25
1 Glenwood Office Park Corner Oberon & Sprite Street Faerie Glen,0043 PO Box 73000, Lynwood ridge 0040 Tel: (012) 845 2000 - Fax: (012) 348 0894 Website: www.idt.org.za SECTION A: RETURNABLE DOCUMENTS BID ADVERT Bid description REQUEST FOR PROPOSALS FOR PARTICIPATION IN THE EPWP NON-STATE SECTOR PROGRAMME FOR 2021/2022 FINANCIAL YEAR Bid number EPWP/NSS NPO PROGRAMME /2021 Name of institution Independent Development Trust (IDT) The place where goods, works or services are required All IDT Regional Offices in the provinces (Eastern Cape, Free State, Gauteng, KwaZulu-Natal, Limpopo, Mpumalanga, Northern Cape, North West and Western Cape) Closing date and time Date 1 0 0 8 2 0 2 1 Time 12h00 pm Contact details Physical address IDT Regional Offices, see Section B:Terms of Reference No. 11 Tel See Section B:Terms of Reference No. 11 email See Section B:Terms of Reference No. 11 Contact person See Section B:Terms of Reference No. 11 Where bids can be collected IDT website www.idt.org.za/business-opportunities/current tenders/ and the National Treasury eTender Portal available on www.treasury.gov.za Where bids must be delivered All the IDT Regional Offices, see addresses in Section B:Terms of Reference No. 11 Category (Goods/ Services) Services Sector Non-State Sector Region All Regional Offices located in all the provinces Supplier Details Name of bidder Postal Address Street Address Telephone Number Code Number cell phone Number Email Address

SECTION A: RETURNABLE DOCUMENTS

  • Upload
    others

  • View
    7

  • Download
    0

Embed Size (px)

Citation preview

1

Glenwood Office Park Corner Oberon & Sprite Street

Faerie Glen,0043 PO Box 73000, Lynwood ridge 0040

Tel: (012) 845 2000 - Fax: (012) 348 0894 Website: www.idt.org.za

SECTION A: RETURNABLE DOCUMENTS

BID ADVERT

Bid description REQUEST FOR PROPOSALS FOR PARTICIPATION IN THE EPWP NON-STATE SECTOR

PROGRAMME FOR 2021/2022 FINANCIAL YEAR Bid number EPWP/NSS NPO PROGRAMME /2021

Name of institution

Independent Development Trust (IDT)

The place where goods, works or services are required

All IDT Regional Offices in the provinces (Eastern Cape, Free State, Gauteng, KwaZulu-Natal, Limpopo, Mpumalanga, Northern Cape, North West and Western Cape)

Closing date and time

Date 1 0 0 8 2 0 2 1 Time 12h00 pm

Contact details

Physical address IDT Regional Offices, see Section B:Terms of Reference No. 11

Tel See Section B:Terms of Reference No. 11

email See Section B:Terms of Reference No. 11

Contact person See Section B:Terms of Reference No. 11

Where bids can be collected

IDT website www.idt.org.za/business-opportunities/current tenders/ and the National Treasury eTender Portal available on www.treasury.gov.za

Where bids must be delivered

All the IDT Regional Offices, see addresses in Section B:Terms of Reference No. 11

Category (Goods/ Services)

Services

Sector Non-State Sector

Region All Regional Offices located in all the provinces

Supplier Details

Name of bidder

Postal Address

Street Address

Telephone Number

Code Number

cell phone Number

Email Address

2

Supplier Compliance Status

Tax Compliance System PIN

AND

Central Supplier Database No: MAAA

Please Note the following:

1. Briefing sessions will not take place due to the National Lockdown regulations;

2. NPOs must submit clarity seeking questions during the preparation of their Proposal to

[email protected] until 30 July 2021.

3. Clarity seeking questions which are submitted after 30 July 2021 will not be considered.

4. Bids are valid for 90 days (validity period).

5. Bidders will be evaluated on a 3-stage basis as follows:

5.1 Bidders will firstly be evaluated on the basis of Mandatory / Compulsory

Documents (or requirements);

5.2 Secondly Bidders who have passed the Mandatory / Compulsory Requirements,

will then be evaluated further for functionality, i.e. (i) Capacity [50 points]; (ii)

Commitment [24 points]; (iii) Sustainability [16 points]; (iv) Governance [10 points].

