Bidder must comply with the performance of M&E assignments as follows:
7.1. Assignments are to be performed in accordance with the OECD frameworks for research
studies. Such work shall further be subject to quality assurance reviews by the M&E unit at
MICT SETA as and when required.
MICT/SETA/MNE/13/2025 of 23
MICT SETA Head Office; Supply Chain Management 19 Richards Drive,
Gallagher Convention Centre, Gallagher House, Level 3 West Wing Tel
+27 11 207 2600; E-mail: bidqueries@mict.org.za
7.2. All reports and research studies will become the property of MICT SETA including raw data
that is collected by the service provider, and all data remains confidential as per the
POPIA act adhered to by the service provider and MICT SETA. No data may be shared
with third parties.
7.3. The performance of each assignment shall be in accordance with the approved annual
M&E plan, DHET, DMPE guidelines on research evaluations and as per requests made by
the M&E Senior Manager.
7.4. In carrying out the work, the successful service provider must ensure that their staff
maintain their objectivity by remaining independent of the activities they are conducting.
7.5. The appointed service provider should involve knowledgeable staff who will be in a
position to transfer skills/knowledge to the rest of the M&E team.
7.6. On a mutually agreed basis, the Partner/ Director/Project Lead responsible shall meet
with the M&E Senior Manager to report on progress of the work on a bi-weekly basis.
7.7. Any material non-compliance must be reported immediately to the M&E Senior Manager
for further discussion in resolving the issue to avoid delays.
7.8. The required deliverables will include Inception report, Data collection instruments and
the data sets, Draft reports, Final reports, Power-Point presentations.
7.9. The service provider is expected to apply confidentiality and data protection as per the
MICT SETA policy and other relevant legislation.
7.10. Final approved reports will be submitted as follows:
a. One (1) electronic copy in PDF; and
b. Ms Word formats.
c. Power-Point presentations which will be presented by the service provider to all the
MICT SETA governing structures providing a summary of the final presentations of the
overall findings and recommendations.
7.11. All reports are to follow the MICT SETA corporate identity manual which will be provided.
8. WORKMANSHIP AND SUPERVISION ON SITE
The service provider shall be held responsible for the conduct of their employees and the
conduct of their sub-contractor's employees for the full duration of the contract.
9. DURATION OF THE PROJECT
Successful Bidders will be appointed to be part of the panel of Monitoring and Evaluations
service providers for a period of three (03) years.
10. OPERATION OF THE PANEL
Appointed bidders on the panel will be engaged on an as-and-when required basis to deliver
Monitoring & Evaluation and Research services in line with the MICT SETA’s mandate.
MICT/SETA/MNE/13/2025 of 23
MICT SETA Head Office; Supply Chain Management 19 Richards
Drive, Gallagher Convention Centre, Gallagher House, Level 3 West
Wing Tel +27 11 207 2600; E-mail: bidqueries@mict.org.za
SECTION 6: BID EVALUATION CRITERIA
MICT SETA complies with the provisions of the Public Finance Management Act, Act No. as amended; Treasury Regulations of 2005; the Preferential Procurement Policy
Framework Act, Act No. ; Preferential Procurement Regulations of 2022; and the MICT
SETA Supply Chain Management (SCM) Policy. Bids received will be evaluated on the following
set criteria.
6.1. STAGE 1: FUNCTIONAL EVALUATION CRITERIA
Bids submitted will be evaluated on technically functionality out of a maximum of 100 points.
A threshold of 70 out of the 100 points has been set.
Only bidders that have met or exceeded the qualification threshold on technical functionality
of 70 points will be appointed to be part of the panel. Note: All bidders achieving less than the
set threshold of 70 points will be declared non-responsive.
Assessment of evaluation of the functional/ technical criteria will be based on the table below:
Note: Bidders that do not meet the requirements of set functional criteria will be declared non-
responsive.
FUNCTIONAL CRITERIA
NO. CATEGORY FUNCTIONAL EVALUATION CRITERIA MAX
POINTS
1 PORTFOLIO The bidder must highlight experience in conducting four (04) different 20
OF EVIDENCE studies. The bidder must submit one (01) report for each of the below
studies. A total of four (04) approved reports must be submitted covering
all listed studies.
