Request for proposals (RFP) To appoint a service provider to assist the CSIR with web development expertise. RFP No.

Similar documents
Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015

Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project

Request for Proposals (RFP)

Request for proposals (RFP) The provision of maintenance and servicing of security systems to CSIR. RFP No. 588/19/06/2015

Request for Proposal (RFP) Risk Management and Short Term Insurance Broking Services. RFP Number: 485/12/12/2014

Request for proposals (RFP)

Request for Proposals (RFP) The Provision of Fleet Management Services (full maintenance lease) to CSIR. RFP No. 373/05/09/2014

T54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON

Request for Proposal (RFP) Risk Management and Short Term Insurance Broking Services. RFP Number: 485/12/12/2014

Request for Proposal (RFP) The Management of CSIR Records. RFP Number: 336/30/05/ Rev

T34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON

PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000

SPECIAL CONDITIONS OF CONTRACT RT

REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02

REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT SERVICE FOR ICT NETWORK IMPLEMENTATION. 4 July 2016 at 12h00

Eskom Holdings SOC Ltd s Standard Conditions of Tender

Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. RFP No.: RFP 28/2014

ADVERTISEMENT DATE 3 December 2014 Marketing & Communications RFQ NUMBER JCPZ/RFQ/MKT DATE)

PROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT

T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON

Reproduced by Sabinet Online in terms of Government Printer s Copyright Authority No dated 02 February 1998

INVITATION TO BID (SBD 1) BID DESCRIPTION BID DOCUMENTS ARE TO BE DEPOSITED AT:

Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES

TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010

Terms of Reference for. Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

SPECIFICATION/TERMS OF REFERENCE FOR OUTSOURCING OF AN EXECUTIVE COACHING PROGRAMME FOR A PERIOD OF 36 MONTHS

Website development, maintenance and hosting of for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015

EXTERNAL POLICY PROCUREMENT

SECTION 6: RFQ Process, Terms and Conditions

Records Information Management System Development and Implementation

SPECIFICATION DOCUMENT PROCUREMENT OF EXTERNAL AUDIT SERVICES

T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES

CLIENT / PROJECT MANAGER AGREEMENT

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review

Request of training on Operational Risk Management

TO ALL TENDERERS, PLEASE NOTE THE FOLLOWING VERY IMPORTANT NOTICE: YOU MUST SUBMIT YOUR TENDER OFFER BY THE CLOSING TIME INDICATED BELOW

Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software

Digital Signature Application

IMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000

Request for Quotation Project Manager to facilitate the Private Sector Energy Efficiency (PSEE) Project in ethekwini Municipality

Supplier prequalification Document

1. Introduction. 2. Scope of Work. 30 September 2015 Enquiries: Kathryn Kasavel:

REQUEST FOR PROPOSALS DEVELOPMENT OF THE MGSLG WEBSITE AND INTRANET

F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS

Request for proposals (RFP) The provision of an Enterprise Service Bus (ESB) Solution to CSIR. RFP No. 671/27/11/2015

1. BACKGROUND 2. OBJECTIVES

Transcription services for committee minutes

BUDGET HEADING INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS

Transport for London. INVITATION TO TENDER FOR BRIDGE DESIGN CONSULTANCY SERVICES ITT REF: TfL/90711 PUBLICATION DATE: 13 FEBRUARY 2013

TERMS OF REFERENCE. Appointment of a website developer as service provider for the National Biosafety Communication Project

VENDOR APPLICATION FORM

City of Johannesburg Supply Chain Management Unit

How To Study Video Conferencing In South Africa

90 days (commencing from the RFB Closing Date) RENEWAL OF MICROSOFT LICENSES FOR THE CIDB FOR THE PERIOD OF 12 MONTHS

Request for Information (RFI) Supply of information on an Enterprise Integration Solution to CSIR

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

City of Johannesburg Supply Chain Management Unit

REQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

REQUEST FOR QUOTATION FOR RFID ASSET TRACKING MANAGEMENT SYSTEM REF: SAHRA/IT/12/2013

YOU ARE HEREBY INVITED TO SUBMIT A BID TO MEET THE REQUIREMENTS OF THE DEVELOPMENT BANK OF SOUTHERN AFRICA. 28 June 2016 at 10:00am.

RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors

City of Johannesburg Supply Chain Management Unit

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

T28/05/13. Supply and Installation of Video Conferencing Equipment to IDC CLOSING DATE: FRIDAY, 17 MAY 2013 AT 12:00 NOON

INDUSTRIAL DEVELOPMENT CORPORATION OF SOUTH AFRICA LIMITED T03/01/12

Yagan Moodley Tel : (011)

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

REQUEST FOR QUOTATION

Village of Nakusp RFQ Source Protection Plan

Q044/09 - THE SUPPLY OF STORAGE SERVER(S) TO THE SOL PLAATJE MUNICIPALITY

RFP for Search Engine Optimisation (SEO) of IBEF Websites. Request for Proposal [RFP]

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

REQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: /2015

eprocurement User Guide

SUPPLY CHAIN MANAGEMENT POLICY

QUOTATION AND TENDER PROCESS

BOARD NOTICE COUNCIL FOR THE BUILT ENVIRONMENT. Notice No

Terms and Conditions. Web Development

CONSTRUCTION EDUCATION AND TRAINING AUTHORITY BID NO: /2016 PROVISION OF ARCHIVING SERVICES FOR CETA. Issued by:

REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR ICT DESKTOP MANAGED SERVICES TENDER NUMBER: HO/ICT/270/05/2015

CONTRACT MANAGEMENT POLICY

If you are in full agreement with the document, kindly return the signature page at the end of the documents

PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK

Software Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30

LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5

1. Technical Offer Submission Sheet

Length of Contract: 2 months (with an option to extend for a further 5 months).

T27/04/13 REQUEST FOR PROPOSAL FOR THE SUPPLY, INSTALLATION AND MAINTENANCE OF ADDITIONAL HEATING EQUIPMENT FOR AIR CONDITIONING SYSTEMS AT THE IDC

PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE

CONSTRUCTION EDUCATION AND TRAINING AUTHORITY. RFQ No: /2016 PROVISION OF VEHICLE TRACKING DEVICES. Issued by:

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

REQUEST FOR QUOTE. RFQ Reference Number: RFQ <<INSERT e.g SWR 03-11/12>> <<Enter Course Name>>

If a Client and a Freelancer enter an independent contractor relationship, then this Freelancer Agreement ( Freelancer Agreement ) will apply.

Empanelment of Vendors for Load Testing

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.

Transcription:

Request for proposals (RFP) To appoint a service provider to assist the CSIR with web development expertise RFP No. 3023/29/03/2016 Date of Issue Thursday 03 March 2016 Compulsory briefing session Thursday, 17 March 2016 at 13:00 15:00 CSIR, Pretoria Campus, Meraka Institute, building 43a Closing Date Tuesday, 29 March 2016 at 16:30 Place Tender box, CSIR Main Reception, Gate 3 ( North Gate) Enquiries Strategic Procurement Unit E-mail: tender@csir.co.za CSIR business hours 08h00 16h30 Category Computer Software

TABLE OF CONTENTS SECTION A TECHNICAL INFORMATION 3 1 INTRODUCTION 3 2 BACKGROUND 3 3 INVITATION FOR PROPOSAL 4 4 PROPOSAL SPECIFICATION 4 5 FUNCTIONAL EVALUATION CRITERIA 6 6 ELIMINATION CRITERIA 6 SECTION B TERMS AND CONDITIONS 8 7 VENUE FOR PROPOSAL SUBMISSION 8 8 TENDER PROGRAMME 8 9 SUBMISSION OF PROPOSALS 9 10 DEADLINE FOR SUBMISSION 9 11 AWARDING OF TENDERS 9 12 EVALUATION PROCESS 9 13 PRICING PROPOSAL 10 14 VALIDITY PERIOD OF PROPOSAL 11 15 APPOINTMENT OF SERVICE PROVIDER 11 16 ENQUIRIES AND CONTACT WITH THE CSIR 11 17 MEDIUM OF COMMUNICATION 12 18 COST OF PROPOSAL 12 19 CORRECTNESS OF RESPONSES 12 20 VERIFICATION OF DOCUMENTS 12 21 SUB-CONTRACTING 13 22 ENGAGEMENT OF CONSULTANTS 13 23 TRAVEL EXPENSES 13 24 ADDITIONAL TERMS AND CONDITIONS 14 25 CSIR RESERVES THE RIGHT TO 14 26 DISCLAIMER 15 DECLARATION BY TENDERER 16 27 ANNEXURE A 17 Page 2 of 18