To pass functionality, a minimum of 60 points have to be attained, before being

evaluated further, i.e. for due diligence;

5.3 Lastly, NPOs will be evaluated on site i.e. (i) Basic Office Infrastructure [12] and

(ii) EPWP Expansion Activities [8]. The NPOs must score a total of 10 points for due

diligence or site inspection to qualify for participation in the EPWP NSS NPO

Programme for 2021/2022 financial year.

TERMS AND CONDITIONS FOR BIDDING

1. Bids must be delivered on the closing date and the time as per the advert.

2. Bids submitted after the closing time will not be considered.

3. Bids must be submitted on the official forms which are provided as part of the bid document.

4. Submit a valid TAX pin code issued by SARS.

5. Submit proof of UIF Registration (UF54) or Valid UIF Compliance Certificate.

6. Submit Letter of Good Standing (COIDA) or Notice of Assessment Invoice

(NB: All NPOs submitting notice of assessment invoice, must submit Letter of Good Standing

(COIDA) within seven (7) days prior to award, failure to submit will lead to disqualification)

7. Submit the latest (2020) Acknowledgement Letter or Letter of Compliance from the Department

of Social Development.

3

(NB: All NPOs submitting Acknowledgement letters, must submit the Letter of Compliance

within seven (7) days prior to award, failure to submit will lead to disqualification).

8. Submit proof of valid CSD registration or CSD MAAA registration number.

9. Submit valid NPO registration certificate which must be two years and older. Non-Profit

Companies wishing to bid for the implementation of the EPWP NSS NPO programme for

2021/2022 financial year must have registered with the Department of Social Development

(DSD).

10. Submit fully completed and signed SBD Forms 4, 8 and 9.

11. NPOs will only be considered in provinces where they have operational offices. Proof of

residence not older than three months must be attached.

12. Submit a comprehensive proposal using the NPO Proposal Guide template.

13. Submit the Project Implementation Plan (PIP) detailing the current and EPWP expansion work

packages as well as the number of the proposed work opportunities.

14. Submit duly certified Identity Documents of the owners of the NPO. Certified ID copies must

not be older than 3 months. Sign the Bid Delivery Register.

15. Bidders must sign the Bid Delivery Register. Bidders not on the Bid Delivery Register will not

be considered. This applies to bids submitted through Courier companies.

16. Bids sent by post will not be accepted.

4

SBD 4

DECLARATION OF INTEREST 1. Any legal person, including persons employed by the state¹, or persons having a kinship with persons

employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-

- the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a relationship with

persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.

2. In order to give effect to the above, the following questionnaire must be completed and

submitted with the bid. 2.1 Full Name of bidder or his or her

representative………………………………………………………………………………………… 2.2 Identity Number: ………………………………………………………………………………………. 2.3 Position occupied in the Company (director, trustee, shareholder²): ……………………………. 2.4 Company Registration Number: ……………………………………………………………….……. 2.5 Tax Reference Number: …………………………………………………………………….…….… 2.6 VAT Registration Number: ………………………………………………………………………….

2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax

reference numbers and, if applicable, employee / persal numbers must be indicated in paragraph 3 below.

¹ “State” means – (a) any national or provincial department, national or provincial public entity or constitutional institution

within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. ²” Shareholder” means a person who owns shares in the company and is actively involved in the

management of the enterprise or business and exercises control over the enterprise.

5

2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? 2.7.1 If so, furnish the following particulars:

Name of person / director / trustee / shareholder/ member: …....……………………………… Name of state institution at which you or the person connected to the bidder is employed: ………………………………………………………………… Position occupied in the state institution……………………………………………………………… Any other particulars: ……………………………………………………………………………………………………………… ……………………………………………………………………………………………………………… ………………………………………………………………………………………………………………

2.7.2 If you are presently employed by the state, did you obtain YES / NO

the appropriate authority to undertake remunerative work outside employment in the public sector?

2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NO

document? (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid.

2.7.2.2 If no, furnish reasons for non-submission of such proof:

……………………………………………………………………………………………………………. …………………………………………………………………………………………………………….. ……………………………………………………………………………………………………………..

2.8 Did you or your spouse, or any of the company’s directors / YES / NO trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:

……………………………………………………………………………………………………………... ……………………………………………………………………………………………………………… ……………………………………………………………………………………………………………...

6

2.9 Do you, or any person connected with the bidder, have YES / NO any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid? 2.9.1 If so, furnish particulars.

……………………………………………………………………………………………………………... …………………………………………………………………..……………………………………….... ………………….…………………………………………………………………………………………..

2.10 Are you, or any person connected with the bidder, YES/NO aware of any relationship (family, friend, other) between

any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?

