REVISED SPECIAL CONDITIONS OF CONTRACT RT3-2018 SUPPLY, DELIVERY, INSTALLATION, COMMISSIONING AND MAINTENANCE OF OFFICE AUTOMATION SOLUTIONS TO THE STATE FOR THE PERIOD 1 OCTOBER 2018 TO 30 SEPTEMBER 2021 CLOSING DATE AND TIME OF BID 01 JUNE 2018 AT 11H00 BID VALIDITY PERIOD: 120 DAYS National Treasury Transversal Contracting
47
Embed
RT3-2018 - etenders.gov.za RT3-2018 Revised... · REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018 Page 5 of 47 SECTION A: GENERAL BID CONDITIONS 1. LEGISLATIVE AND REGULATORY
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
REVISED SPECIAL CONDITIONS OF CONTRACT
RT3-2018
SUPPLY, DELIVERY, INSTALLATION, COMMISSIONING AND
MAINTENANCE OF OFFICE AUTOMATION SOLUTIONS TO THE STATE
FOR THE PERIOD
1 OCTOBER 2018 TO 30 SEPTEMBER 2021
CLOSING DATE AND TIME OF BID
01 JUNE 2018 AT 11H00
BID VALIDITY PERIOD: 120 DAYS
National Treasury
Transversal Contracting
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
SECTION A: GENERAL BID CONDITIONS ..................................................................................................................................................... 5
1. LEGISLATIVE AND REGULATORY FRAMEWORK ............................................................................................................................. 5
2. STATUS OF RFP ................................................................................................................................................................................... 5
3. SUBMISSION OF PROPOSALS ........................................................................................................................................................... 5
7. LATE BIDS ............................................................................................................................................................................................. 7
10. SUPPLIER DUE DILIGENCE ........................................................................................................................................................... 8
11. COMMUNICATION AND CONFIDENTIALITY ................................................................................................................................. 8
14. PROBLEM STATEMENT ............................................................................................................................................................... 10
16. TECHNICAL SOLUTION REQUIREMENT ELEMENTS ................................................................................................................ 11
17. OFFICE AUTOMATION SOLUTION PHASES FOR MFP AND DIGITAL DUPLICATOR CATEGORIES .................................... 15
18. OFFICE AUTOMATION SOLUTION PHASES FOR SHREDDER CATEGORY ........................................................................... 17
SECTION B2: SPECIFIC BID CONDITIONS ................................................................................................................................................. 18
19. DURATION OF THE CONTRACT .................................................................................................................................................. 18
20. POST AWARD PARTICIPATION ON RT3-2018 ........................................................................................................................... 19
21. EVALUATION CRITERIA FOR ALL BIDDERS .............................................................................................................................. 19
22. PRICE ADJUSTMENT FOR ALL CATEGORIES ........................................................................................................................... 26
SECTION C: AWARD CONDITIONS ............................................................................................................................................................. 27
24. TRANSVERSAL TERM CONTRACT AWARD ............................................................................................................................... 27
28. POST AWARD MONITORING ....................................................................................................................................................... 30
29. POST AWARD REPORTING ......................................................................................................................................................... 30
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 3 of 47
DEFINITIONS
Accessories Additional features to make the equipment more useful; examples are finishers, connectivity, input options
Addendum An additional period to extend the initial service level agreement period
Advanced Services Are services which includes assessment, design, consultation, configuration, optimization, fleet management, user authentication, pull printing and managed print
Advanced Software A software which includes print monitoring, usage management, device-based solutions and print policies
Agreement A negotiated and legally enforceable understanding between NT and the successful bidder(s). The word “agreement” is also used interchangeably with the word “contract”
Basic Services Services which includes deployment, support, training, repair, maintenance and meter reading
Bid It‟s an offer and it is used interchangeably with Request for Proposal on this document
Bidder An organization making a formal offer for the goods and services set out in this RFP. The word is used interchangeably with supplier, contractor or service provider
Consumables Commodities that are intended to be used up quickly and replaced, including toner/Ink, OPC, developer, fuser, staples, and paper
Designated Group Black designated groups, black people, women, people with disabilities or small enterprises as defined in section 1 of the National Small Enterprise Act, 1996 (Act No.102 of 1996)
End-user A State institution who will use the printing solution from the bidder. The word end-user is also used interchangeably with the word participant
Equipment The necessary items of a particular purpose, in the case of the transversal term contract it is the hardware which is also called device, product or machine including a shredder
Fleet A group of equipment (e.g. MFPs) that serves a single end-user
Multi-Functional Printer A printing device that has multiple functions including printing, scanning, copying and other features
Software A program that is used to direct the operation of a computer
Stakeholder A person, group or organization that has an interest or concern in this RFP like SITA, Provincial Treasuries and all RT3 end-users
State The spheres of Government in the Republic of South Africa
Sub-Contractor A business that signs a contract to perform part of the obligations of another contractor (main bidder)
ABBREVIATIONS
BAC Bid Adjudication Committee NT National Treasury
