EOI No. 8008/25/07/2019 Page 1 of 16
Expression of Interest (EOI)
The provision of professional services for Foundry Technology Process Optimisation and Productivity
Improvement offered by the NFTN for the CSIR
EOI No. 8008/25/07/2019
Date of Issue 11 July 2019
Closing Date 25 July 2019
Place Tender box, CSIR Main Reception, Gate 3 ( North Gate)
Enquiries Strategic Procurement Unit E-mail: [email protected]
CSIR business hours 08h00 – 16h30
Category Professional Services
EOI No. 8008/25/07/2019 Page 2 of 16
TABLE OF CONTENTS
SECTION A – TECHNICAL INFORMATION 3
INTRODUCTION 3
BACKGROUND 3
INVITATION FOR EXPRESSION OF INTEREST 4
EOI SPECIFICATIONS (OVERVIEW OF REQUIREMENTS) 4
FUNCTIONAL EVALUATION CRITERIA 6
ELIMINATION CRITERIA 7
NATIONAL TREASURY CENTRAL SUPPLIER DATABASE (CSD) REGISTRATION 8
SECTION B – TERMS AND CONDITIONS 9
VENUE FOR EOI SUBMISSION 9
EOI PROGRAMME 9
SUBMISSION OF RESPONSES 9
DEADLINE FOR SUBMISSION 10
EVALUATION PROCESS 10
ENQUIRIES AND CONTACT WITH THE CSIR 10
MEDIUM OF COMMUNICATION 10
COST OF EXPRESSION OF INTEREST 10
CORRECTNESS OF RESPONSES 11
VERIFICATION OF DOCUMENTS 11
ENGAGEMENT OF CONSULTANTS 11
TRAVEL EXPENSES 11
ADDITIONAL TERMS AND CONDITIONS 12
CSIR RESERVES THE RIGHT TO: 12
DISCLAIMER 13
ANNEXURE A 14
EOI No. 8008/25/07/2019 Page 3 of 16
SECTION A – TECHNICAL INFORMATION
INTRODUCTION
The Council for Scientific and Industrial Research (CSIR) is one of the leading scientific
research and technology development organisations in Africa. In partnership with national and
international research and technology institutions, CSIR undertakes directed and
multidisciplinary research and technology innovation that contributes to the improvement of
the quality of life of South Africans. The CSIR’s main site is in Pretoria while it is represented
in other provinces of South Africa through regional offices. An expression of interest (EOI) is
required in order to establish a pool of suitable pre-qualified foundry technology specialists
from which their availabilities to perform the task is established and their acceptance of a fixed
service fee is confirmed, within a limited period, to provide specified services as part of future
proposals.
BACKGROUND
The National Foundry Technology Network (NFTN), recruits and responds to requests for
proposals or quotations from our clients for various forms of services. The group also enables,
support and implements service delivery to local foundries national wide. This may require that
we include specialist expertise external to the CSIR as part of the CSIR proposal. Frequently,
this expertise needs to be sourced at short notice and as part of a competitive tender process.
Consequently the purpose of this process is to establish a pool of suitable pre-qualified
specialists from which we can source quotations, within a limited time period to provide
specified service as part of further proposals.
Professional Services in respect of certain disciplines within this domain are required, as
described below under point 4, to supplement CSIR’s service offering to its clients in larger
projects. The CSIR wishes to identify collaborators from suitably qualified companies to
potentially supplement the CSIR teams when required, for the disciplines contained in this EOI.
EOI No. 8008/25/07/2019 Page 4 of 16
INVITATION FOR EXPRESSION OF INTEREST
Expressions of interest are hereby invited from suitably-qualified companies to be registered
on the CSIR supplier database for the provision of professional services within the identified
specialist domains to CSIR.
Companies are invited to submit EOI’s to provide all-inclusive services based on the work
package deliverables detailed within this EOI. This EOI is not for single or seconded
resources, it serves to procure an output-based service to be rendered per work package. Only
companies with demonstrable foundry technology knowledge and experience within the
identified domains will be considered.
All service providers approved and registered on the CSIR supplier database, will be registered
as preferred suppliers for a period of 18 months during which time they will be invited to tender
for work on a project-by-project basis by means of a selection model.
EOI SPECIFICATIONS (OVERVIEW OF REQUIREMENTS)
All expressions of interest are to be submitted in a format specified in this enquiry (as
applicable). However, companies are welcome to submit additional or alternative expression
of interest over and above the originally specified format (e.g. other capabilities that you may
deem to be relevant).