SECTION A TECHNICAL INFORMATION 1 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. 2 BACKGROUND The Department of Science and Technology (DST) has requested the CSIR, through Meraka, to facilitate the provision of technical advisory and support services in respect of the development and pilot testing of the Innovation Bridge (IB) portal. The development of the IB Portal, which requires mostly routine web development, will be outsourced to a suitable organisation with the relevant web development expertise. The development and testing process will be guided by Meraka, on behalf of the CSIR as mandated by the DST to coordinate the IB Portal development project. 2.1 Project Goal The Innovation Bridge Portal (IBP) is intended to complement and promote the IB showcase event. The IB technology showcase and matchmaking event was first held in February 2015. Once fully operational, it is envisaged to provide a comprehensive technology development and commercialisation public information repository as well as to enable ongoing online showcasing and matchmaking services. In particular, the vision is that the IB Portal will, among other things: 2.1.1 Profile and market South African (SA) technology innovation competencies and products, both nationally and internationally. This will include information support in the form of relevant information, tools, services, articles, new innovation happenings and other resources relevant to STI researchers and industry sectors in SA. Page 3 of 18

2.1.2 Facilitate access to funding and support for researchers and technology developers, (particularly at publicly funded R&D institutions), and technology entrepreneurs working in the STI space. This will include information about innovation financing options, application and, as far as practicable, due diligence processes, in order to empower innovators to successfully navigate the application procedures at all relevant innovation financing organisations in SA. The Portal will, therefore, contain detailed information and access, (e.g. via hyperlinks Portal of Portals), to a comprehensive database of sector relevant financiers. 2.1.3 Match researchers, technology developers and entrepreneurs with relevant financiers. This entails the provision of an intellectual property (IP) market place that matches solutions with problems, as well as, highlights problems that are seeking solutions. This latter aspect may require enabling industry and other partners to post challenges they wish to solve, and where applicable, recommend technology solutions to these challenges; effective linkages with existing portals in SA in this regard must, however, be fully explored in order to avoid any unnecessary duplication of effort and resources. The IB Portal will therefore be a public collaborative innovation portal with the main aim of creating linkages between government, academia and industry for technology development and commercialisation. 3 INVITATION FOR PROPOSAL Proposals are hereby invited for the provision of Technical Support to the CSIR for the development of the IB Portal as detailed in section 4 below. Following a combination of Lean and Agile Software Development Approach, the Service Provider will be expected to provide regular updates to the CSIR and DST per the project governance structures to be instituted at project initiation. 4 PROPOSAL SPECIFICATION The IB Portal is required to provide the following functionality: A dynamic content management platform with support for distributed content creation, editing and publishing workflows of information related to technology development and transfer including: Page 4 of 18

o Organisations and individuals o available technology o funding opportunities o providers of specialist services o relevant events o general information Automated matchmaking between relevant entries in the portal Basic and advanced search facilities on all information in the portal Ability to send electronic alerts based on predefined filters and publish to selected social media platforms Collaboration spaces for communities of practice Support for periodic surveys Reporting and dashboard facilities on usage and information stored in the portal Role based user access Search engine optimisation (SEO) The IB Portal must be designed: According to Responsive Web Design and should be viewable and functional on all suitable platforms (mobile phones, tablets and PCs) and browsers In accordance with W3C web standards To implement a viable and reliable audit trail To comply to security requirements To support metadata and HTML meta tags The respondents will be required to: Work in an agile development environment Develop the UI design in collaboration with the CSIR Take ownership of the technical implementation of the IB Portal while collaborating with the CSIR team who will take on the role of Product Owner and the responsibility of requirements managements and prioritisation Have proven experience building sites with web User Interface UI development technologies including PHP, HTML5, CSS3, JavaScript, jquery, and AJAX, and incorporating accessibility metadata, mobile-first, content-first and responsive design. Page 5 of 18

Have an understanding of and the ability to resolve browser and cross-platform compatibility issues. Have a track record of attractive and usable web UI and UX design. 5 FUNCTIONAL EVALUATION CRITERIA 5.1 The evaluation of the functional / technical detail of the proposal will be based on the following criteria: Criteria Weight (%) Responsive design and development for mobile phones, tablets and PC (multidevice, multi-browser) 10 Development, configuration, customisation, including theme and module development for the established open source web CMS platform proposed for the 30 solution Experience in web development technologies HTML5, CSS3, Javascript, JQuery, Server-side web and database technologies 25 Experience in web design and UX capabilities 10 Experience working in an agile environment 5 Quality of portfolio/track record of similar professional websites and web applications designed and built 10 Client testimonials 10 5.2 Proposals with functionality / technical points of less than the pre-determined minimum overall percentage of 75% will be eliminated from further evaluation. 5.3 Refer to Annexure A for the scoring sheet that will be used to evaluate functionality. 6 ELIMINATION CRITERIA Proposals will be eliminated under the following conditions: Submission after the deadline. Proposals submitted at incorrect location. Solution is not fully open source and ownership not transferred to DST at the end of delivery Page 6 of 18