B-BBEE Broad Based Black Economic Empowerment OCPO Office of the Chief Procurement Officer
BEC Bid Evaluation Committee OEMs Original Equipment Manufacturers
B&W Black and White OPC Open Platform Communications
BO Black Owned Company PDL Page Description Language
BWO Black Women Owned Company PFMA Public Finance Management Act
BYO Black Youth Owned Company PT Provincial Treasury
CF Compensation Fund QSE Qualifying Small Enterprise
CpP Cost per Page RIP Raster Image Processor
CIPC Companies and Intellectual Property Commission
RFP Request for Proposal
CSD Central Supplier Database SA South Africa/ South African
DDs Digital Duplicators SARS South African Revenue Service
EME Exempted Micro Enterprise SCC Special Conditions of Contract
GCC General Conditions of Contract SCM Supply Chain Management
ICT Information and Communication Technology SITA State Information Technology Agency
MPS Managed Print Service TCBD Transversal Contracting Bidding Document
MoU Memorandum of Understanding TCO Total Cost of Ownership
MTBF Mean Time Between Failure TIC Tender Information Centre
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 4 of 47
ABBREVIATIONS
ToF Terms of Reference USB Universal Serial Bus
UIF Unemployment Insurance Fund VAT Value Added Tax
ANNEXURES
Annexure A SBD Forms (separate attachments) Annexure B Functionality Requirements and Pricing (included in the RFP below and a separate attachment) Annexure C Contract Price Adjustment (not a separate attachment but incorporated as Section 22) Annexure D Parking map (included in the RFP below)
TABLES
Table 1: RFP Submission Format ........................................................................................................................... 6
Table 3: Evaluation Phases for all bidders ............................................................................................................ 19
Table 5: Preference Point System ........................................................................................................................ 24
Table 6 Example of Cost Breakdown .................................................................................................................... 25
Table 7 Price Adjustment Periods ......................................................................................................................... 26
Table 8: Pricing Structure Example ....................................................................................................................... 34
Table 9: Phase 3b Capability & Capacity Requirements for Bidders of MFPs and DDs ....................................... 37
Table 10 Phase 3b Capability & Capacity Requirements for Bidders of Shredders .............................................. 39
Table 12: MPS Evaluation Elements ..................................................................................................................... 42
Table 13: Rental & Cost per Page Evaluation Elements ....................................................................................... 43
FIGURE
Figure 1: Implementation Roll-Out Plan for MFPs and DDs .................................................................................. 16
Figure 2 Optimisation Plan for Shredders ............................................................................................................. 17
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 5 of 47
SECTION A: GENERAL BID CONDITIONS
LEGISLATIVE AND REGULATORY FRAMEWORK 1.
This Request for Proposal (RFP) and all contracts emanating from it will be subject to the General
Conditions of Contract (GCC) issued in accordance with Treasury Regulation 16A published in terms of
the Public Finance Management Act (PFMA), 1999 (Act 1 of 1999). The Special Conditions of Contract
(SCC) are supplementary to the GCC. Where however the SCC is in conflict with the GCC, the SCC
prevails.
STATUS OF RFP 2.
This RFP is as a result of collaboration between the National Treasury (NT), State Information
Technology Agency (SITA), Provincial Treasuries (PTs) and high spending National Departments on this
commodity. The RFP is an invitation to bidders to submit a proposal for the supply, delivery, installation,
commissioning and maintenance of office automation solutions as set out in the Terms of Reference
(ToR) contained herein. No binding contract or other understanding for the mentioned goods and services
will exist between the NT and any bidder unless and until NT has executed a formal written contract with
the successful bidder(s).
SUBMISSION OF PROPOSALS 3.
3.1 Bidders must respond to the RFP as follows:
Submit the RFP response and all documents (attachments) for Part 1 to 4 (see 3.5 below) via the
web link https://portals.treasury.gov.za/sites/ContractResponses;
Submit hard copies and electronic copy at the Tender Information Centre (TIC); and
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 7 of 47
4.3 The bidder must ensure that all financial and supply arrangements for goods or services have been
mutually agreed upon between the bidder and the third party. No agreement between the bidder and the
third party will be binding on the State.
4.4 Failure to submit a duly completed and signed Authorisation Declaration, with the required annexure(s), in
accordance with the above provisions may invalidate the bid for such goods or services offered.
TAX COMPLIANCE REQUIREMENTS 5.
5.1 It is a condition of this RFP bid that the tax matters of the successful bidder(s) are in order, or that
satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the
bidder‟s tax obligations.
5.2 The Tax Compliance status requirements are also applicable to potential foreign bidders / individuals who
wish to submit bids.
5.3 It is a requirement that bidders grant a written confirmation when submitting this RFP bid response that
SARS may on an on-going basis during the tenure of the transversal term contract disclose the bidder‟s
tax compliance status and by submitting this RFP bid such confirmation is deemed to have been granted.
5.4 Bidders are required to be registered on the CSD and NT shall verify the bidder‟s tax compliance status
through the CSD or through SARS.
5.5 Where Consortia / Joint Ventures / Sub-Contractors are involved, each party must be registered on the
CSD and their tax compliance status will be verified through the CSD or through SARS.
APPLICABLE TAX 6.
6.1 All prices must be inclusive of applicable taxes.
6.2 Failure to comply with this condition may invalidate the bid.
LATE BIDS 7.
Bids received after the closing date (01 June 2018) and time (11h00), at the TIC and according to 3.1
above will NOT be accepted for consideration and where practicable, be returned unopened to the bidder.
COUNTER CONDITIONS 8.
8.1 Bidders‟ attention is drawn to the fact that amendments to any of the Bid Conditions or setting of counter
conditions by bidders may result in the invalidation of such bids.