2.10.1 If so, furnish particulars.

……………………………………………………………………………………………………………….. …………………………………………………………………………………………………………….….. ………………………………………………………………………………………………………………...

2.11 Do you or any of the directors / trustees / shareholders / members YES/NO of the company have any interest in any other related companies whether or not they are bidding for this contract? 2.11.1 If so, furnish particulars: ………………………………………………………………………………………………………………. ………………………………………………………………………………………………………………. ………………………………………………………………………………………………………………...

3 Full details of directors / trustees / members / shareholders.

Full Name Identity Number Personal Tax

Reference Number

State Employee Number

/ Persal Number

7

4 DECLARATION

I, THE UNDERSIGNED (NAME)………………………………………………………………………CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT.

I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF

PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS

DECLARATION PROVE TO BE FALSE.

………………………………….. ..…………………………………………… Signature Date

…………………………………. ……………………………………………… Position Name of bidder

8

SBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1 This Standard Bidding Document must form part of all bids invited.

2 It serves as a declaration to be used by institutions in ensuring that when goods and services are

being procured, all reasonable steps are taken to combat the abuse of the supply chain management

system.

3 The bid of any bidder may be disregarded if that bidder, or any of its directors have-

a. abused the institution’s supply chain management system;

b. committed fraud or any other improper conduct in relation to such system; or

c. failed to perform on any previous contract.

4 In order to give effect to the above, the following questionnaire must be completed and

submitted with the bid.

Item Question Yes No

4.1 Is the bidder or any of its directors listed on the National Treasury’s

Database of Restricted Suppliers as companies or persons prohibited

from doing business with the public sector?

Yes No

(Companies or persons who are listed on this Database were informed in

writing of this restriction by the Accounting Officer/Authority of the

institution that imposed the restriction after the audi alteram partem rule

was applied).

The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender

Defaulters in terms of section 29 of the Prevention and Combating of

Corrupt Activities Act (No 12 of 2004)?

Yes No

9

The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law

(including a court outside of the Republic of South Africa) for fraud or

corruption during the past five years?

Yes No

4.3.1 If so, furnish particulars:

4.4 Was any contract between the bidder and any organ of state terminated

during the past five years on account of failure to perform on or comply

with the contract?

Yes No

4.4.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) …………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE

AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE

TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………………... …………………………..

Signature Date

………………………………………. …………………………..

Position Name of Bidder

10

SBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

_______________________________________________________________________

(Name of Institution)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf

of: ______________________________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to

be true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on

behalf of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the

bidder to determine the terms of, and to sign the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word

“competitor” shall include any individual or organization, other than the bidder, whether or

not affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their

qualifications, abilities or experience; and

(c) provides the same goods and services as the bidder and/or is in the same line of

business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without consultation,

communication, agreement or arrangement with any competitor. However, communication

between partners in a joint venture or consortium will not

no consultation, communication, agreement or arrangement with any competitor ³ be

construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been regarding:

11

(a) prices;

(b) geographical area where product or service will be rendered (market allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and conditions of the

bid; or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements

with any competitor regarding the quality, quantity, specifications

9. and conditions or delivery particulars of the products or services to which this bid invitation

relates.

10. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder,

directly or indirectly, to any competitor, prior to the date and time of the official bid opening

or of the awarding of the contract.

11. I am aware that, in addition and without prejudice to any other remedy provided to combat

any restrictive practices related to bids and contracts, bids that are suspicious will be reported

to the Competition Commission for investigation and possible imposition of administrative

penalties in terms of section 59 of the Competition Act No 89 of 1998 and or may be reported

to the National Prosecuting Authority (NPA) for criminal investigation and or may be

restricted from conducting business with the public sector for a period not exceeding ten (10)

years in terms of the Prevention and Combating of Corrupt Activities Act No 12 of 2004 or

any other applicable legislation.

³ Joint venture or Consortium means an association of persons for the purpose of combining

their expertise, property, capital, efforts, skill and knowledge in an activity for the execution

of a contract.

Signature: …………………………………………… Date: ………………….

Position: ………………………………………….

