Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to...

16
RFP REFERENCE: RFP/FIN/IAS/2017/16 PROVISION OF INTERNAL AUDIT SERVICES PERISHABLE PRODUCTS EXPORT CONTROL BOARD (PPECB) OFFICES Closing Date: 16 January 2018 Closing Time: 15H00 ISSUED BY: PREPARED BY: PERISHABLE PRODUCTS EXPORT CONTROL BOARD 45 Silwerboom Avenue Plattekloof Cape Town Tell No: 021 930 1134 Contact person : Procurement Officer PERISHABLE PRODUCTS EXPORT CONTROL BOARD 45 Silwerboom Avenue Plattekloof Cape Town Registered Name of Bidder: Trading Name of Bidder: Registration No. of Entity: Contact Person: Position: Tel. No: E-Mail Address: Cell No: Fax No:

Transcript of Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to...

Page 1: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

RFP REFERENCE: RFP/FIN/IAS/2017/16

PROVISION OF INTERNAL AUDIT SERVICESPERISHABLE PRODUCTS EXPORT CONTROL BOARD

(PPECB) OFFICES

Closing Date: 16 January 2018 Closing Time: 15H00

ISSUED BY: PREPARED BY:

PERISHABLE PRODUCTS EXPORT CONTROL BOARD45 Silwerboom AvenuePlattekloofCape Town

Tell No: 021 930 1134

Contact person:

Procurement Officer

PERISHABLE PRODUCTS EXPORT CONTROL BOARD45 Silwerboom AvenuePlattekloofCape Town

Registered Name of Bidder:

Trading Name of Bidder:

Registration No. of Entity:

Contact Person: Position:

Tel. No: E-Mail Address:

Cell No: Fax No:

Page 2: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

THE PERISHABLE PRODUCTS EXPORT CONTROL BOARD RFP: RFP/FIN/IAS/2017/16

PROVISION OF INTERNAL AUDIT SERVICES PERISHABLE PRODUCTS EXPORT CONTROL BOARD (PPECB) OFFICES

TABLE OF CONTENTS

NO. DESCRIPTION PAGE NUMBER

Invitation to tender 3

1. Tender information and instructions 3

2. Closing time 4

3. PPECB background 4

4. Objective of the internal audit function 5

5. Scope of internal audit 5

6. Fraud and Irregularities 6

7. Quality assurance reviews of the work 6

8. Monitoring the progress of assignments 6

9. Independence and objectivity of staff 6

10. Duration of the contract 6

11. Requirements for tender submission 6

12. Tender evaluation specifications and process 7

13. Financial proposal 10

14. Special conditions 11

15. Form of contract 11

16. Further information 11

2 | P a g e

Page 3: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

INVITATION TO TENDER

Tenderers are invited to tender for the provision of internal audit services for the Perishable Products Export Control Board (PPECB).

Tenderers must comply with the instructions to Bidders and all other requirements of this Invitation to Tender. Non-compliance may lead to a tender not being considered by the PPECB.

The bid and accompanying documents must be carefully parcelled, sealed and delivered to the Procurement tender box in the reception area of PPECB Head Office by no later than the 16th of January 2018 at 15:00.

1. TENDER INFORMATION AND INSTRUCTIONS

The following terms shall have the following meanings:

Invitation to Tender: Provision of Internal Audit ServicesContact Person: The Procurement Officer

PPECB45 Silwerboom AvenuePlattekloof

Public Entity: Perishable Products Export Control Board (PPECB)Tenderer: The person / organisation submitting to a tender bid to the PPECB

under this tender.

The PPECB invites Tenderers to submit a fixed price for providing the services outlined under Scope of Audit Services. Tenders are invited in accordance with the information in this pack.

Tenderers are required to submit detailed proposals to demonstrate its ability to provide the services they will deliver on this contract. A detailed specification of the services required by PPECB is contained herein. The legal obligations of the PPECB and the Tenderer will be contained in the contract entered between PPECB and the successful Tenderer.