8.2 The NT reserves the right to change or supplement any information or to issue any addendum to this RFP
before the closing date (1 June 2018) and time (11h00). The NT and its officers, employees and advisors
will not be liable in connection with either the exercise of, or failure to exercise this right.
8.3 If the NT exercises its right to change or supplement information in terms of the above clause, it may seek
amended RFP bid documents from all bidders.
FRONTING 9.
9.1 The NT supports the spirit of broad based black economic empowerment and recognizes that real
empowerment can only be achieved through individuals and businesses conducting themselves in
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 8 of 47
accordance with the Constitution and in an honest, fair, equitable, transparent and legally compliant
manner. Against this background the NT does not support any form of fronting.
9.2 The NT, in ensuring that bidders conduct themselves in an honest manner will, as part of the bid
evaluation processes, conduct or initiate the necessary enquiries/investigations to determine the accuracy
of the representation made in this RFP bid document. Should any of the fronting indicators as contained
in the Guidelines on Complex Structures and Transactions and Fronting, issued by the Department of
Trade and Industry, be established during such enquiry / investigation, the onus will be on the bidder to
prove that fronting does not exist. Failure to do so by the bidder within a period of fourteen (14) days from
date of notification by NT may invalidate the bid / contract and may also result in the restriction of the
bidder to conduct business with the public sector for a period not exceeding ten (10) years, in addition to
any other remedies the NT may have against the bidder concerned.
SUPPLIER DUE DILIGENCE 10.
The State reserves the right to conduct bidder due diligence and or verifications prior to final award or at
any time during the transversal term contract period. This may include site visits even to bidder‟s current
clients and partners (e.g. Sub-Contractors) or even the presentation of Sub-Contractors listed in response
to the RFP.
COMMUNICATION AND CONFIDENTIALITY 11.
11.1 The Chief Directorate: TC within the Office of the Chief Procurement Officer (OCPO) may communicate with bidders where clarity is sought after the closing date (1 June 2018) and time (11h00) of the bid and prior to the award of the contract, or to extend the validity period of the bid, if necessary.
11.2 Any communication to any State official or a person acting in an advisory capacity for the State in respect of this RFP bid between the closing date (1 June 2018) and the award of the bid by the bidder is discouraged.
11.3 Whilst all due care has been taken in connection with the preparation of this RFP, the NT makes no representations or warranties that the content in this RFP or any information communicated to or provided to bidders during the bidding process is, or will be, accurate, current or complete. The NT, and its officers, employees and advisors will not be liable with respect to any information communicated which is not accurate, current or complete.
11.4 If a bidder finds or reasonably believes it has found any discrepancy, ambiguity, error or inconsistency in this RFP or any other information provided by the NT (other than minor clerical matters), the bidder must promptly notify the NT in writing of such discrepancy, ambiguity, error or inconsistency in order to afford the NT an opportunity to consider what corrective action is necessary (if any).
11.5 Any actual discrepancy, ambiguity, error or inconsistency in this RFP or any other information provided by the NT will, if possible, be corrected and provided to all bidders without attribution to the bidder who provided the written notice.
11.6 All communication between the bidder and the NT TC office must be done in writing as per 12.2 below.
11.7 No representations made by or on behalf of the NT in relation to this RFP will be binding on the NT unless that representation is expressly incorporated into the contract ultimately entered into between the NT and the successful bidder(s).
11.8 All persons (including all bidders) obtaining or receiving this RFP and any other information in connection with this RFP or the tendering process must keep the contents of the RFP and other such information
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 9 of 47
confidential, and not disclose or use the information except as required for the purpose of developing a proposal in response to this RFP.
CONTACT DETAILS 12.
12.1 General
National Treasury, Office of the Chief Procurement Officer, Chief Directorate: Transversal Contracting,
All enquiries should be in writing to [email protected]. The closing date for
receipt of all enquiries is 25 May 2018. All enquiries beyond the closing date will not be considered.
Transversal Contract : Ms Kwanele Mtembu
: National Treasury
Technical : Mr Izak De Villiers
: SITA
Pricing/TCO : Mr Fanie Hanekom
: Gauteng Provincial Treasury
SECTION B1: TERMS OF REFERENCE
BACKGROUND 13.
13.1 The South African (SA) Government (the State), in fulfilling its different operations of service delivery, it required a vast number of resources including the supply, delivery, installation, commissioning and maintenance of office equipment and labour saving devices.
13.2 The purpose of establishing the transversal term contract for all State Institutions was to:
Purchase outright shredders;
Rent photocopiers and digital duplicators (DDs); and
Provide maintenance, consumables, spare parts, service, etc. for rental equipment.
13.3 As office equipment is commonly used within the State, it necessitated a need for a transversal term contract to eliminate duplication of efforts in the procurement of common goods and services, realise the benefits from leveraging economies of scale, consistency in prices and standardisation of specifications, strategic sourcing methodologies with principles applied and contract management.
13.4 The initial transversal term contract was put in place over three (3) decades ago and it has always been a panel of bidders. The participation on the transversal term contract ranges across all spheres of Government. It is always the intention of NT to have multiple awards or panels of bidders in its transversal term contracts.