Solution does not run on GNU LINUX Solution does not use a Postgresql database The following mandatory documentation will be required before any negotiations will start with the potential winning bidder or before any contract / order will be awarded: Completed CSIR Supplier Registration Form (if not registered with CSIR), alternatively, provide the CSIR Vendor number; Original valid Tax Clearance Certificate or Letter of Good standing issued by SARS (RSA suppliers only); Original or certified copy of B-BBEE certificate where B-BBEE credentials were used as part of evaluation; (RSA suppliers only); Proof of company registration. (CK2 form) (RSA suppliers only); Page 7 of 18

SECTION B TERMS AND CONDITIONS 7 VENUE FOR PROPOSAL SUBMISSION All proposals must be submitted at: 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 8 TENDER PROGRAMME The tender program, as currently envisaged, incorporates the following key dates: Issue of tender documents: Thursday, 03 March 2016 Date: Thursday, 17 March 2016 Compulsory briefing session: Time: 13:00 15:00 Location: CSIR Meraka Institute, Building 43 Venue: Auditorium All tenderers will be required to sign a NDA at the Compulsory Briefing session. Tenderers attending the Compulsory Briefing session will need to bring a certified copy of their ID document, as well as their ID document, and an original signed specific resolution (on an official company letterhead) from the board authorising the signature of such a document. Closing date for receiving questions 22 March 2016 at 16:30 Closing / Submission date: Tuesday, 29 March 2016 at 16:30 Estimate appointment date of successful tenderer: Estimated contract duration 29 April 2016 2.5 years, including maintenance and support Page 8 of 18

9 SUBMISSION OF PROPOSALS 9.1 All proposals are to be sealed. No open proposals will be accepted. 9.2 All proposals are to be clearly marked with the RFP number and the name of the tenderer on the outside of the main package. Proposals must consist of two parts, each of which is placed in a separate sealed package clearly marked: PART 1: Technical Proposal: RFP No.: 3023/29/03/2016 PART 2: Pricing Proposal, B-BBEE and other Mandatory Documentation: RFP No.: 3023/29/03/2016 9.3 Proposals submitted by companies must be signed by a person or persons duly authorised. 9.4 The CSIR will award the contract to qualified tenderer(s) whose proposal is determined to be the most advantageous to the CSIR, taking into consideration the technical (functional) solution, price and B-BBEE. 10 DEADLINE FOR SUBMISSION Proposals shall be submitted at the address mentioned above no later than the closing date of Tuesday, 29 March 2016 during CSIR s business hours. The CSIR business hours are between 08h00 and 16h30. Where a proposal is not received by the CSIR by the due date and stipulated place, it will be regarded as a late tender. Late tenders will not be considered. 11 AWARDING OF TENDERS 11.1 Awarding of tenders will be published on the National Treasury e-tender portal or the CSIR s tender website. No regret letters will be sent out. 12 EVALUATION PROCESS 12.1 Evaluation of proposals All proposals will be evaluated by an evaluation team for functionality, price and B-BBEE. Based on the results of the evaluation process and upon successful negotiations, the CSIR will approve the awarding of the contract to successful tenderers. A two-phase evaluation process will be followed. The first phase includes evaluation of elimination and functionality criteria, local production and content. Page 9 of 18

The second phase includes the evaluation of price and B-BBEE status. Pricing Proposals will only be considered after functionality phase has been adjudicated and accepted. Only proposals that achieved the specified minimum qualification scores for functionality will be evaluated further using the preference points system. 12.2 Preference points system The 90/10 preference point system will be used where 90 points will be dedicated to price and 10 points to B-BBEE status 13 PRICING PROPOSAL 13.1 Pricing proposal must be cross-referenced to the sections in the Technical Proposal. Any options offered must be clearly labelled. Separate pricing must be provided for each option offered to ensure that pricing comparisons are clear and unambiguous. 13.2 Price needs to be provided in South African Rand (excl. VAT), with details on price elements that are subject to escalation and exchange rate fluctuations clearly indicated. 13.3 Price should include additional cost elements such as freight, insurance until acceptance, duty where applicable. 13.4 Pricing should indicate a total fixed cost for the duration of the project 13.5 Only firm prices* will be accepted during the tender validity period. Non firm prices** (including prices subject to rates of exchange variations) will not be considered. Page 10 of 18