The tender shall be submitted on the Forms of Tender incorporated herein. The form shall be signed by each Tenderer and submitted in the manner and by the date and time stated below together with the documents listed duly completed.

All of the following documents (Part 1 to VI) must be submitted as part of the response to this bid request. Failure to do so will invalidate a response.

Form No Document Description1. SBD 1 Invitation to Bid2. SBD 2 Tax Clearance Certificate Requirements3. SBD 3.3 Pricing Schedule4. SBD 4 Declaration of Interest5. SBD 6.1 Preference Point Claim Form6. SBD 7.2 Contract Form: Rendering of Services7. SBD 8 Declaration of Bidder’s past SCM Practices 8. SBD 9 Certificate of Independent Bid Determination

Each Tenderer should ensure that it is thoroughly familiar with the Tender Documents and understands the obligations that will apply if the Tender is accepted by the PPECB.

The tender submission and assessment process will be conducted in compliance with the Public Finance Management Act of 1999, Supply Chain Regulation and PPECB’s Procurement Policy. PPECB is committed to support and grow Black Economic Empowerment and Small Medium Enterprises in South Africa, emphasis being placed on procurement from historically disadvantaged South Africans.

Tenderers shall highlight where a conflict of interest exists or may exist between parties under the proposed contract. In the event that a conflict of interest exists between the most advantageous Tenderer and the PPECB, the said Tenderer’s bid will not be accepted. The next most advantageous Tenderer will be awarded the contract.

3 | P a g e

Page 4: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

The award of the tender is subject to receiving approval from the Board of Directors of the PPECB.

It is the responsibility of each Tenderer to obtain for itself at its own expense any additional information necessary for the preparation of the tender. All information supplied by the PPECB in connection to this invitation to tender shall be treated as confidential. Should Tenderers believe that they require further information, they are invited to contact the Procurement Officer. Any queries relating to the Tender Documents should be sent in writing to the Procurement Officer to arrive no later than five days before the date for submission of the tender. The Procurement Officer may if necessary issue written circulars to Tenderers amending or clarifying the Tender Documents and Tenderers shall comply with these.

All proposals are to be submitted in PDF format on the envelopes to the designated Tender Box. Proposals must consist of two parts, each of which is submitted in a separate PDF package clearly marked:

Envelope 1: Technical Proposal: RFP No. RFP/FIN/IAS/2017/16 (No Pricing in this envelope)

Envelope 2: Pricing Proposal, B-BBEE and other Mandatory Documentation: RFP No. RFP/FIN/IAS/2017/16

A Soft Copy should be submitted on a USB in word document sealed in a small envelope.

Proposals submitted by companies must be signed by a person or persons duly authorised thereto. The PPECB will award the contract to qualified bidder (s) whose proposal is determined to be the most advantageous to the PPECB, taking into consideration the technical (functionality) solution, price and B-BBEE.

2. CLOSING TIME

The closing time for submission of Tender Offers is: 15H00 on 16th January 2018.

The PPECB business hours are between 08:15 – 16:45. Where a proposal is not received by the PPECB by the due date and at the correct location, it will be regarded as a late bid. Late proposals will not be considered.

Telephonic, telegraphic, telex, electronic or e-mailed tenders will not be accepted.

3. PPECB BACKGROUND

PPECB is a Schedule 3A Public Entity that is constituted and mandated in terms of the PPEC Act, No 9, of 1983 to perform cold chain services. PPECB also delivers inspection and food safety services as mandated by the Department of Agriculture, Forestry and Fisheries under the APS Act, No.119 of 1990.

PPECB’s executive Authority is the Minister of Agriculture, Forestry and Fisheries who appoints the Board of Directors. The Board comprises of representatives from the perishable product industries.

PPECB, mandated by the Department of Agriculture, Forestry and Fisheries, has been delivering end-point inspection services on perishable products destined for export since 1991. PPECB employs more than 500 people, who deal with more than 200 products and 500 varieties. There are 50 service types, over 30 offices in 11 production regions, at more than 1,500 locations.