13.5 Due to the advancement of the transversal term contract RT3-2018, the description of the transversal contract will no longer be:
Type of criteria Partnership expectation (Joint Ventures, Consortiums and other forms of partnership are encouraged)
Documents to be submitted to support criteria
Monitoring of criteria
A tenderer who is a Distributor or Sub-distributor or Re-Seller appointed at either National or Provincial level
Distributor or Sub-distributor or Re-Seller will sub-contract a minimum 30% of contract value for the transversal term contract period to a NEW or EXISTING Sub-Contractor who is an
EME/QSE which is at least 51% BO2 at a Provincial level who will either (not limited to) provide the downstream activities like to deliver, service equipment, supply consumables and/or recycle/up cycle
Distributor or Sub-distributor or Re-Seller can access two (2) Sub-Contractors list on CSD for fulfilling this requirement.
Distributor or Sub-distributor or Re-Seller to submit:
Type of a designated group (e.g. BYO/BWO etc.)
Type of activities to be performed by the designated group
Company registration documents for non-CIPC registered Sub-Contractor(s)
Group structure of the Sub-Contractor(s)
Proof of disability (where applicable)
Proof of residence (if different from registration)
B-BBEE score card indicating ownership
Any form of partnership agreement (e.g. MoU etc.)
Quarterly reports by Distributors or Sub-distributors or Re-Sellers on the:
Quantities and model provided by Sub-Contractor (if any)
Value of the sub-contracting
Area (activities) of sub-contracting
Clients (State institutions) supplied and serviced
21.3.2 A bid that fails to meet the above pre-qualifying criteria stipulated in this RFP is an unacceptable bid.
21.4 Phase 3a: Functional Requirements for all bidders
21.4.1 Only bidders who have complied with all administrative (Phase 1) and pre-qualification requirements
(Phase 2) will be evaluated on functionality. During this phase bidders‟ responses will be evaluated for
functionality based on achieving a minimum weight for each of the functional requirements as set out in
Annexure B. Bidders must, as part of their RFP responses submit the supportive documentation as
indicated for all functionality requirements and be prepared to present the designated group(s) partnered
with that would be indicated on the pre-qualification criteria during any time of the bidding process or after
the bidding process.
21.4.2 Functional requirements refer to the equipment specification/scope of solution that applies to all models
and it is mandatory that it is completed and submitted. For detailed specification/scope of solution, see
Annexure B.
21.5 Phase 3b: Capacity and capability requirements for all bidders
The minimum threshold for passing functionality is 50%
See Annexure B Table 7 for capacity and capability requirements for MFPs and DDs and Table 8 for
Shredders.
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 23 of 47
21.5.1 The Bid Evaluation Committee (BEC) responsible for scoring the respective bids will evaluate and
score all bids based on the submission of information provided. Bidders will not rate themselves,
but need to ensure that all information required is supplied.
21.6 Phase 3c: Pricing requirements for all bidders
21.6.1 Based on the functionality requirements, bidders should complete their pricing alongside as it is not
separate.
21.6.2 TCO refers to the accurate financial intended to assist end-users determine the direct and indirect costs of
the printing solution rather than focusing on the copy charge only. It will be calculated per model at the
participant‟s level post printing environment analysis. It is mandatory for participants to award a printing
solution on TCO and should submit the final negotiated copy of the proposal to NT and PT as part 16.3.5
above.
21.7 Phase 4: Price/TCO and B-BBEE
21.7.1 Transversal Contract Pricing
At the transversal term contract level, there may be ceiling prices for all categories that may be further
negotiated by the participants as the award will be for a panel of bidders. It may be decided to fix some
other prices for some or all of the categories.
21.7.2 Participant Pricing
At the participant‟s level, the analysis outcome will inform the printing solution selected, prices will be
further negotiated and the printing solution award will be based on the capability and capacity
requirements (Phase 3b) and TCO and not the B-BBEE Level. To substantiate the point, 20.7.14 below
instead of 20.7.13 will be utilised to decide on the printing solution selection together with TCO.
21.7.3 It is at the participant‟s level where the adjudication of the preference point system will be effective.
21.7.4 In terms of regulation 6 of the Preferential Procurement Regulations pertaining to the Preferential
Procurement Policy Framework Act, 2000 (Act 5 of 2000), responsive bids will be adjudicated by the State
on either the 80/20 or 90/10 preference point system and that the lowest acceptable TCO tender will be
used to determine the applicable preference point system.
21.7.5 The following formula will be used to calculate the points for price:
Ps = 90
min
min1
P
PPt
or
Ps = 80
min
min1
P
PPt
Where
Ps = Points scored for comparative price of bid under consideration
Pt = Comparative price of bid under consideration
Pmin = Comparative price of lowest acceptable bid
21.7.6 A maximum of either 10/20 points may be allocated to a bidder for attaining their B-BBEE status
level of contributor in accordance with the table below:
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 24 of 47
B-BBEE Status Level of
Contributor Number of Points Number of Points
1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant
contributor 0
0
Table 5: Preference Point System
21.7.7 Bidders are required to complete the preference claim form (Standard Bidding Document (SBD)
6.1), and submit their original and valid B-BBEE status level verification certificate or a certified
copy thereof or a sworn affidavit at the closing date (01 June 2018) and time (11h00) of the bid in
order to claim the B-BBEE status level point.
21.7.8 The points scored by a bidder in respect of the level of B-BBEE contribution will be added to the
points scored for price at the participant‟s level.
21.7.9 Only bidders who have completed and signed the declaration part of the preference claim form
and who have submitted a B-BBEE status level certificate issued by an accredited verification
agency or a sworn affidavit will be considered for preference points at the participant‟s level.
