Skip to main content
PROC T681Professional Services

Appointment of a Service Provider - Services Sector

Issuing Organization

Services Sector Education and Training Authority

Location

Northern Cape

Closing Date

05 Feb 2026

View Full Details & ApplyBack to All Tenders
Share:
At a Glance

Tender Type

Request for Bid(Open-Tender)

Delivery Location

15 Sherborne Road,Parktown,JHB - Parktown - Gauteng - 2193

Organization Type

government department

Published

11 Dec 2025

Tender Description
Appointment of a Service Provider for Alignment of the Occupations in the Sector with the Ofo Code and Identification of Inputs Into the Revision of the Ofo Code.
Industry Classification
Procurement Type

Request for Bid(Open-Tender)

Delivery Location

15 Sherborne Road,Parktown,JHB - Parktown - Gauteng - 2193

Requirements & Eligibility
Analysis: PROC-T681-BID-DOCUMENT- OFO Codes_.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

The Services Sector Education and Training Authority (Services SETA) was established and registered in March 2000 in terms of the Skills Development Act of 1998. The SETA aims to provide for the skills development needs of the services sector through the implementation of learnerships, disbursement of grants and monitoring of education and training. The Services SETA hereby invites bids from experienced, knowledgeable service providers to submit proposals to conduct alignment of the occupations in the sector with the OFO Code and identification of inputs into the revision of the OFO Code and to develop an online tool for storage of services sector OFO Codes with functionality for regular update and tracking of the usage of OFO Code by services sector industry stakeholders. The appointed Service Provider will be expected to work closely with the planned research project on cleaning the structure of the OFO Code commissioned by DHET – through merSETA, including engagements with the DHET appointed service provider for alignment. The “Organising framework of Occupations” (OFO) is a coded classification system where Occupations are classified based on the inherent skills and competencies required to professionally execute the tasks associated with the specific occupations. This form of classification enables stakeholders to use a common base when talking and reporting on skills. Government specifically needs to have such a system in place to assist it in making coherent decisions regarding skills development. It also assists the other players in the occupational arena to develop skills enhancement initiatives and to implement integrated actions related to the professionalisation of the workplace. Regulators will find the OFO especially useful when regulatory requirements are established and where compliance must be monitored. In South Africa we are using the OFO extensively for skills development. It forms the basis for the workplace skills planning processes and it is also the basis for the development of Occupational Qualifications on the relevant sub-framework of the National Qualifications Framework. The Department of Higher Education and Training has directed SETAs to update their OFO Framework on an annual basis, and submit the updates before 31 May of each year. The Services SETA has not updated its OFO Codes since 2017. It has become increasingly urgent for the Services SETA to close gap to avoid possible sanctions from the DHET. Furthermore, we would like to ensure optimal usage of OFO Codes by service sector industry role players. The development of an online or automated tool to store services sector OFO Codes with easy access and functionality to update changes to OFO Codes will help the Services SETA to realise this objective. This exercise requires the expertise of external service provider because it is highly a specialised task. 3. SCOPE OF WORK/ DELIVERABLES The company bid proposal must cover, but not limited to the following: • Alignment of the occupations in the services sector with the OFO. • Identify inputs into the revision of the OFO. • Facilitate successful submission of OFO Code updates to DHET in line with applicable templates and systems. • Align currently developed occupational qualifications with services sector OFO Codes. In executing this exercise, the appointed service provider will be expected to work closely with the industry, DHET and service providers contracted by DHET through merSETA to conduct the cleaning up of the OFO Code structure and development of a SETA-wide OFO Code online tool. Given the diversity of skills required to perform this task, joint ventures are encouraged to ensure adequate coverage of all deliverables. Bidders might be invited to make a presentation as part of the selection process 4 THE DURATION OF ASSIGNMENT It is envisaged that the project will be for a period of up until 31 March 2025. 