Companies are requested to provide proof of:
Company Experience - Years operating in the consulting within the foundry industry as
per work package.
Company Capability - List of previous technical projects in the consulting within the
foundry industry related to the work package expressed in.
Company resources - A team consisting, at minimum, of a contracts manager with at least
5 years’ experience in consulting in the work package discipline an expression of interest
is indicated for.
EOI No. 8008/25/07/2019 Page 5 of 16
Sufficient depth in the organisation needs to be indicated and committed to, or access to
team members with suitable experience in all aspects as required in individual work
packages.
The whole team will be verified and scrutinised before placement of any orders and CSIR
retains the right not to accept candidates put forward and request alternatives at such time
when a tender is requested for a particular work package.
THE FOLLOWING COMPETENCIES ARE REQUIRED
4.1 WORK PACKAGE 1
Foundry Technology Process Optimisation and Productivity Improvement
Qualifications: Bachelor's Degree / National Diploma / Honours in Engineering Sciences (or
relevant degree.) / Appropriate qualification of recognized institute. Professional
Registration: ECSA etc...
Relevant Experience: (1 year minimum) and key aspects of criteria
Provide an overview of qualifications i.e. consultation experience and
qualifications, and attach CVs
Proven Hands-on experience on foundry plant flow information so to identify
losses, decision and action to take
Show cases of how to optimise high value Foundry functions to achieve casting
quality
Show cases of how to Implement a cost effectiveness model to increase plant
efficiencies
Proven knowledge of the foundry industry and mention at least two specific local
firms in distress you are aware of
Submission of at least one technical proposal applicable to a specific foundry will
be advantageous
Briefly outline costing structure and approach
Indicate rates and charge model for all proposed phases
EOI No. 8008/25/07/2019 Page 6 of 16
Travel expenses will be capped according to National Treasury regulations
References ( Provide a minimum of 3 recent contactable local reference)
FUNCTIONAL EVALUATION CRITERIA
5.1 The evaluation of the functional/technical detail of the expression of interest for all
work packages, will be based on the following criteria:
Competence Criteria Key Aspects of Criteria Points
Experience
[30%]
Company experience in the
work package domain.
At least 5 years 10
3-4 years 7
1-2 years 4
Less than 1 year in this field. 1
Capability
[70%]
Submission of at least one
technical proposal applicable
to a specific foundry
Outline costing structure and
approach
Indicate rates and charge
model for all proposed
phases
List of 2 similar projects with a
minimum of 2 contactable references
related to the work package, OR a
minimum of 2 letters from clients (on
their letterhead) stating that the
company has performed work of this
nature or can perform work of this
nature.
10
List of 1 similar project with at least 1
contactable references related to the
work package, OR a minimum of 1
letter from client (on their letterhead)
stating that the company has
performed work of this nature or can
perform work of this nature.
6
EOI No. 8008/25/07/2019 Page 7 of 16
Competence Criteria Key Aspects of Criteria Points
No list of similar project
Similar project provided related to the
work package, with at least 1
contactable reference,
OR a minimum of 1 letter from a client
(on their letterhead) stating that the
company can perform work of this
nature.
2
5.2 Expression of interest with functionality / technical points of less than the pre-determined
minimum overall percentage of 75 % and less than 50 % on any of the individual criteria will
not be considered.
5.3 The service provider shall prepare for a possible presentation should CSIR require such and
the service provider shall be notified timeously.
5.4 Refer to Annexure A for the scoring sheets for each Work package that will be used to
evaluate functionality.
ELIMINATION CRITERIA
Expression of interest will be eliminated under the following conditions:
Submission after the deadline;
Responses submitted at incorrect location;
Submissions from restricted suppliers in line with Treasury Regulations;
Failure to complete Annexure A with the location of the evidence within the EOI
submitted;
Submission of incomplete documentation;
EOI No. 8008/25/07/2019 Page 8 of 16
Bids with a B-BBEE level 1 or 2 will be preferred.
The following document will be required before any interested party can be evaluated:
Original or certified copy of B-BBEE certificate – where B-BBEE credentials were used
as part of evaluation; (RSA suppliers only);
NATIONAL TREASURY CENTRAL SUPPLIER DATABASE (CSD) REGISTRATION
Before any negotiations will start with the winning bidder it will be required from the winning
bidder to:
Be registered on National Treasury’s Central Supplier Database (CSD). Registrations
can be completed online at: www.csd.gov.za; and
Provide the CSIR with their CSD registration number.