21.7.10 Failure on the part of the bidder to comply with paragraphs 20.7.7 and 20.7.9 above will be
deemed that preference points for B-BBEE status level of contribution are not claimed and will
therefore be allocated a zero (0).
21.7.11 The State may, before a bid is adjudicated or at any time, require a bidder to substantiate claims it
has made with regard to preference.
21.7.12 The points scored will be rounded off to the nearest two (2) decimals.
21.7.13 In the event that two (2) or more bids have scored equal total points, the SLA will be awarded to
the bidder scoring the highest number of preference points for B-BBEE.
21.7.14 However, when functionality is part of the evaluation process and two (2) or more bidders have
scored equal points including equal preference points for B-BBEE, the contract will be awarded to
the bidder scoring the highest for functionality.
21.7.15 Should two (2) or more bids be equal in all respects, the award shall be decided by the drawing of
lots.
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 25 of 47
21.7.16 A contract may, on reasonable and justifiable grounds, be awarded to a bid that did not score the
highest number of points.
21.8 Cost Breakdown
21.8.1 Bidders are requested to submit the cost breakdown of their pricing including the profit mark-up
and sub-contracting costs for each equipment or solution offered as per Annexure B. Should the
cost breakdown be the same for all equipment or solution on the RFP response, the bidder must
indicate clearly in the RFP response. Bidders will not be allowed to change the cost breakdown of
price during the tenure of the transversal term contract.
21.8.2 Bidders should itemise the cost of each equipment and solution into various components which are
cost-drivers. The cost needs to be broken down into direct and indirect costs. Each cost driver
should be assigned a Rand value. The Rand value of the cost drivers should be expressed as a
percentage of the total cost.
21.8.3 Example:
Cost-driver Rand value % of Total Cost
R %
R %
R %
R %
Table 6 Example of Cost Breakdown
21.9 Phase 5: Negotiations
The State reserves the right to negotiate with the shortlisted bidders prior or post award based on
market conditions.
21.9.1 Rental and Copy Charge Model
Terms and Conditions of this model will be negotiated, there may be ceiling range of prices and
the final negotiated price(s) will be at the participant‟s level. It may be decided to fix some of the
prices.
21.9.2 Managed Print Service Model
Terms and Conditions of this model will be negotiated. There may be a price ceiling on some of
the services and the final negotiated prices will be at the participant‟s level. It may be decided to fix
some of the prices.
21.10 Phase 6: Recommendation and Appointment
Once the evaluation process is complete including prior award negotiations, there will be a
recommendation report by the BEC to the Bid Adjudication Committee (BAC) who has the authority to
either support or not support the recommendation and appointment(s).
On approval of the recommendation and appointment(s), successful bidder(s) will sign an appointment
letter together with contracts for the office automation solution(s) of this RFP and unsuccessful bidder(s)
will be informed accordingly.
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 26 of 47
PRICE ADJUSTMENT FOR ALL CATEGORIES 22.
(PRICES SUBJECT TO RATE OF EXCHANGE VARIATIONS)
Annexure C is incorporated in this section 22 and no longer a separate attachment
22.1 Price adjustments based on Rate of Exchange (RoE) fluctuations will be calculated by National Treasury
every six (6) months from the end of the first six (6) months of the transversal term contract. Price
Adjustments will only be applicable to any new/additional equipment, software, solutions or consumables
(including copy charges) procured from the transversal term contract after the price adjustment has been
implemented. The panel of bidders will be notified by National Treasury of the adjusted prices indicating
the applied RoE.
22.2 Since the six (6) monthly price adjustments are based on exchange rate fluctuations, this could result in
either an increase or decrease in price.
22.3 No price adjustment will be allowed on the rental amount during the rental contract period of thirty-six (36)
months, i.e. after a rental agreement has been concluded between a participant on RT3-2018 and a
supplier. This also applies to the 0% rental amount during the extension period of twenty-four (24)
months.
22.4 RoE-based price adjustments will therefore apply to the imported component of all new purchases/rental
agreements and all on-going costs such as copy charges and consumables, excluding the rental amount
for existing contracts. The local component, as well as other prices with labour and transport components
will be adjusted based on Consumer Price Index (CPI).
22.5 Price adjustments will be based on the RoE and CPI on the month immediately preceding the new
adjustments period.
22.6 National Treasury will publish the calculated price adjustments on its website for participants and
suppliers to use. Suppliers will not need to submit any request for price adjustments. National Treasury
will do the necessary RoE adjustments and inform suppliers of the new calculated pricing.
22.7 Price adjustment periods:
RoE applicable period
1st Adjustment
April 2019 to September 2019
2nd Adjustment
October 2019 to March 2020
3rd Adjustment
April 2020 to September 2020
4th Adjustment
October 2021 to March 2021
5th Adjustment
April 2021 to September 2021
Table 7 Price Adjustment Periods
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 27 of 47
SECTION C: AWARD CONDITIONS
NON-COMMITMENT 23.
23.1 The right is reserved not to accept any of the RFP bid responses submitted. 23.2 The right is also reserved to withdraw or amend any of the RFP bid conditions by notice in writing to all
bidders.
TRANSVERSAL TERM CONTRACT AWARD 24.