Previous Studies Conducted:
1. Impact Studies
2. Tracer Studies
3. Longitudinal Studies
4. Evaluation Studies Note: The reports should not be older than 5 years.
Points on submission of approved reports of previous research conducted
will be allocated as follows:
• The bidder submitted four (04) approved research reports of each of
the above listed studies = 20 points
• The bidder submitted three (03) approved research reports for only 3
studies = 10 points
• The bidder submitted two (02) approved research reports for only 2
studies = 05 points
• The bidder submitted one (01) approved research report of 1 study = 02
points
• No report(s) provided or submitted report(s) that are not related to the
required services = 0 points
NB: Submission of four (04) reports that cover only one study will not be
allocated full points. One (01) report must be submitted per study.
MICT/SETA/MNE/12/2025 of 23
MICT SETA Head Office; Supply Chain Management 19 Richards
Drive, Gallagher Convention Centre, Gallagher House, Level 3 West
Wing Tel +27 11 207 2600; E-mail: bidqueries@mict.org.za
2 BIDDER’S The bidder must provide four (04) reference letters to highlight experience 10
EXPERIENCE in previous completed projects in the following service areas:
1. Impact Studies
2. Tracer Studies
3. Longitudinal Studies
4. Evaluation Studies
The reference letters must be on the client’s letterhead with contactable
details, dated, clearly indicating services rendered and duly signed by
authorised personnel.
NB: The reference letters must be aligned with the submitted
samples/reports.
Points on submission of reference letters indicating experience in Impact
Studies; Tracer Studies; Longitudinal Studies; Evaluation Studies will be
allocated as follows:
• Bidder provided four (04) signed client reference letters highlighting
experience in the above services = 10 points.
• Bidder provided three (03) signed client reference letters highlighting
experience in the above services = 08 points.
• Bidder provided two (02) signed client reference letters highlighting
experience in the above services = 04 points.
• Bidder provided one (01) signed client reference letter highlighting
experience in the above services = 02 points.
• Bidder did not provide reference letters or provided reference letters
that do not highlight experience in any of the above services = 0 Points
Important: Reference lists or award letters or purchase orders (POs) will
not be considered for points allocation. In the event of sub-contracting,
the bidder must furnish the above reference letters of the main bidder.
MICT SETA reserves the right to contact references prior to award.
3 QUALITY The bidder must submit a detailed quality assurance plan reflecting 20
ASSURANCE procedure and risk mitigation measures.
PLAN
Points for submitting detailed Quality Assurance Plan will be allocated as
follows:
• The bidder submitted a detailed quality assurance plan on procedures
and risk mitigation measures = 20 points
• The bidder submitted a quality assurance plan not detailing procedures
and risk mitigation measures = 0 points
4 METHODOLO The bidder must submit a detailed project methodology highlighting the 25
following elements:
GY 1. Planning
2. Execution
3. Reporting
4. Follow-up
5. Completion and handover of the reports within the prescribed
project period. (timeframes)
Points for submission of methodology will be allocated as follows:
• The bidder submitted a detailed methodology that covers all five (05)
elements = 25 points
• The bidder submitted a detailed methodology that covers only four
(04) elements = 20 points
• The bidder submitted a detailed methodology that covers only three
(03) elements = 15 points
MICT/SETA/MNE/12/2025 of 23
MICT SETA Head Office; Supply Chain Management 19 Richards
Drive, Gallagher Convention Centre, Gallagher House, Level 3 West
Wing Tel +27 11 207 2600; E-mail: bidqueries@mict.org.za
• The bidder submitted a detailed methodology that covers only two
(02) elements = 10 points
• The bidder submitted a detailed methodology that covers only one
(01) elements = 05 points
• The bidder did not submit a detailed methodology or submitted a
methodology that does not cover any of the elements = 0 Points
5 TEAM The bidder must provide a team organogram showcasing team 05
ORGANOGR members, their roles, and level of effort of each person involved in the
AM project.