EOI No. 8008/25/07/2019 Page 9 of 16
SECTION B – TERMS AND CONDITIONS
VENUE FOR EOI SUBMISSION
All expression of interests may be submitted at the following address:
CSIR GATE 03 - Main Reception Area (in the Tender box) at the following address
Council for Scientific and Industrial Research (CSIR)
Meiring Naudé Road
Brummeria
Pretoria
EOI PROGRAMME
The EOI program, as currently envisaged, incorporates the following key dates:
Issue of EOI documents: 11 July 2019
Closing / submission Date: 25 July 2019
The CSIR will inform all successful suppliers qualifying to be registered on the CSIR supplier
database in due course.
SUBMISSION OF RESPONSES
10.1 All expressions of interest are to be sealed. No open expression of interest will be accepted.
10.2 All expressions of interest are to be clearly marked with the EOI number, the relevant work
package number and the name of the service provider on the outside of the main package.
10.3 Every work package that an EOI is submitted for must be submitted in a separate envelope
with complete information to be evaluated on its own.
10.4 Responses submitted by companies must be signed by a person or persons duly authorised.
EOI No. 8008/25/07/2019 Page 10 of 16
DEADLINE FOR SUBMISSION
Expression of interest shall be submitted at the address mentioned above no later than the
closing date of 25 July 2019 during CSIR’s business hours. The CSIR business hours are
between 08h00 and 16h30.
Where an EOI is not received by the CSIR by the due date and stipulated place, it will be
regarded as a late EOI. Late EOI’s will not be considered.
EVALUATION PROCESS
The EOI evaluation process will include a functionality/technical evaluation. No price
evaluation will be done at this stage. To be a preferred supplier the service provider shall meet
the minimum threshold for functionality and will have a B-BBEE level 1 or 2.
ENQUIRIES AND CONTACT WITH THE CSIR
Any enquiry regarding this EOI shall be submitted in writing to CSIR at [email protected] with
“EOI No 8008/25/07/2019 The provision of professional services for Foundry Technology
Process Optimisation and Productivity Improvement offered by the NFTN for the CSIR”
as the subject.
MEDIUM OF COMMUNICATION
All documentation submitted in response to this Expression of Interest must be in English.
COST OF EXPRESSION OF INTEREST
Companies are expected to fully acquaint themselves with the conditions, requirements and
specifications of this EOI before submitting responses. Each service provider assumes all risks
for resource commitment and expenses, direct or indirect, of EOI preparation and participation
throughout the EOI process. The CSIR is not responsible directly or indirectly for any costs
incurred by Companies.
EOI No. 8008/25/07/2019 Page 11 of 16
CORRECTNESS OF RESPONSES
16.1 The service provider must confirm satisfaction regarding the correctness and validity of their
EOI.
VERIFICATION OF DOCUMENTS
17.1 Companies should check the numbers of the pages to satisfy themselves that none are
missing or duplicated. No liability will be accepted by the CSIR in regard to anything arising
from the fact that pages are missing or duplicated.
17.2 One hard copy and one electronic copy (CD or USB memory key) of each EOI must be
submitted. In the event of a contradiction between the submitted copies, the hard copy shall
take precedence.
If a courier service company is being used for delivery of the EOI document, the EOI description
must be endorsed on the delivery note/courier packaging to ensure that documents are delivered
to the tender box, by the date as mentioned above.
ENGAGEMENT OF CONSULTANTS
All potential Companies need to note that consultants will only be remunerated at the rates:
18.1 Determined in the "Guideline for fees", issued by the South African Institute of Chartered
Accountants (SAICA); or
18.2 Set out in the "Guide on Hourly Fee Rates for Consultants", by the Department of Public
Service and Administration (DPSA); or
18.3 As prescribed by the body regulating the profession of the consultant.
TRAVEL EXPENSES
All potential Companies need to note that travel expenses will be managed as follows should
they need to travel on behalf of the CSIR in future:
19.1 All travel expenses for the CSIR’s account, be it directly via the CSIR’s travel agent or
indirectly via re-imbursements, must be in line with the CSIR’s travel policy. The following will
apply:
EOI No. 8008/25/07/2019 Page 12 of 16
19.1.1 Only economy class tickets will be used.
19.1.2 A maximum of R1300 per night for accommodation, dinner, breakfast and parking will be
allowed.