24.1 The transversal term contract will be awarded to multiple distributors/sub-distributors and/or re-sellers at national or provincial level who will supply the equipment and partner with Sub-Contractors at provincial level who will provide downstream activities either to deliver, service, supply consumables, recycle/up cycle and so forth. Any type of partnership is encouraged e.g. Joint Ventures, Consortiums and others to support black economic empowerment.
24.2 To enhance competitiveness the transversal term contract aims to award a panel of bidder‟s per office automated solution.
24.3 The procurement guideline will also guide on the operational functioning of the panel to ensure the successful bidders obtain an equal opportunity within the panel.
EMPOWERMENT TARGETS 25.
25.1 Local Production and Content
25.1.1 The Pre-Qualification criteria set is according to the Standard for Implementation of Regulation 8(4) of the
Rental + Copy Charge or Fully inclusive Copy Charge
Payment Method Pre-paid or 30 days from receipt of invoice
Pre-paid or 30 days from receipt of invoice
Cost Breakdown - Direct costs - Indirect costs
- Direct costs - Indirect costs
Table 8: Pricing Structure Example
2. Shredders
Bidders are expected to provide a full cost breakdown that should include the purchase price, maintenance and
any other associated costs
The shredders will be evaluated separately. Alternative proposals will also be evaluated separately (if any).
3. PHASE 3A: FUNCTIONAL REQUIREMENTS FOR ALL CATEGORIES
Technical specification and/or scope of solution attached. The specification and/or scope of solution apply
to all categories. It is mandatory that the functionality requirements are completed and submitted.
4. PHASE 3B: CAPACITY AND CAPABILITY COMPLIANCE REQUIREMENT FOR ALL CATEGORIES
4.1 The minimum threshold for passing functionality is 50%
4.2 The Bid Evaluation Committee (BEC) responsible for scoring the respective bids will evaluate and score
all bids based on the submissions of information provided. Bidders will not rate themselves, but need to
ensure that all information required is supplied.
4.3 Categories 1 to 3 bidders will be evaluated as per Table 9 below. Category 4 bidders will be evaluated as
per Table 10 below.
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 35 of 47
ELEMENT DESCRIPTION DOCUMENT AS
EVIDENCE
SCORE
(BETWEEN 1 TO 5)
WEIGHTING
%
Company Experience
Service providers should
demonstrate experience
in implementing any of
the models bidding for.
As an example a bidder
can be any type of
business, JVs or
Consortiums included
Company Profile or
another document
clearly illustrating
experience
No experience
1 year experience
2 years‟ experience
3 years‟ experience
4 years‟ experience
> than 4 years‟
experience
0
1
2
3
4
5
10%
References Proof of successful
implemented model(s) or
implementation in-
progress as well as the
contactable details of
references
Signed letters from
clients with the
contract value
where the
successful model(s)
were implemented
No Letters
1 Letter
2 Letters
3 Letters
4 Letters
> 4 letters
0
1
2
3
4
5
5%
Implementation Proposal
for Phases 1 to 3 (as per
17.4 on SCC)
Service providers to
provide a plan on how
they will execute the
implementation
according to the 3
phases indicated in
section 17.4 above
Implementation plan No plan
Inadequate plan
without addressing all
elements
Detail plan
addressing all
elements
0
1
5
30%
Service Footprint Service providers to
indicate footprint to
illustrate the black
owned companies
support as per the pre-
qualification criteria
List of service foot
print or clear map
No list Up to 22% service footprint From 23% to 44% service footprint From 45% to 67% service footprint From 68% to 89% service footprint >89% service footprint
0
1
2
3
4
5
5%
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 36 of 47
ELEMENT DESCRIPTION DOCUMENT AS
EVIDENCE
SCORE
(BETWEEN 1 TO 5)
WEIGHTING
%
Supply Chain Analysis Service providers to
indicate their supply
chain partners for all
model(s) bidding for from
end-to-end as per the
pre-qualification criteria
above on 20.3.1. The
supply chain involves:
Supply and source of
equipment
Storage of equipment
Assembling of
equipment
Transportation of
equipment
Installation,
configuration and
commissioning
Maintenance
Supplying of parts
Recycling / up-
cycling of
cartridges/toners
Other supply chain
activities not
indicated above
List of supply chain
partners with the
following
information:
Company
registration
document
Proof of
address
(Municipal
statement or
any other only if
the address on
the company
registration
document is
different)
B-BBEE
certificate(s)
with detailed
scorecard
Goods/services
they render
within the
supply chain
No list Inadequate list not addressing all activities Detailed list addressing all activities
0
1
5
20%
Support and
Maintenance plan that
will be offered to the
black partner(s) to
execute
Detailed preventative
maintenance plan shall
cover mechanical,
electrical component s
and services of the
equipment for the period
of thirty-six (36) Months
and the extension of
twenty-four (24) months.
Preventative
maintenance plan
No plan for partner
Inadequate plan not
addressing all
maintenance
activities and
execution
Detailed plan
addressing all
maintenance
activities and
execution
0
1
5
20%
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 37 of 47
Table 9: Phase 3b Capability & Capacity Requirements for Bidders of MFPs and DDs
ELEMENT DESCRIPTION DOCUMENT AS
EVIDENCE
SCORE
(BETWEEN 1 TO 5)
WEIGHTING
%
3 Latest audited
financial statements of
the main bidder
Financial capability will
be assessed for the
execution of the
transversal contract
and achieving
empowerment targets
3 sets of audited
financial
statements
No financials submitted 1 set of financials submitted 2 sets of financials submitted 3 sets of financials submitted
0
1
3
5
10%
Threshold 50%
Total 100%
NEW TABLE
ELEMENT DESCRIPTION DOCUMENT AS
EVIDENCE
SCORE
(BETWEEN 1 TO 5)
WEIGHTING
%
Company Experience
Suppliers should
demonstrate experience
in providing the
equipment bidding for.