Points for submission of a team organogram showcasing team members,
their roles, and level of effort will be allocated as follows:
• The bidder provided a team organogram highlighting the key
personnel, roles and level of effort = 05 Points
• The bidder did not provide a team organogram/ team organogram
does not highlight the key personnel, roles or level of effort = 0 Points
6 TEAM LEAD The bidder must provide the team lead’s CV and qualifications. The team 10
leader must have a Master’s degree in the disciplines of Development
Studies, Statistics, Research, Monitoring and Evaluation, and Social
Sciences. A proven track record in leading research projects for
educational institutions or purposes, and/or lecturing in disciplines
involving research, development, monitoring and evaluation for fifteen
(15) years and above.
Bidder must submit certified copies of qualifications not older than 6
months.
Experience of Team Lead (05 Points)
The bidder’s team lead must have at least fifteen (15) years of experience
in leading research projects for educational institutions or purposes,
and/or lecturing in disciplines involving research, development,
monitoring and evaluation.
Points for submission of team lead’s CV with experience in leading
research projects for educational institutions or purposes, and/or
lecturing in disciplines involving research, development, monitoring and
evaluation for fifteen (15) years and above will be allocated as follows:
• The bidder submitted CV of the team leader highlighting fifteen (15)
years or more of relevant experience = 05 points
• The bidder submitted CV of the team lead highlighting less than fifteen
(15) years of experience = 0 points
Qualification of team lead (05 Points)
The bidder’s team lead must have a Master’s degree in the disciplines of
Development Studies, Statistics, Research, Monitoring and Evaluation,
and Social Sciences.
Points for submission of qualification will be allocated as follows:
• The bidder submitted the team lead’s certified copy of master’s degree
in the disciplines of Development Studies, Statistics, Research,
Monitoring and Evaluation, and Social Sciences = 05 points
• The bidder did not submit qualification of the team lead/ Qualification
submitted is not equivalent to a master’s or not in the related field or
not certified within 6 months = 0 points.
MICT/SETA/MNE/12/2025 of 23
MICT SETA Head Office; Supply Chain Management 19 Richards
Drive, Gallagher Convention Centre, Gallagher House, Level 3 West
Wing Tel +27 11 207 2600; E-mail: bidqueries@mict.org.za
7 SUPPORT The bidder must provide CVs and certified copies of qualifications of the 10
support staff. The support staff must have at least a Diploma/Degree in
STAFF any discipline related to education and training, statistics, commerce,
previous experience as enumerator/data collector for social science,
demographic, or similar surveys, as well as user level skills in Microsoft
office suites for a period of 5 years and above.
Bidder must submit certified copies of qualifications not older than 6
months.
Experience of support staff (05 Points)
Points for submission of CV(s) of support staff with experience as
enumerator/data collector for social science, demographic, or similar
surveys, as well as user level skills in Microsoft office suites for a period of
5 years and above allocated as follows:
• The bidder submitted CV(s) of the support staff highlighting five (05)
years or more of relevant experience and user level skills = 05 points
• The bidder submitted CV(s) of the support staff highlighting less than five
(05) years of experience and user level skills = 0 points
Qualification(s) of support staff (05 Points)
Points for submission of qualification(s) will be allocated as follows:
• The bidder submitted certified copy(ies) of the support staff’s
Diploma/Degree in any discipline related to education and training,
statistics, or commerce = 05 points
• The bidder did not submit qualification of the support staff/
Qualification(s) submitted is not equivalent to a diploma/degree or not
in the related field or not certified within 6 month = 0 points
TOTAL 100
MINIMUM THRESHOLD 70
Note: Only bidders who meet or exceed the qualification threshold on technical functionality
of 70 points will be appointed to be part of the panel.
MICT/SETA/MNE/12/2025 of 23
MICT SETA Head Office; Supply Chain Management 19 Richards
Drive, Gallagher Convention Centre, Gallagher House, Level 3 West
Wing Tel +27 11 207 2600; E-mail: bidqueries@mict.org.za
SBD 4
BIDDER’S DICLOSURE
1. 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.
2. 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:
................................................................................................
................................................................................................
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
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.
MICT/SETA/MNE/12/2025 of 23
MICT SETA Head Office; Supply Chain Management 19 Richards
Drive, Gallagher Convention Centre, Gallagher House, Level 3 West
Wing Tel +27 11 207 2600; E-mail: bidqueries@mict.org.za
2.3.1 If so, furnish particulars:
........................................................................................
........................................................................................