PPECB is responsible for South Africa's cold chain management and ensures that products for export are handled, stored and transported at specific temperatures and optimum conditions.

Please visit PPECB’s website on www.PPECB.com for more info on PPECB.

4. OBJECTIVE OF THE INTERNAL AUDIT FUNCTION

These terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38 (1) (a) (i) and (ii) of the PFMA (Public Finance Management Act) and in terms of section 3.2 of the Treasury Regulations for the provision of Internal Audit Services to PPECB.

4 | P a g e

Page 5: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

The objective of this bid is to appoint a suitable, independent service provider that can provide an appropriate internal audit service for the Accounting Authority and management of the PPECB. In terms of the Public Finance Management Act (PFMA), the PPECB should have an effective internal audit function, which should also comply with the Institute of Internal Auditors’ (IIA) standards.

The internal audit function should assist the PPECB to accomplish its objectives by bringing a systematic and disciplined approach to evaluating and improving the effectiveness of risk management control and governance processes. The risk management strategy, including the Fraud Prevention Plan, must be used to direct the internal effort. One of the objectives of the internal audit function is to assist the Audit Committee and Risk Committee, and through it the Accounting Authority and management, in the effective discharge of their responsibilities. This must be done through furnishing them with analyses, appraisals, recommendations, counsel and information concerning the activities that have been reviewed as well as regular follow-ups.

Other objectives/standards/controls of the audit function, which are subject to an evaluation, are to review the following:

- Internal control processes;- The information systems environment;- The reliability and integrity of financial and operational information;- The effectiveness of operations of PPECB;- Compliance with laws, regulations, policies, contracts and controls;- The safeguarding of assets;- The economical and efficient use of resources;- The achievement of established operational goals and objectives; and

5. SCOPE OF INTERNAL AUDIT

These terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38 (1) (a) (i) and (ii) of the PFMA (Public Finance Management Act) and in terms of section 3.2 of the Treasury Regulations for the provision of Internal Audit Services to PPECB.

The scope of the internal audit function includes the points listed below. However, should any other function be regarded as imperative by the tenderer, it should be added and clearly defined.

The internal audit function must, in consultation with PPECB Management, prepare:

a) A rolling three-year strategic Internal Audit Plan based on its assessment of key areas of risk for the PPECB, having taken into consideration the current operations, the operations proposed in its corporate or strategic plan and its risk management strategy.

b) An annual Internal Audit Plan.- Plans indicating the scope, cost and timelines of each audit in the annual internal audit.- Audit reports directed to Management and RISCO detailing its performance against the plan to allow

effective monitoring and intervention, when necessary.- It must co-ordinate with other internal and external providers of assurance to ensure proper

coverage and minimal duplication of effort.- The internal audit function must assist the Accounting Authority in maintaining effective controls by

evaluating those controls and developing recommendations for enhancement or improvement.c) It must assist the Accounting Authority in achieving the objectives of the PPECB by evaluating and

developing recommendations for the enhancement or improvement of the processes through which: - Objectives and values are established and communicated;- The accomplishment of objectives is monitored;- Accountability is ensured;- Corporate values are preserved;- The adequacy and effectiveness of the system of internal control are reviewed and appraised;- The relevance, reliability and integrity of management, financial and operating data and reports are

appraised;- Systems established to ensure compliance with policies, plans, procedures, statutory requirements

and regulations, which could have a significant impact on operations, are reviewed;- The means of safeguarding assets are reviewed and deemed as appropriate in verifying the

existence of such assets;

5 | P a g e

Page 6: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

- The economy, efficiency and effectiveness with which resources are employed are appraised;- The results of operations or programmes are reviewed to ascertain whether they are consistent with

the PPECB’s established objectives and goals and whether the operations or programmes are being carried out as planned; and

- The adequacy of established systems and procedures are assessed. d) The audits that will need to be taken into account at the PPECB are, among others:

- IT security and systems processes audit.- Conducting special assignments and investigations, on behalf of management or the CEO, into

any matter or activity affecting the probity, interest and operating efficiency of the PPECB.- Audit designed to detect fraud.

e) The firm will be required to perform annual risk workshops throughout the duration of the contract.f) The IT auditor assigned by the firm will be required to attend steering committee meetings for the ERP

project

6. FRAUD AND IRREGULARITIES

In planning and conducting its work, the internal auditor should seek to identify serious defects in internal controls, which might result in possible malpractices. Any such defects must be reported immediately to the CEO and/or Audit Committee without disclosing these to any other staff. This also applies to instances where serious fraud and irregularities have been uncovered.

7. QUALITY ASSURANCE REVIEWS OF THE WORK

The auditor shall ensure that all work conforms to the IIA Standards for Professional Practice. Such work may further be subjected to external quality assurance, as may be considered necessary.

8. MONITORING THE PROGRESS OF ASSIGNMENTS

On completion of each assignment, the auditor shall distribute the reports to Management, RISCO and the CFO. On a quarterly basis, a report on progress against the plan, significant findings and administrative matters will have to be presented to the Audit Committee.

The Engagement Partner and/or Senior Manager must attend all Audit Committee meetings.

9. INDEPENDENCE AND OBJECTIVITY OF STAFF

In carrying out the work, the auditor must ensure that their staff members maintain objectivity by remaining independent of the activities they audit.

10. DURATION OF CONTRACT

The contract is expected to run for five years, commencing on the date of signing the Service Level Agreement. It will, however, be renewable annually and this will be subject to a review of the previous year’s performance against the Internal Audit Plan. The successful tenderer should be able to start from April 2018.

11. REQUIREMENTS FOR TENDER SUBMISSION

Tenders must be supported by the following method statements, each should be referenced:

i. Auditors must provide management with a proposed methodology for undertaking the services which shall include as a minimum:- The proposed approach of the services required by the PPECB including meeting legislative

requirements, continuous improvements and experience with similar organisations;- Detailed Audit Plan indicating frequency of visits; and- Reporting and liaison arrangements during contract.

ii. Details of the proposed team including a named leader, the proposed management structure, qualifications, competence and relevant experience of the people to be employed on this project.

6 | P a g e

Page 7: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

iii. The Firm’s public liability insurance and professional indemnity insurance including names of insurer, policy numbers, expiry date and limits of any one incident.

iv. Contact details for three organisations for which you have performed similar work and who may be approached for references.

v. Any other information deemed to be appropriate and relevant to your tender submission.

The tender and accompanying documents shall be carefully parcelled, sealed and be delivered to the Procurement Officer no later than the closing date at 15H00. Failure to comply with these instructions may result in the tender being considered ineligible.

Written tenders will only be accepted in a sealed envelope or parcel which shall bear the word: Tender: Internal Audit Services.

No late tender shall be considered. Late tenders will be opened after the Contract has been awarded, for the sole purpose of identifying Tenderers.

Tenders will be opened in accordance with the relevant procedures.

12. TENDER EVALUATION SPECIFICATIONS AND PROCESS

Phase 1: Minimum Qualification Criteria

The service provider must meet the following competency requirements to qualify:

The Firm must be independent from PPECB and its Directors and be able to maintain its independence throughout the engagement.

The Firm must be registered as a public auditor in public practice with the Independent Regulatory Board of Auditors (IRBA) as well as South African Institute of Chartered Accountants (SAICA). The firm must provide evidence of a satisfactory result on their latest IRBA review results for the firm and for the engagement partner.

The Firm must be registered with the Institute of Internal Auditors. The firm must provide evidence of this registration.

The Firm must perform internal audits in accordance with the International Professional Practices Framework (IPPF) promulgated by the Institute of Internal Auditors (IIA). The Firm must provide evidence of a satisfactory result on their External Quality Assurance review performed within at least the last 5 years.