5. PRECCA CLAUSES IN TERMS OF SECTION 28 COMPLIANCE WITH THE PROVISIONS OF PREVENTION AND COMBATTING OF CORRUPT ACTIVITIES ACT, (PRECCA) 1.1 The Bidder acknowledges and declares that is aware of the Provisions of the aforementioned Act. 1.2 The Bidder declares that its name and/or that of any of its partners, managers, directors or any other person who wholly or partly exercises or may exercise control over the Bidder has never been endorsed as contemplated in Section 28 of PRECCA. 1.3 Should at any time after the conclusion of the Agreement, the Services SETA be made aware of the endorsement of either the Bidder’s name and/or that of any of its partners, managers, directors or any other person who wholly or partly exercises or may exercise control over the Bidder, the Services SETA shall be legally entitled to forthwith cancel the agreement and claim any damages the Services SETA may have incurred as a result of contracting of contract with an entity whose name is endorsed in terms of Section 28 of PRECCA. 6. KINDLY FORWARD THE FOLLOWING BID DOCUMENTS, WHERE A CERTIFIED COPY OF A DOCUMENT IS REQUIRED, IT MUST BE CERTIFIED WITHIN THE LAST THREE (3) MONTHS QUALIFICATION REQUIREMENT QUALIFICATION/ GATEKEEPER REQUIREMENT (MANDATORY) Has the applicable document been attached? 1. The potential bidder must be registered with National Treasury Central Supplier Yes No Database (CSD). 2. Bid document must be signed and duly completed, together with all declaration Yes No of interest/ standard bidding documents (SBD’s 1, 3.3, 4, 6.1 and 7.2). 3. Provide and attach a copy of Company Registration Certificate. Yes No The bidder must comply with the aforementioned qualification requirements above. Failure to abide by any of the requirements will lead to automatic disqualification. OTHER IMPORTANT BID REQUIREMENT Has the applicable document been attached? 1.The tenderer must submit proof of its B-BBEE status level of contributor Yes No PLEASE NOTE: The tenderer failing to submit proof of B-BBEE status level of contributor or is a non- compliant contributor to B-BBEE may not be disqualified, but may only score points out of 80 for price; and scores Zero(0) points out of 20 for specific goals. Services providers are encouraged to comply with B-BBEE requirements for a more competitive advantage under B-BBEE scoring. 2.The potential bidder must be Tax Compliant on National Treasury Central Supplier Yes No Database (CSD) prior to award 3. The Supplier status must be active, when verifying with Central Supplier Database Yes No (CSD). Provide MAAA number ................................... 4. Tax Status, the potential bidder must indicate pin number............................. Yes No 7. EVALUATION CRITERIA The value of this bid is estimated to be above R1 000 000 but below R50 000 000 (all applicable taxes included); therefore the 80/20 system shall be applicable. Criterion 1- Qualification Requirement Bidders will first be evaluated in terms of the gatekeeper/minimum requirements. Bidders who do not fulfil all the requirements or do not submit the required documents will be disqualified. Criterion 2-Functionality Evaluation Functionality is worth 100 points. The minimum threshold is 70 points. Bidders who score less than 70 points on functionality will therefore be disqualified; those who score 70 points or more will be further evaluated on Criteria 3. Criterion 3-Price and Preference Evaluation Price and Specific goals (B-BBEE status level of contributor), Evaluation will be conducted on a 80/20 preferential procurement principle. NOTE: For the purpose of comparison and in order to ensure a meaningful evaluation, bidders must submit detailed information in substantiation of compliance to the evaluation criteria mentioned- above. Bidders may be invited to make a presentation as part of the evaluation process FUNCTIONALITY SCORE SHEET NAME OF POTENTIAL BIDDER............................................................................................................................................................... BID REFERENCE NUMBER PROC T681....................................... CRITERION 2- FUNCTIONALITY A B C E F G H D FUNCTIONALITY REQUIREMENT SCORE QUALIFICATION MEASUREMENT (what must be provided/ demonstrated as minimum) Indicate what pages/ section in Weighted Yes No Score proposal? Points Capability of The potential bidder must Attach (3) three or more written testimonials letters not older