Post Job Free

Resume

Sign in

general worker

Location:
Pretoria, GP, South Africa
Posted:
January 06, 2016

Contact this candidate

Resume:

T**/**/**

REQUEST FOR PROPOSAL FOR THE

PROVISION OF DEEP CARPET

CLEANING AND MAINTENANCE

SERVICES FOR THE IDC HEAD OFFICE

IN SANDTON

A compulsory Briefing Session will be

held on, Monday, 17 August 2015 at

11h00 at the IDC Head Office situated on

19 Fredman Drive in Sandton

CLOSING DATE: Monday, 24 August

2015 AT 12:00 NOON

Industrial Development Corporation

Page 2

TABLE OF CONTENTS

SECTION 1: GENERAL CONDITIONS OF BID 3

1. Proprietary Information 4

2. Enquiries 4

3. Bid Validity Period 4

4. Instructions on submission of Bids 4

5. Preparation of Bid Response 5

6. Supplier Performance Management 5

7. Supplier Development 6

8. IDC’s Rights 6

9. Undertakings by the Bidder 6

10. Reasons for disqualification 7

11. Local Production and Content 7

12. Response Format (Returnable Schedules) 8

13. Evaluation Criteria and Weightings 10

14. Promotion of Emerging Black owned Service Providers 11 SECTION 2: FUNCTIONAL REQUIREMENTS SPECIFICATION 12 1. Special instructions to bidders 13

2. Background Information 13

3. Scope of Work 14

4. Project Timelines 16

5. Technical Evaluation Criteria 16

SECTION 3: PRICE PROPOSAL 21

SECTION 4: ANNEXURES 27

Industrial Development Corporation

Page 3

SECTION 1: GENERAL CONDITIONS OF BID

Page 4

1. Proprietary Information

Industrial Development Corporation of SA Ltd (IDC) considers this Request for Proposal

(RFP) and all related information, either written or verbal, which is provided to the respondent, to be proprietary to IDC. It shall be kept confidential by the respondent and its officers, employees, agents and representatives. The respondent shall not disclose, publish, or advertise this RFP or related information to any third party without the prior written consent of IDC.

2. Enquiries

2.1 All communication and attempts to solicit information of any kind relative to this RFP should be channelled in writing to:

Name: Mr. Mandisi Ngozi

Telephone Number: +27 Office: 11 269 3883

Email address: acs0pd@r.postjobfree.com

2.2 Enquiries in relation to this RFP will not be entertained after 16h00 on 17 August 2014. 2.3 The enquiries will be consolidated and IDC will issue one response and such response will be posted, within two days after the last day of enquiries, onto the IDC website

(www.idc.co.za) under tenders i.e. next to the same RFP document. 2.4 The IDC may respond to any enquiry in its absolute discretion and the bidder acknowledges that it will have no claim against the IDC on the basis that its bid was disadvantaged by lack of information, or inability to resolve ambiguities. 3. Bid Validity Period

Responses to this RFP received from bidders will be valid for a period of 120 days counted from the bid closing date.

4. Instructions on submission of Bids

4.1 Bids should be submitted in duplicate (2 hard copies) and one electronic copy (on CD) in PDF format all bound in a sealed envelope endorsed, T19/07/15: REQUEST FOR PROPOSAL FOR THE PROVISION OF DEEP CARPET CLEANING AND MAINTENANCE SERVICE FOR THE IDC HEAD OFFICE IN SANDTON. The sealed envelope must be placed in the bid box at the Main Reception area of the IDC Building, 19 Fredman Drive Sandton by no later than 12:00 noon on Monday, 24 August 2015. 4.2 Bids must be submitted in the prescribed response format, herein reflected as Response Format.

4.3 The bid closing date, bidder name and the return address must also be endorsed on the envelope.

4.4 If a courier service company is being used for delivery of the bid response, the bid description must be endorsed on the delivery note/courier packaging and the courier must ensure that documents are placed / deposited into the bid box. The IDC will not Page 5

be held responsible for any delays where bid documents are handed to the IDC Receptionist.

4.5 No bid response received by telegram, telex, email, facsimile or similar medium will be considered.

4.6 Where a bid response is not in the bid box at the time of the bid closing, such a bid document will be regarded as a late bid. It is the IDC’s policy not to consider late bids for tender evaluation.

4.7 Amended bids may be sent in an envelope marked “Amendment to bid” and should be placed in the bid box before the closing time.

5. Preparation of Bid Response

5.1 All the documentation submitted in response to this RFP must be in English. 5.2 The bidder is responsible for all the costs that it shall incur related to the preparation and submission of the bid document.

5.3 Bids submitted by bidders which are, or are comprised of companies must be signed by a person or persons duly authorised thereto by a resolution of the applicable Board of Directors, a copy of which Resolution, duly certified, must be submitted with the bid. 5.4 The bidder should check the numbers of the pages of its bid to satisfy itself that none are missing or duplicated. No liability will be accepted by IDC in regard to anything arising from the fact that pages of a bid are missing or duplicated. 5.5 A list of all references (minimum of 3, as per the Functional Evaluation Criteria set out in section 2 of the RFP) must be included in the bid response. 5.6 A valid tax clearance certificate must be included in the bid response, or proof of application endorsed by SARS in this regard.