Name of Bidder: …………………………………………………………………………

12

NPO PROPOSAL GUIDE

CHOOSE THE RELEVANT PROGRAMME (Mark with X)

FOR OFFICE USE

Home Community Based Care Date received

Early Childhood Development Complete

Agriculture/Food security Documents outstanding

HIV/AIDS Date Evaluated

Victims empowerment Approval Status

Community sport programme

Extra school support programme

Sustainable Land Based Livelihood

Parks and beautification

Area landscape

Low Cost bridges

Waste Management

If other, please specify

Section 1: NPO Details

Please complete the sections required below and where applicable tick the relevant option for your

NPO registration status:

Name of the Organisation

Contact telephone number

Contact mobile number

Email address

Web address (if available)

Physical Address

13

Key Contact person

Alternative contact person (Name and contact numbers

Section 2: Project Specification

State the NPO objective(s):

Section 3: Key staff complement

MANAGEMENT INFORMATION:

Manager

Administration officer

Financial officer

EMPLOYEE STATUS: Number of full time staff members Number of

Volunteers

Total number of volunteers and full time staff

Section 4: Geographic information

Province

District/ Metropolitan Municipality

Local Municipality

Name of Township/Village

Ward number

Coordinates

14

Section 5: Proposed number of work opportunities to be created

Female No.: Male No.: Total No.:

Targeted/ Designated group Number

Women

Youth

People with Disabilities

Section 6: Organisational Capacity

Does the NPO have basic infrastructure (please tick)

Office space Yes No Computers Yes No

Office furniture Yes No Printing facilities Yes No

Has the NPO received funding in the past? Attach list if space provided is not sufficient

Name of Funders Year Total Value

i)

ii)

Is the NPO currently funded by the EPWP? Attach list if space provided is not sufficient

Sector Year Total Value

i)

ii)

Section 7: Commitment

Does the NPO programme focus on development of the poor in your area Yes No

If yes please provide details:

15

Section 8: Expansion activities

Indicate how your NPO can expand from the current projects to create more work opportunities:

Section 9: Sustainability

Does the NPO network with other institutions in the sector? If yes, please substantiate.

Name of Institution Nature of support received

i)

ii)

iii)

Is the NPO able to market the services rendered/products produced? Provide details

What is the potential of the NPO to grow over the next two years: Please elaborate.

How stable has the NPO been since it was established?

Is the NPO financially viable? If so, how does the NPO generate its funding?

16

DECLARATION:

I………………………………………………………………………………….… (Name and Surname),

Identity number……………………………………………………...in

my capacity as………………………………………..…………acknowledge that I have read the

contents of the application form / NPO Proposal Guide and confirm that I have provided

information which is to the best of my knowledge complete, true and correct.

Signed at……………………………….……….…………...… (Place) on the ……….….……day

of……….……………….……(month) of 2021.

17

SECTION B: TERMS OF REFERENCE

1. PROGRAMME BACKGROUND

The Expanded Public Works Programme (EPWP) was introduced in 2004 as one of the measures

to reduce the negative impacts of high and persistent levels of unemployment. The programme aims

to provide the unemployed with an opportunity to work and an avenue to contribute towards the

development of communities and ultimately the country.

To achieve this the Department of Public Works (DPW) appointed the Independent Development

Trust (IDT) as the implementing agent for EPWP Non State Sector Non Profit Organisations (NPO)

programme. The EPWP NSS NPO programme phase IV is a continuation of the EPWP phase I

which commenced in 2004 aimed at enlisting unemployed people in meaningful work. The

programme is currently in year three of Phase IV (2021/2022). Phase IV is expected to end in

2023/2024 financial year. The programme is implemented through the establishment of partnerships

with Non-Profit Organisations (NPOs).

The purpose of these terms of reference is therefore to guide the NPOs in all the provinces of

South Africa towards bidding for appointment to create work opportunities for the unemployed

people as part of the EPWP Phase IV Non- State Sector (NSS) Programme Year 3 (2021/2022

financial year only).

2. PROGRAMME OBJECTIVES

The programme is based on one main objective which is captured as follows:

2.1. To provide work opportunities and income support to poor and unemployed people

through labour-intensive delivery of public and community assets and services, thereby

contributing to the broad development goals as expressed in the National Development Plan.

3. NPO SERVICES

3.1 The NPO will be expected to perform the following services:

3.1.1 Recruitment of participants.

3.1.2 Contracting with participants. Fully signed copies of contracts must be submitted to

the regional offices of the Independent Development Trust (IDT).

18

3.1.3 Ensure participants submit certified copies of Identity Documents and bank letters.

Certified copies of participants’ ID must not be older than 6 months while bank letters

must not be older than 3 months.

3.1.4 Collect specimen signatures for all participants using the Participants’ Verification List

template provided by the Independent Development Trust.

3.1.5 Assign work to participants for the duration of their contract with NPOs.

3.1.6 Administer the attendance register(s) for all the sites for which the NPO is

responsible.