than five Attach three (3) references 20pts Service provide and attach three (5) years, which indicates relevant experience in OFO Code update – letters Provider formal testimonial/ including evidence of capacity to develop such as online/automated references letters with logo, tool. What page (s) or section of your letterhead, contactable proposal for 3 references letters details and similar - Three (3) testimonial = 0-20pts work/services executed - Two (2) testimonial = 0-15pts may be found? signed by company - One (1) testimonial = 0-5pts representative/ Senior - No written testimonial=0pts State page (s) Official. number.................or State section/ tab......................on your proposal. Methodology • Demonstrating your • The bidder must demonstrate, in terms of the scope, methodology and Project that incorporates qualitative and quantitative research approaches Bid proposal 40 pts addressing specific research questions, including systemsApproach Demonstrated knowledge of development = 0-40 the SETA and PSET What page (s) or section of your landscape, with a clear • The methodology does not incorporate both qualitative and proposal information may be quantitative approaches addressing specific research questions found? understanding of the South with limited proven record of systems development = 0-30 African OFO Code version. State page (s) • The methodology does not address specific research questions with limited proven record of systems development = 0-20 number.................or State section/ tab......................on • No methodology outlined and no demonstration of capacity to develop systems/ online tools = 0 your proposal. Qualifications An overview, including CV’s, The bidder must provide key team members CVs with projects • Attach CV’s and 40 pts and Skills of of the key personnel and management experience in the field of OFO Code update and/or qualification on your Human provide organogram for key development and systems development company proposal Resources members to be used on the • Over 10 years relevant experience = 0-40pts contract. What page (s) or section of • Over 5 years' experience = 0-30 pts your proposal information • Less than 5 years but greater than three experience=0-20 pts • Less than 3 years but greater than two =0-10 pts may be found? • Less than two years = 0-5 pts State page (s) • No experience = 0 pts number.................or State section/ tab......................on your proposal. Note that Evaluation Committee will use their own discretion to assess quality of all bid proposals received in relation to above functionality criteria and may further verify information submitted from relevant sources/ your client and use their own discretion to score your proposal accordingly. Total weighted Points The minimum functionality threshold is 70 points. Bidders who score less than 70 points on functionality will therefore be disqualified; those who score 70 points or more will be further evaluated on Criteria 3. 80 (Price) R.............................,........... Price and Preference points used: 80/20 preferential procurement principle 20 (BEE Status) Level......... and points............. Name of Evaluator: Signature: Date: .............../............................./20 10. GENERAL CONDITIONS OF CONTRACT THE NATIONAL TREASURY Republic of South Africa GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACT July 2010 NOTES The purpose of this document is to: (i) Draw special attention to certain general conditions applicable to government bids, contracts and orders; and; (ii) To ensure that clients be familiar with regard to the rights and obligations of all parties involved in doing business with government. In this document words in the singular also mean in the plural and vice versa and words in the masculine also mean in the feminine and neuter. The General Conditions of Contract will form part of all bid documents and may not be amended. Special Conditions of Contract (SCC) relevant to a specific bid, should be compiled separately for every bid (if (applicable) and will supplement the General Conditions of Contract. Whenever there is a conflict, the provisions in the SCC shall prevail. TABLE OF CLAUSES 1. Definitions 2. Application 3. General 4. Standards 5. Use of contract documents and information; inspection 6. Patent rights of 50 7. Performance security of 50 8. Inspections, tests and analysis of 50

Compliance Requirements

No specific requirements found
Tender Documents (1)

PROC-T681-BID-DOCUMENT- OFO Codes_.pdf

View

To download these documents and access AI-powered analysis, visit the main tender page.

Discussion