Company Profile or
another document
clearly illustrating
experience
No experience
1 year experience
2 years‟ experience
3 years‟ experience
4 years‟ experience
> than 4 years‟
experience
0
1
2
3
4
5
10%
References Proof of successful
equipment delivery as
well as the contactable
details of references
Signed letters from
clients with the
contract value
where equipment
was delivered
No Letters
1 Letter
2 Letters
3 Letters
4 Letters
> 4 letters
0
1
2
3
4
5
5%
Implementation Proposal
for Phases 1 to 2 (as per
18.4 on SCC)
Suppliers to provide a
plan on how they will
execute the
implementation
according to the 2
phases indicated in
section 18.4 above
Optimisation plan No plan
Inadequate plan
without addressing all
elements
Detail plan
addressing all
elements
0
1
5
30%
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 38 of 47
ELEMENT DESCRIPTION DOCUMENT AS
EVIDENCE
SCORE
(BETWEEN 1 TO 5)
WEIGHTING
%
Service Footprint Suppliers to indicate
footprint to illustrate the
black owned companies
support as per the pre-
qualification criteria
List of service foot
print or clear map
No list Up to 22% service footprint From 23% to 44% service footprint From 45% to 67% service footprint From 68% to 89% service footprint >89% service footprint
0
1
2
3
4
5
5%
Supply Chain Analysis Suppliers to indicate
their supply chain
partners for the
equipment bidding for
from end-to-end as per
the pre-qualification
criteria above on 20.3.1.
The supply chain
involves:
Supply and source of
equipment
Storage of equipment
Assembling of
equipment
Transportation of
equipment
Installation,
configuration and
commissioning
Maintenance
Supplying of parts
Recycling / up-
cycling of shredders
Other supply chain
activities not
indicated above
List of supply chain
partners with the
following
information:
Company
registration
document
Proof of
address
(Municipal
statement or
any other only if
the address on
the company
registration
document is
different)
B-BBEE
certificate(s)
with detailed
scorecard
Goods/services
they render
within the
supply chain
No list Inadequate list not addressing all activities Detailed list addressing all activities
0
1
5
20%
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 39 of 47
Table 10 Phase 3b Capability & Capacity Requirements for Bidders of Shredders
The following applicable values will be utilised when scoring each criterion mentioned above:
Points Interpretation
0 Non Responsive
1 Poor
2 Average
3 Good
4 Very good
5 Excellent
Table 11: Scoring Values
4.4 The points scored for each criterion will be multiplied with the specified weighting for the relevant criterion
to obtain the marks scored for each criterion. The total score will be converted to a percentage and only
bidders that have met or exceeded the minimum threshold of 50% for functionality will be considered for
the panel of bidders.
ELEMENT DESCRIPTION DOCUMENT AS
EVIDENCE
SCORE
(BETWEEN 1 TO 5)
WEIGHTING
%
Support and
Maintenance plan
Detailed preventative
maintenance plan shall
cover mechanical,
electrical component s
and services of the
equipment for the period
of thirty-six (36) Months
and the extension of
twenty-four (24) months.
Preventative
maintenance plan
No plan for partner
Inadequate plan not
addressing all
maintenance
activities and
execution
Detailed plan
addressing all
maintenance
activities and
execution
0
1
5
20%
3 Latest audited financial
statements of the main
bidder
Financial capability will
be assessed for the
execution of the
transversal contract and
achieving empowerment
targets
3 sets of audited
financial statements
No financials submitted 1 set of financials submitted 2 sets of financials submitted 3 sets of financials submitted
0
1
3
5
10%
Threshold 50%
Total 100%
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 40 of 47
4.5 Bidders that meet the functionality requirements will be required to comply to the following:
4.5.1 A meeting with the designated group(s) partnered with as per the pre-qualification criteria and supply
chain analysis will be held to discuss execution and reporting expectations.
4.5.2 The list of the designated group(s) partnered with will not be changed during the transversal term
contract.
4.5.3 Formal notification with all the logistical arrangements will send out by the NT to the qualified panel of
bidders.
5. PHASE 3C: PRICING/TCO REQUIREMENTS FOR ALL CATEGORIES
5.1 The pricing for each model can be in two (2) structures:
5.2 The pricing for shredders should be an outright delivered price.
5.3 Based on the functionality requirements (Phase 3b above), bidders should complete their pricing
alongside as it is not separate and also on the SBD 3.2 pricing schedule.
5.4 Transversal Contract Pricing
At the transversal term contract level, there may be ceiling prices for all categories that may be further
negotiated by the participants as the award will be for a panel of bidders. It may be decided to fix some
other prices for some or all of the categories.
5.5 Participant Pricing
5.5.1 At the participant‟s level, the analysis outcome will inform the printing solution selected, prices will be
further negotiated and the printing solution award will be based on the capability and capacity
requirements (Phase 3b) and TCO and not the B-BBEE Level. To substantiate the point, 20.7.14 instead
of 20.7.13 of the SCC will be utilised to decide on the printing solution selection together with TCO.