3.1.7 Verify the attendance register(s) to ascertain correctness of the days worked, ensure

all participants initialed and signed the attendance register. Submit correct

attendance registers to the regional office of the IDT.

3.1.8 Submit reports on IDT prescribed templates monthly as per agreed scheduled dates.

3.1.9 Replace participants who resign from the programme. Submit fully signed contracts,

certified ID copies and bank letters for replacement participants to the IDT regional

office monthly.

3.1.10 Submit the following within two weeks of project start date:

3.1.10.1 The Participants’ Verification List with the participants’ specimen signatures;

3.1.10.2 Scanned copies of the contracts of the participants;

3.1.10.3 Scanned certified ID copies of the participants;

3.1.10.4 Scanned copies of the participants’ bank letters.

3.2 The sequence of the scanned contracts, certified ID copies and Bank Letters of the

participants in 3.1.10 above must be the same as the sequence of the participants in the

Participants Verification List in 3.1.4 above.

3.3 Submit Participants Verification List, scanned contracts, certified ID copies and Bank Letters

of the participants who replaced those who left the programme and passed on monthly, as

part of the monthly report.

4. KEY DELIVERABLES

In order to achieve the said objective, the IDT enters into contractual agreements with qualifying

NPOs who are then expected to accomplish the following deliverables:

4.1.Signed and objectively verifiable Project Implementation Plan. The Project Implementation

Plan must show the work packages or activities the NPO has set aside for implementation

19

of the EPWP participants. The NPO must also indicate the proposed number of work

opportunities that will be assigned to each work package or activity.

4.2. Creation of targeted work opportunities as agreed upon in the Service Level Agreement

(SLA);

4.3. Appointment and supervision of participants by ensuring that contracts, valid certified ID

copies, attendance registers and all relevant reporting templates provided for by the IDT

are duly completed and submitted to the relevant Regional Office as per the schedule;

4.4. Monthly reports at the end or beginning of every month;

4.5. Valid, accurate and correct invoices submitted to the IDT for all the work which was

completed in a particular month.

4.6 Monthly UIF payment to the Department of Labor covering all participants who are contracted to the NPO.

5. PAYMENT OF THE PARTICIPANTS

The NPOs must pay the stipends of the participants through their bank accounts within two days of

receiving the funds from the IDT.

6. DISHONESTY

Dishonesty in any form will not be tolerated. The NPOs that can be found to have been dishonest

will be terminated with immediate effect.

7. HUMAN CAPITAL

The NPOs are required to provide a minimum of three people to manage the implementation of the

programme namely the Manager, Administration Officer and the Financial Officer.

8. EXPANSION PLAN AND PROJECT IMPLEMENTATION PLAN

The IDT supports the existing projects of the NPOs through the EPWP NSS NPO Programme. It is

therefore important to indicate in the Project Implementation Plan project activities which the NPO is

implementing currently (before contracting with the IDT) and activities which the NPO will earmark

for implementation through the EPWP. The NPO must show the two sets of project activities

separately.

20

9. EVALUATION METHOD

Three stage evaluation method will be used for shortlisting of the NPOs. The following is a brief

outline of the methods:

9.1. Compulsory Administration Requirements

These are requirements / gatekeeping criteria NPOs must satisfy before they can be considered

for functionality. Failure to satisfy any of these requirements will lead to disqualification of the

NPO.

9.2. Functionality Criteria

This part of the evaluation looks at the following:

capacity of the NPO to create the work opportunities,

a commitment of working with vulnerable groups,

the ability of the NPO to raise funds for their own sustainability and

governance matters.

Only the NPOs which obtain a threshold of 60 points will be considered further. The NPOs which

fail to meet a threshold of 60 points will be eliminated at this stage.

9.3. Due Diligence / Site Inspection

Due Diligence site visit will be carried out to the NPOs which passed functionality evaluation. The

second scorecard will be used during the due diligence site visits to determine the final points for

the NPOs. The NPOs must score a total of 10 points for due diligence or site inspection to qualify

for participation in the EPWP NSS NPO Programme for 2021/2022 financial year.

10. DURATION OF THE CONTRACT

Successful NPOs will be contracted for 2021/2022 financial year only, from the date of appointment

in 2021 until 31 March 2022.