The Firm’s public liability insurance and professional indemnity insurance including names of insurer, policy numbers, expiry date and limits of any one incident.

Phase 2: Technical Evaluation

Functionality of the bids will be evaluated according to the predetermined evaluation criteria set out in the Evaluation Criteria below.

During this stage tenderers will be evaluated for functionality in two stages:

The tenderer must obtain a minimum overall score of 250 out of 300 points for functionality to move to the next stage of evaluation; those tenderers who fail to meet the minimum qualifying score will be disqualified from the process.

Tenderers will not rate themselves, but need to ensure that all information is supplied as required The Bid Evaluation Committee (BEC) will evaluate technical and functional requirements and score all

the bids as per the set criteria.

After fulfilling the minimum qualification criteria as set out above for the internal audit services, the short-listed firms will be evaluated in terms of the following criteria:

- Professional Competence and Integrity – The firm should be professional and competent in the practice of internal audit (attest function) as well as have high ethical standards.

- Relevant Experience – Have at least five (5) years’ experience in conducting government or similar audits. A firm which is familiar with the regulatory environment under which PPECB operates will be preferred. Knowledge of and exposure to the PFMA (Public Finance Management Act) and Treasury

7 | P a g e

Page 8: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

Regulations are non-negotiable as the Auditor General has specific requirements that auditors must cover.

- Independence and Objectivity – No conflict of interest must exist between partners and staff members of the firm and Board and staff members of PPECB. A detailed statement on the independence of the tenderer and the proposed Internal Audit Team is required.

- Track Record and Reputation – Preference will be given to a firm that has demonstrated technical ability, a good track record and reputation in the industry.

- Size of the Firm – A firm with a minimum of 5 partners, whom must be members of SAICA (South African Institute of Chartered Accountants and the IIA (Institute of Internal Auditors). Key audit team members responsible for PPECB’s audits must be registered with the IIA (Institute of Internal Auditors).

- Capacity to conduct audits at PPECB – Regard will be given to the availability of staff to be assigned to PPECB to perform ongoing internal audit engagements. Key audit team members must be based in Cape Town.

- Capacity to conduct Information Technology audits – The firm must have in-house IT Auditors with more than five years’ experience in the auditing of IT general and application controls as well as large scale IT projects.

- IT Auditors to have knowledge and experience with the review of the controls relating to design, development and implementation of an ERP system.

- Computer-assisted audit techniques – The use of audit software (e.g. ACL, IDEA) must be incorporated in the engagement methodology.

- Commitment to follow National Treasury Guidelines applicable to service providers of the public entities.

Points will be allocated to criteria within the following framework:

Peremptory Requirements Reference Page

1. The Firm must be independent from PPECB and its Directors and be able to maintain its independence throughout the engagement.

2. Must be registered as a public auditor in public practice with the Independent Regulatory Board of Auditors (IRBA) as well as South Institute of Chartered Accountant (SAICA). The Firm must provide evidence of a satisfactory result on their latest IRBA review results for the Firm and for the engagement partner.

3. Must be registered with the Institute of Internal Auditors. The Firm must provide evidence of this registration.

4. The Firm must disclose all past, current or pending ethical/governance/criminal investigations and/or judgements against their organisation and/or its directors/partners/board members in the last 3 years.

5. The Firm must perform internal audits in accordance with the International Professional Practices Framework (IPPF) promulgated by the Institute of Internal Auditors (IIA). The Firm must provide evidence of a satisfactory result on their External Quality Assurance review performed within at least the last five (5) years.

6. The Firm’s public liability insurance and professional indemnity insurance including names of insurer, policy numbers, expiry date and limits of any one incident.

Technical Requirements Maximum Points

Reference Page

1. Experience in the audit of Public Entities Advanced understanding of and sufficient exposure to the Public Finance

Management Act of 1999 and the Protocol on Corporate Governance for Public Entities.

Experience in the auditing of public entities, with reference letters External references, the size of audits and the size of the client base.