*Firm price is the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax which, in terms of a law or regulation is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract; **Non-firm price is all prices other than firm prices. 13.6 Payment will be according to the CSIR Payment Terms and Conditions. 14 VALIDITY PERIOD OF PROPOSAL Each proposal shall be valid for a minimum period of three (3) months calculated from the closing date. 15 APPOINTMENT OF SERVICE PROVIDER 15.1 The contract will be awarded to the tenderer who scores the highest total number of points during the evaluation process, except where the law permits otherwise. 15.2 Appointment as a successful service provider shall be subject to the parties agreeing to mutually acceptable contractual terms and conditions. In the event of the parties failing to reach such agreement CSIR reserves the right to appoint an alternative supplier. 15.3 Awarding of contracts will be announced on the National Treasury website and no regret letters will be sent to unsuccessful bidders. 16 ENQUIRIES AND CONTACT WITH THE CSIR Any enquiry regarding this RFP shall be submitted in writing to CSIR at tender@csir.co.za with - To appoint a service provider to assist the CSIR with web development expertise as the subject. Any other contact with CSIR personnel involved in this tender is not permitted during the RFP process other than as required through existing service arrangements or as requested by the CSIR as part of the RFP process. Page 11 of 18

17 MEDIUM OF COMMUNICATION All documentation submitted in response to this RFP must be in English. 18 COST OF PROPOSAL Tenderers are expected to fully acquaint themselves with the conditions, requirements and specifications of this RFP before submitting proposals. Each tenderer assumes all risks for resource commitment and expenses, direct or indirect, of proposal preparation and participation throughout the RFP process. The CSIR is not responsible directly or indirectly for any costs incurred by tenderers. 19 CORRECTNESS OF RESPONSES 19.1 The tenderer must confirm satisfaction regarding the correctness and validity of their proposal and that all prices and rates quoted cover all the work/items specified in the RFP. The prices and rates quoted must cover all obligations under any resulting contract. 19.2 The tenderer accepts that any mistakes regarding prices and calculations will be at their own risk. 20 VERIFICATION OF DOCUMENTS 20.1 Tenderers 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. 20.2 One hard copy and one electronic copy (CD or USB memory key) each proposal must be submitted. In the event of a contradiction between the submitted copies, the hard copy shall take precedence. 20.3 Pricing schedule and B-BBEE credentials should be submitted with the proposal, but as a separate document and no such information should be available in the technical proposal. Page 12 of 18

20.4 If a courier service company is being used for delivery of the proposal document, the RFP description must be endorsed on the delivery note/courier packaging to ensure that documents are delivered to the tender box, by the stipulated due date. 21 SUB-CONTRACTING 21.1 A tenderer will not be awarded points for B-BBEE status level if it is indicated in the tender documents that such a tenderer intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a tenderer qualifies for, unless the intended sub-contractor is an exempted micro enterprise that has the capability and ability to execute the sub-contract. 21.2 A tenderer awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an exempted micro enterprise that has the capability and ability to execute the sub-contract. 22 ENGAGEMENT OF CONSULTANTS The consultants will only be remunerated at the rates: 22.1 Determined in the "Guideline for fees", issued by the South African Institute of Chartered Accountants (SAICA); or 22.2 Set out in the "Guide on Hourly Fee Rates for Consultants", by the Department of Public Service and Administration (DPSA); or 22.3 Prescribed by the body - regulating the profession of the consultant. 23 TRAVEL EXPENSES 23.1 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: 23.1.1 Only economy class tickets will be used. 23.1.2 A maximum of R1300 per night for accommodation, dinner, breakfast and parking will be allowed. 23.1.3 No car rentals of more than a Group B will be accommodated. Page 13 of 18