5.5.2 TCO refers to the financial estimate intended to assist end-users determine the direct and indirect costs of
the printing solution rather than focusing on the copy charge only. It will be calculated per model at the
participant‟s level post printing environment analysis. It is mandatory for participants to award a printing
solution on TCO and should submit the final negotiated copy of the proposal to NT and PT.
TCO serves as a key direct and indirect costs analyses and evaluation method (Ellram, 1993; van
Weele, 2010)
TCO can be defined as "the present value of all costs associated with a product, service, or capital
equipment that are incurred over its expected life” (Monczka et al., 2009: 408).
3 All costs grouped and divided by the minimum number of copies/prints expected to be produced, resulting in a fully inclusive copy charge which will be
the minimum monthly bill. Prints/copies produced in excess of the minimum volume would be charged at a reduced rate, by eliminating the fixed cost portion (rentals)
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 41 of 47
5.5.2.1 Advantages:
TCO focuses on all direct and indirect costs and supports strategic, long term (life cycle) purchasing and
supply management (no surprizes, accurate budgeting)
TCO provides a standardized method of bidder selection and evaluation
TCO key performance indicators can be used to identify improvement areas for preferred bidders
5.4.2.2. Disadvantage:
TCO analysis can be time-consuming and complex process requiring extensive tracking and maintenance
of cost and financial data
TCO breaks down costs into the following categories (Monczka et al., 2009):
Purchase price
The amount paid to the bidder for the product/ service/ capital equipment
Acquisition costs
The provision of the product/ service/ capital equipment to the participant‟s location (e.g. sourcing,
administration, freight)
Usage costs
Usage of the finished product/ service/ capital equipment and supporting it through its usable life
Defined as the costs arising when a product, service/ capital equipment reaches the end of its
usable life (obsolescence, disposal, clean-up, project termination costs)
6. MANAGED PRINT SERVICES TCO REQUIREMENTS
6.1 Pricing Structure
Proposals are requested from bidders for MPS solution. As there is no specific pricing structure proposed
due to the model being a solution, based on the proposals to be received, there may be price clarities
required including the pricing structure format.
The evaluation of the MPS solution at the transversal term contract will provide some basic pricing on
some elements, and other prices may be fixed.
Further negotiations in consideration of the participant‟s printing environment analysis will determine the
final pricing and TCO.
The pricing structure should encompass a fully managed print solution including all cost elements listed
on 16.2 on the SCC)
The pricing structure should have a cost breakdown (see 20.8.2 on the SCC)
Example of pricing structure should comprise amongst other costs:
- Rental of the awarded hardware configuration,
- Hardware maintenance would be the awarded cost per copy,
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 42 of 47
- Cost of the selected software licensing/maintenance,
- Optional software like print management, asset management and management reporting software,
- Implementation assistance, project management and change management charged at a market-
related hourly rate plus travelling costs, at AA rates,
- Management fee to cover the cost of full-time on-site staff, network management, IT integration
and associated overheads.
6.2 Evaluation
The following elements are the criteria for evaluation basis:
1 2 3 4 5
Hardware Fleet Management Software
Project Management (per site)
Maintenance Services
- The MFP equipment accessories and firmware will be selected on how closely it matches user and TCO requirements
- TCO reports : accurate, customizable including accurate consumption totals
- Print policies and controls
- Automatic, accurate document cost identification, collection and allocation
- User authentication and secure access (PIN)
- SLA measurement and reporting
- Device lifecycle management
- Auto software updates - User management
reports - Under/ over utilization
reports
- Assessment (historical data and user requirements)
- Best fit solution design, consultation configuration and optimization
- Delivery, installation and training
- On site preventative maintenance cycles (frequency depending on usage)
- Parts (wear and tear during lifecycle)
- Labour (per hour - estimated)
- Consumables - Proactive
toner replacement and disposal
- Service desk management
- Case exchange/ loan management
Table 12: MPS Evaluation Elements
7. RENTAL AND COPY CHARGES TCO REQUIREMENTS
7.1 Pricing Structure
Proposals are requested from bidders for Rental and Copy Charge solution.
The evaluation of the solution at the transversal term contract will provide some ceiling range of pricing for
categories.
Further negotiations in consideration of the participant‟s printing environment analysis will determine the
final pricing and TCO.
REVISED SPECIAL CONDITIONS OF CONTRACT FOR RT3-2018
Page 43 of 47
The pricing structure should encompass a fully managed print solution including all cost elements listed
on 16.2 on the SCC)
The pricing structure should have a cost breakdown (see 20.8.2 on SCC)
Example of pricing structure should comprise amongst other costs:
- Rental of the awarded hardware configuration,
- Hardware maintenance would be the awarded cost per copy,
- Cost of the selected software licensing/maintenance,
- Optional software like print management, asset management and management reporting software,
and
- Implementation assistance, project management and change management charged at a market-
related hourly rate plus travelling costs, at AA rates.
7.2 Evaluation
The following elements are the criteria for evaluation basis:
1 2
Fixed Variable
- Device Monthly Rental - Copy Charges include: Mono/ Colour and A4/ A3 volumes Toners/ Developers On site deployment and training. On-site maintenance, service calls, repairs and
replacement of defective parts calculated (based upon site distance from suppliers premises).
Meter reading services Spare parts and consumables – rollers, fuse units,
drums.
Table 13: Rental & Cost per Page Evaluation Elements