90

8 | P a g e

Page 9: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

ScoringProvide written reference of at least three (3) prior internal audit assignments, one of which must be a Public Entity. Include the contact details of the references. References received from Public Entities: 30 points for each entity with total income above R300 million Private Entities: 5 points for each entity or entities within a group with total

income above R300 million Entities with turnover below R300 million: 0 points

2. Qualifications and experience of team members The relevant individuals must be registered with the IIA Detailed CVs of the auditor/s who will be responsible for managing the

internal audits and the person who will be signing the audit plan and reports.

ScoringCurriculum Vitae of proposed Engagement Partner, three other Partners and the Audit Manager which supports relevant experience. Three and more partners with more than five years’ experience in the Public

Sector and all key audit team members are based in Cape Town: 50 points. Three and more partners with more than five years’ experience in the Public

Sector and all key audit members are not based in Cape Town: 20 points Less than three partners of which one partner has less than five years’

experience in the Public Sector: 10 points Curriculum Vitae not attached: 0 points

50

3. Ability to provide the services and adequate institutional support Demonstration of the experience of the firm in internal audit services,

including specialised skills, expertise and value-added services. Demonstration of the firm’s substantial internal audit experience. Specialised skills, expertise and value-added services in the field of internal

audit, with an emphasis on best practice methodology, tools and technology used.

Have the capacity to perform audits at all the PPECB’s regional offices in South Africa.

Scoring Demonstrated that sufficient capacity available to conduct audits nationally:

40 points Did not demonstrate that sufficient capacity available to conduct audits

nationally: 0 points Firm has more than 10 years’ experience in internal audits: 40 points Firm has between 6 and 10 years’ experience in internal audits: 20 points Firm has less than 6 years’ experience in internal audits: 0 points

80

4. Availability of computer audit skills and tools.Audit firm should have dedicated in-house qualified Information Technology auditors, with at least five years’ experience in the auditing of IT general and application controls as well as large scale IT projects. IT Auditors to have knowledge and experience with the review of the controls relating to design, development and implementation of an ERP system. Audit firm should include the use of computer-assisted audit techniques in their engagement methodology to ensure that they are able to analyse large volumes of data to identify anomalies.

ScoringWritten confirmation to be provided of the analytical software used by the firm. The Firm has an in-house IT Auditor with more than five years’ experience in

the auditing of IT general and application controls as well as large scale IT projects. IT Auditors to have knowledge and experience with the review of the controls relating to design, development and implementation of an ERP system. Curriculum Vitae is attached: 30 points

The Firm has an in-house IT Auditor with more than five years’ experience in the auditing of IT general and application controls as well as large scale IT projects. IT Auditors to have knowledge and experience with the review of the controls relating to design, development and implementation of an ERP system. Curriculum Vitae is not attached: 0 points

The firm does not have an in-house IT auditor or less than five years’ experience in auditing of IT general and application controls as well as large scale IT projects: IT Auditors do no have knowledge and experience with the review of the controls relating to design, development and implementation of an ERP system. 0 points

CaseWare IDEA or ACL software used for data analytics: 20 points Any other software used for data analytics: 10 points No data analytical software used as part of the engagement methodology: 0

points

50

5. Reliance on PPECB’s Fees

Will not be over-reliant on the PPECB’s audit fee as income for the firm.

30

9 | P a g e

Page 10: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

Latest audited financial statements to be provided.o Less than 10% of total fees: 30 pointso Between 10% and 30%: 10 pointso Above 30%: 0 points

6. Total Points A tenderer must obtain a minimum of 250 points to qualify for the short-list.To enable the PPECB to evaluate the entity on the above criteria, please ensure that adequate documentation is attached.

300

Tenders will be evaluated for functionality and bidders must meet a minimum functionality threshold of 250. Tenderers scoring less than 250 points will be disqualified.

Phase 3: Pricing and BEE Evaluation

The following preference point systems are applicable to all bids whereby preference points shall be awarded for Price; and B-BBEE Status Level of Contribution.

the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); and

the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).