21

11. REGIONAL CONTACT PEOPLE

The table below provides a list of contact people in the regions. Enquiries must be directed to the

relevant person in your region as per the following table:

PROVINCE CONTACT PERSON

CONTACT NUMBERS AND PHYSICAL ADDRESS

E-MAIL ADDRESS

Eastern Cape

Sibongiseni Mvambo

(043) 711 600 / 071 683 6313

[email protected]

Palm Square Business Park, Bonza Bay Road , Silverwood House Beacon Bay , East London 5214

Free State Bongekile Mkhize

727 362 800

[email protected]

Department of Public Works and Infrastructure, Ground Floor, 18 President Brand Street, Bloemfontein Central, Bloemfontein, 9301

Gauteng Nceba Njongwe

(012) 845 2000/082 577 7062

[email protected] Glenwood Office Park, Cnr. Oberon and Sprite Streets, Faerie Glen, 0043

KwaZulu Natal

Babhekile Mngoma

(031) 369 7400/082 927 9660

[email protected] 333 Anton Lembede Street, 22nd Floor, Durban Bay House, Durban

Limpopo Valentine Nkoana

(015) 295 0000/079 999 0001

[email protected] 22 Hans van Ransburg Street, Polokwane.

Mpumalanga Sabelo Nhlabathi

076 882 9326

[email protected] 30 Brown Street, Nedbank Building, 9th Floor, Nelspruit, 1200

Northern Cape

Brilliant Mbatha

828 878 323

[email protected]

Department of public Works, 21-23 Old Magistrate Court, Market Square, Kimberly, 8301

North West Jerry Setshwane

815 949 204

[email protected]

The Department of Public Works and Infrastructure, Cnr. Nelson Mandela Dr. & Aerodrome Road, Mahikeng Industrial, Mahikeng, 2745

Western Cape

Nandiswa Nyala

845179820

[email protected]

Independent Development Trust, 14th

Floor, Customs House Heerengracht

Street, Foreshore, Cape Town, 8001

22

SECTION C: COMPULSORY ADMINISTRATIVE REQUIREMENTS

In order to be eligible to participate, NPOs should submit proposals which meet the

following requirements:

Proof of UIF Registration (UF54) or Valid UIF Compliance Certificate.

Proof of valid CSD registration or CSD MAAA registration number.

SBD Forms 4, 8 and 9 completed in full and signed.

Signing of the Bid Delivery Register. Bidders not on the Bid Delivery Register will

not be considered. This condition applies to bids delivered by Courier.

23

SECTION D: TECHNICAL EVALUATION

EVALUATION CRITEIA FOR FUNCTIONALITY

CRITERIA EVALUATION CRITERIA SCORE

NPO CAPACITY

Proof of operations (Reference / appointment letters

from previous clients or funders not older than 5 years

= (total 15 points)

No letter submitted = 0 1 – 2 letters = 8 3 or more letters = 15

A Programme Implementation Plan indicating how

the entity will create labour intensive work

opportunities (total 25 points):

0 - 49 work opportunities = 0

50 - 100 work opportunities = 15

more than 100 work opportunities = 25

Human Capital (total 10 points)

Qualification of manager (4):

Matric certificate = 1, Certificate above matric = 2,

Diploma and above = 4

Qualification of Administrator (3):

Matric certificate = 1, Certificate above matric = 2,

Diploma and above = 3

Qualification of Financial Officer (3):

Matric certificate = 1, Certificate above matric = 2,

Diploma and above = 3

50 points

24

COMMITMENT Proven track record of working with vulnerable

groups (written testimony or proof from recognised

organisations / institutions) = Total 20 points).

Focus areas are: Women, Youth or People with

Disability.

Only one focus area = 10 points

Two focus areas = 15 points and

All three focus areas = 20 points

NB: The NPO is expected to clearly specify the area

of focus with relevant supporting documentation.

Expansion Plan (total 4 points)

Expansion plan not submitted = 0

Expansion plan submitted = 4

24 points

SUSTAINABILITY The proposal must include latest audited report or

financial statements (total 8 points)

No submission of latest audited report or financial

statements = 0

Submission of latest audited report or financial

statements = 8

Proof of existing funders, not older than two years

(total 8 points)

Submit the confirmation letter or contract

No funders submitted = 0

One or more funders not older than two years

submitted = 8

16

25

GOVERNANCE Submit NPO constitution stamped by the Department

of Social Development (total 6 points).

Minutes of the NPO board for quarter 3 and 4 of

2020/2021 financial year (total 4 points)

No minutes submitted = 0

Only quarter 3 minutes submitted = 2

Only quarter 4 minutes submitted = 2

Quarter 3 and 4 minutes submitted = 4

10 points

NB. Only NPOs which obtain a minimum threshold of 60 points will be considered further