19.1.3 No car rentals of more than a Group B will be accommodated.
ADDITIONAL TERMS AND CONDITIONS
20.1 Companies shall not assume that information and/or documents supplied to CSIR, at any
time prior to this request, are still available to CSIR, and shall consequently not make any
reference to such information document in its response to this request.
20.2 Copies of any affiliations, memberships and/or accreditations that support your submission
must be included in the response.
20.3 An omission to disclose material information, a factual inaccuracy, and/or a
misrepresentation of fact may result in the disqualification of a response, or cancellation of
any subsequent contract.
20.4 Failure to comply with any of the terms and conditions as set out in this document will
invalidate the response.
CSIR RESERVES THE RIGHT TO:
21.1 Extend the closing date;
21.2 Verify any information contained in a response;
21.3 Request documentary proof regarding any tendering issue;
21.4 Cancel or withdraw this EOI as a whole or in part; and
21.5 Not to include any supplier on the list of suppliers on the approved database based on
functional criteria not met.
EOI No. 8008/25/07/2019 Page 13 of 16
DISCLAIMER
This EOI is an expression of interest only and not an offer document; answers to it must not be
construed as acceptance of an offer or imply the existence of a contract between the parties.
By submission of its EOI, Companies shall be deemed to have satisfied themselves with and
to have accepted all Terms & Conditions of this EOI. The CSIR makes no representation,
warranty, assurance, guarantee or endorsements to service provider concerning the EOI,
whether with regard to its accuracy, completeness or otherwise and the CSIR shall have no
liability towards the service provider or any other party in connection therewith.
EOI No. 8008/25/07/2019 Page 14 of 16
ANNEXURE A
Scoring Sheet for Work Package 1 – Foundry Technology Process Optimization and Productivity Improvement
Organization criteria
% Detail Proof / Evidence Required
Scoring Score Reference to proof
i. Experience
30%
Company profile and years’ experience
Company profile containing background history and experience in the work package domain
At least 5 years 10
3 - 4 years 7
1 – 2 years 4
Less than 1 year 1
ii. Capability
70%
Company
technical
capability
Submission of at least one
technical proposal
applicable to a specific
foundry
Outline costing structure
and approach
Indicate rates and charge
model for all proposed
phases
List of 2 similar projects with a minimum of 2 contactable
references related to the work package 1(Foundry
Technology Process Optimization and Productivity
Improvement) , OR a minimum of 2 letters from clients (on
their letterhead) stating that the company has performed
work of this nature or can perform work of this nature.
10
List of 1 similar project with at least 1 contactable references
related to the work package 1, OR a minimum of 1 letter from
client (on their letterhead) stating that the company has
performed work of this nature or can perform work of this
nature.
6
No list of similar project
Similar project provided related to the work package, with at
least 1 contactable reference,
OR a minimum of 1 letter from a client (on their letterhead)
stating that the company can perform work of this nature.
2
SBD1
15
PART A INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE CSIR
BID NUMBER: CLOSING DATE: CLOSING TIME: 06:30
DESCRIPTION
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)
As per RFP document
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
CONTACT PERSON CONTACT PERSON
TELEPHONE NUMBER TELEPHONE NUMBER
FACSIMILE NUMBER FACSIMILE NUMBER
E-MAIL ADDRESS E-MAIL ADDRESS
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELLPHONE NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION NUMBER
SUPPLIER COMPLIANCE STATUS
TAX COMPLIANCE SYSTEM PIN:
OR
CENTRAL SUPPLIER DATABASE No: MAAA
B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE
TICK APPLICABLE BOX]
Yes No
B-BBEE STATUS LEVEL SWORN AFFIDAVIT
[TICK APPLICABLE BOX]
Yes No
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
1 ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES ENCLOSE PROOF]
2 ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES, ANSWER PART B:3 ]
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO
DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.
SBD1
16
PART B TERMS AND CONDITIONS FOR BIDDING
1. BID SUBMISSION: 1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR
CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED IN THE MANNER PRESCRIBED IN THE BID DOCUMENT.
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.
1.4. THE SUCCESSFUL BIDDER WILL BE ENGAGED WITH NEGOTIATIONS BY THE CSIR THAT MIGHT RESULT IN THE ISSUING OF A PURCHASE ORDER.
2. TAX COMPLIANCE REQUIREMENTS
2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE CSIR TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.
2.6 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.
2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE STATE
NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.
SIGNATURE OF BIDDER: …………………………………………… CAPACITY UNDER WHICH THIS BID IS SIGNED: …………………………………………… (Proof of authority must be submitted e.g. company resolution) DATE: …………………………………………...