The value of this bid is estimated not to exceed R50 000 000 and therefore the 80/20 system shall be applicable.

13. FINANCIAL PROPOSAL

Points awarded for price (80 points)

It is understood that internal audits are based on hourly rates and that budgets are compiled once the appointed auditor has assessed the likely extent of the work and therefore, should we require additional audit assignment hours, proposals will be compared on the basis of hourly rates. Firms are required to submit a table of hourly rates as required in the table below.

Category Rate per hour

Partner / Director R

Senior Manager R

Manager R

Assistant Manager R

Supervisor R

Senior Auditor R

Trainee Auditor R

IT Auditor R

Rates should be inclusive of overheads and VAT. If a particular category does not exist for the firm, it can be omitted. The cost quoted excludes costs that relate to travelling and accommodation. Commitment, however, is required to follow National Treasury Guidelines that are also applicable to service providers of public entities.

It is recognised that it is difficult for a prospective bidder to be firm about the extent of the work based solely on the terms of reference. However, to assist with assessments, a firm must provide a typical distribution of time for members of the audit team on a job of this nature. This should be expressed in

10 | P a g e

Page 11: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

percentages of the total person-hours billed on a typical job (see table below, which is indicative only and not binding on the firm).

Category Typical % of Total Hours on Project

Partner / Director %

Senior Manager %

Manager %

Assistant Manager %

Supervisor %

Senior Auditor %

Trainee Auditor %

IT Auditor %

No variation, to the accepted quote, will be allowed unless the service provider has obtained prior written approval from PPECB.

NOTE: Quoted prices to be valid for 90 days and no variation to the accepted quote will be allowed unless the service provider has obtained prior written approval from PPECB.

Points awarded for B-BBEE status level of contribution (20 points)

In terms of Regulations 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points will be awarded to a tenderer for attaining the B-BBEE status level of contribution in accordance with the table as set out in the Preference Points Claim Form. Tenderers must provide a certified copy of the valid BBBEE certificate.

Note: PPECB reserves the right to appoint a tenderer other than the one that scored the highest points.

14. SPECIAL CONDITIONS

PPECB reserves the right to require of a tenderer, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the PPECB. PPECB reserves the right to invite tenderers for presentations before the award of the bid.

PPECB may decide to have compulsory presentations made either by all tenderers who have obtained at least 84% of the marks for functionality, or by ranked bidders once the functionality, price and preference marks have been combined. Presentations shall only affect the marks awarded for functionality.

If the date of the presentation meeting is not indicated in the bid document, at least three days’ notice will be given to tenderers required to attend the presentation as well as the details of the venue for the presentation.

PPECB reserves the right to reject any proposal found to be inadequate or non-compliant to the Terms of Reference. The successful tenderer(s) may be required to sign a Service Level Agreement (SLA). The Tenderer may not intend to assign, in whole or in part, any of its obligations to perform in terms of the contract to any third party, unless prior consent is obtained in writing. A tenderer may not intend to cede his right to payment in terms of a contact to a third party without prior written consent.

15. FORM OF CONTRACT

The PPECB and the successful Tenderer will enter into a written contract in respect of the services required by the PPECB as detailed in this Invitation to Tender. The form of contract will be as agreed between the PPECB and the successful Tenderer.

11 | P a g e

Page 12: Invitation to Tender Web viewIAS /2017/16. A . Soft Copy ... terms of reference are intended to provide a scope of work and deliverables to Internal Auditors in terms of section 38

16. FURTHER INFORMATION

For further information a tenderer may contact the Procurement Officer at the address shown below:

Physical Address PPECB45 Silverboom AvenuePlattekloof

Postal Address PPECBThe Procurement OfficerPO Box 15289Panorama7506

Contact number +27 21 9301134Technical Enquiries Claudine Farrell - [email protected] Enquiries Ikanyeng Matloko – [email protected]

12 | P a g e