The PMU must deliver:
4.1 Setup
• Implementation Plan
• Disbursement Framework
• Workplace Approval Framework
• Tracking Tools and Dashboards
• Reporting Templates
• Risk Register
4.2 Implementation
• Monthly operational reports
• Quarterly EXCO and AA reports
• Annual programme evaluation
• Full audit evidence packs
• Payment reconciliations
• Employer and learner master database
• Enrollments, change management, completion and progression reports
4.3 Close-Out
• Programme Close-Out Report
• Financial Close-Out Report
• Audit Pack Submission
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 48 months (recruitment, matching, placement,
disbursement, monitoring, completion and close-out).
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 T682.......................................
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/ Weighted Yes No Score
section in proposal? Points
Capability & The bidder must Attach (3) three or more written testimonials letters not Attach three (3) 30
Relevant demonstrate experience older than three (3) years. references letters points
Experience delivering large-scale
programmes of a similar • 3 letters with strong relevance – 0-30 What page (s) or section
nature or national multi- points
of your proposal for 3 stakeholder projects. • 2 letters – 0-20 points
references letters may be • 1 letter – 0-10 points
Three (3) reference letters • No letters – 0 points found?
on official letterheads, State page (s)
signed, with contactable number.................or
details. State section/
tab......................on your
proposal.
Methodology The bidder must provide a Comprehensive methodology covering ALL • Demonstrating your 40 pts
detailed, practical and components, with tools/templates/frameworks included
and Project Bid proposal context-relevant – 0-40 points
Approach methodology
demonstrating Methodology covers MOST components (70%–90%) What page (s) or section
understanding of how to with clear processes – 0-30 points
of your proposal operationalise the
internship programme. Methodology covers SOME components (50%–70%) information may be
but lacks depth – 0-20 points found?
Minimum components State page (s)
that must be addressed: Methodology does not demonstrate understanding of number.................or
• National the PMU model – 0 points State section/
implementation tab......................on your
framework proposal.
• Employer
management and
workplace approval
process
• Graduate verification
and matching
• Mentor management
• Contracting and