constitution of the
Republic of South Africa and further expressed in various pieces of legislation, it is required for the bidder
to make this declaration in respect of the details required hereunder.
Where a person/s are listed in the Register for Tender Defaulters and / or the List of Restricted Suppliers,
that person will automatically be disqualified from the bid process.
Bidder’s declaration
2.1 Is the bidder, or any of its directors / trustees / shareholders / members / partners or any person having
a controlling interest1 in the enterprise, employed by the state? YES/NO
2.1.1 If so, furnish particulars of the names, individual identity numbers, and, if applicable, state employee
numbers of sole proprietor/ directors / trustees / shareholders / members/ partners or any person having
a controlling interest in the enterprise, in table below.
Full Name Identity Number Name of State institution
2.2 Do you, or any person connected with the bidder, have a relationship with any person who is employed
by the procuring institution? YES/NO
2.2.1 If so, furnish particulars:
................................................................................................
................................................................................................
1 the power, by one person or a group of persons holding the majority of the equity of an enterprise, alternatively, the person/s
having the deciding vote or power to influence or to direct the course and decisions of the enterprise.
of 57
2.3 Does the bidder or any of its directors / trustees / shareholders / members / partners or any person
having a controlling interest in the enterprise have any interest in any other related enterprise whether
or not they are bidding for this contract? YES/NO
2.3.1 If so, furnish particulars:
........................................................................................
........................................................................................
B-BBEE Minimum Level: 3