24 ADDITIONAL TERMS AND CONDITIONS 24.1 A tenderer 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. 24.2 Copies of any affiliations, memberships and/or accreditations that support your submission must be included in the tender. 24.3 In case of proposal from a joint venture, the following must be submitted together with the proposal: Joint venture Agreement including split of work signed by both parties; The original or certified copy of the B-BBEE certificate of the joint venture; The Tax Clearance Certificate of each joint venture member; Proof of ownership/shareholder certificates/copies; and Company registration certificates. 24.4 An omission to disclose material information, a factual inaccuracy, and/or a misrepresentation of fact may result in the disqualification of a tender, or cancellation of any subsequent contract. 24.5 Failure to comply with any of the terms and conditions as set out in this document will invalidate the Proposal. 25 CSIR RESERVES THE RIGHT TO 25.1 Extend the closing date; 25.2 Verify any information contained in a proposal; 25.3 Request documentary proof regarding any tendering issue; 25.4 Give preference to locally manufactured goods; 25.5 Appoint one or more service providers, separately or jointly (whether or not they submitted a joint proposal); 25.6 Award this RFP as a whole or in part; 25.7 Cancel or withdraw this RFP as a whole or in part. Page 14 of 18

26 DISCLAIMER This RFP is a request for proposals only and not an offer document. Answers to this RFP must not be construed as acceptance of an offer or imply the existence of a contract between the parties. By submission of its proposal, tenderers shall be deemed to have satisfied themselves with and to have accepted all Terms & Conditions of this RFP. The CSIR makes no representation, warranty, assurance, guarantee or endorsements to tenderer concerning the RFP, whether with regard to its accuracy, completeness or otherwise and the CSIR shall have no liability towards the tenderer or any other party in connection therewith. Page 15 of 18

DECLARATION BY TENDERER Only tenderers who completed the declaration below will be considered for evaluation. RFP No: 3023/29/03/2016 I hereby undertake to render services described in the attached tendering documents to CSIR in accordance with the requirements and task directives / proposal specifications stipulated in RFP No 3023/29/03/2016 at the price/s quoted. My offer/s remains binding upon me and open for acceptance by the CSIR during the validity period indicated and calculated from the closing date of the proposal. I confirm that I am satisfied with regards to the correctness and validity of my proposal; that the price(s) and rate(s) quoted cover all the services specified in the proposal documents; that the price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and calculations will be at my own risk. I accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me under this proposal as the principal liable for the due fulfilment of this proposal. I declare that I have no participation in any collusive practices with any tenderer or any other person regarding this or any other proposal. I accept that the CSIR may take appropriate actions, deemed necessary, should there be a conflict of interest or if this declaration proves to be false. I confirm that I am duly authorised to sign this proposal. NAME (PRINT). CAPACITY. SIGNATURE. NAME OF FIRM.. DATE. WITNESSES 1. 2. DATE:... Page 16 of 18

27 ANNEXURE A CRITERIA DESCRIPTION Responsive design and development for mobile phones, tablets and PC (multidevice, multi-browser) Development, configuration, customisation, including theme and module development for the established open source web CMS platform proposed for the solution Experience in web development technologies HTML5, CSS3, Javascript, JQuery, Server-side web and database technologies Experience in web development and UX capabilities Experience working in an agile environment Quality of portfolio/track record of similar professional websites and web applications designed and built SCORING RATING 0 2 5 7 8 10 No response No information provided No information provided No information provided No information provided No information provided No information provided Poor Average Good Very Good Excellent Knowledge without any track record Knowledge without any track record Experience without any track record Experience without any track record Experience without any track record Portfolio with no evidence of professional website design and content management workflow 1 year experience with multi-device, multi-browser development 1 year experience 1 year experience 1 year experience 1 year experience Not applicable 3 years experience with multi-device, multibrowser development 3 years experience (proof provided) 3 years experience (Proof provided) 3 years experience (Proof provided) 3 years experience (Proof provided) Portfolio includes evidence of attractive and useable websites with professional design and content management 5 years experience with multi-device, multi-browser development 5 years experience 5 years experience 5 years experience 5 years experience Not applicable More than 5 years experience with multi-device, multibrowser development More than 5 years experience (proof provided) More than 5 years experience (proof provided) More than 5 years experience (proof provided) More than 5 years experience (proof provided) Portfolio includes evidence of excellent, high profile attractive and useable websites with similar functionality to that CSIR RFP No. Page 17 of 18

workflow capabilities specified in section 4 Client testimonials No information provided Unverifiable testimonials Not applicable Verified and Not applicable Verified and testimonial testimonial form reputable, high volume and high profile websites with similar functionality to that specified in section 4 CSIR RFP No. Page 18 of 18