5.7 A copy(s) of valid and current certificates from the professional organizations/ bodies that the bidder is affiliated to or a member of, must be included in the bid response. 6. Supplier Performance Management

Supplier Performance Management is viewed by the IDC as a critical component in ensuring value for money acquisition and good supplier relations between the IDC and all its suppliers.

The successful bidder shall upon receipt of written notification of an award, be required to conclude a Service Level Agreement (SLA) with the IDC, which will form an integral part of the supply agreement. The SLA will serve as a tool to measure, monitor and assess the supplier‘s performance and ensure effective delivery of service, quality and value-add to IDC’s business.

Successful bidders will be required to comply with the above condition, and also provide a scorecard on how their product / service offering is being measured to achieve the objectives of this condition.

Page 6

7. Supplier Development

The IDC promotes enterprise development. In this regard, successful bidders may be required to mentor SMMEs and/ or Youth-Owned businesses. The implications of such arrangement will be subject to negotiations between the IDC and the successful bidder. 8. IDC’s Rights

8.1 The IDC is entitled to amend any bid conditions, bid validity period, RFP specifications, or extend the bid closing date, all before the bid closing date. All bidders, to whom the RFP documents have been issued and where the IDC have record of such bidders, may be advised in writing of such amendments in good time and any such changes will also be posted on the IDC’s website under the relevant tender information. All prospective bidders should therefore ensure that they visit the website regularly and before they submit their bid response to ensure that they are kept updated on any amendments in this regard.

8.2 The IDC reserves the right not to accept the lowest priced bid or any bid in part or in whole. It normally awards the contract to the bidder who proves to be fully capable of handling the contract and whose bid is functionally acceptable and/or financially advantageous to the IDC.

8.3 The IDC reserves the right to award this bid as a whole or in part. 8.4 The IDC reserves the right to conduct site visits at bidder’s corporate offices and / or at client sites if so required.

8.5 The IDC reserves the right to consider the guidelines and prescribed hourly remuneration rates for consultants as provided in the National Treasury Instruction 01 of 2013/2014: Cost Containment Measures, where relevant. 8.6 The IDC reserves the right to request all relevant information, agreements and other documents to verify information supplied in the bid response. The bidder hereby gives consent to the IDC to conduct background checks on the bidding entity and any of its directors / trustees / shareholders / members.

9. Undertakings by the Bidder

9.1 By submitting a bid in response to the RFP, the bidder will be taken to offer to render all or any of the services described in the bid response submitted by it to the IDC on the terms and conditions and in accordance with the specifications stipulated in this RFP document.

9.2 The bidder shall prepare for a possible presentation should IDC require such and the bidder shall be notified thereof in good time before the actual presentation date. Such presentation may include a practical demonstration of products or services as called for in this RFP.

9.3 The bidder agrees that the offer contained in its bid shall remain binding upon him/her and receptive for acceptance by the IDC during the bid validity period indicated in the RFP and calculated from the bid closing hour and date such offer and its acceptance shall be subject to the terms and conditions contained in this RFP document read with the bid.

Page 7

9.4 The bidder furthermore confirms that he/she has satisfied himself/herself as to the correctness and validity of his/her bid response; that the price(s) and rate(s) quoted cover all the work/item(s) specified in the bid response documents; and that the price(s) and rate(s) cover all his/her obligations under a resulting contract for the services contemplated in this RFP; and that he/she accepts that any mistakes regarding price(s) and calculations will be at his/her risk.

9.5 The successful bidder accepts full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on him/her under the supply agreement and SLA to be concluded with IDC, as the principal(s) liable for the due fulfilment of such contract.

9.6 The bidder accepts that all costs incurred in the preparation, presentation and demonstration of the solution offered by it shall be for the account of the bidder. All supporting documentation and manuals submitted with its bid will become IDC property unless otherwise stated by the bidder/s at the time of submission. 9.7 The bidder warrants that the goods proposed under this RFP are new, unused, of the most recent or current models; and that they incorporate all recent improvements in design and materials unless provided otherwise in this RFP. The bidder further warrants that all goods proposed under this RFP shall have no defect, arising from design, materials, or workmanship (except when the design and/or material is required by the RFP’s specifications) or from any act or omission of the bidder, that may develop under normal use of the proposed goods in the conditions prevailing in South Africa.

10. Reasons for disqualification

10.1 The IDC reserves the right to disqualify any bidder which does any one or more of the following, and such disqualification may take place without prior notice to the offending bidder, however the bidder will be notified in writing of such disqualification: 10.1.1 bidders who do not submit a valid and original Tax Clearance Certificate or proof of application of such as endorsed by SARS on the closing date and time of the bid;

10.1.2 bidders who submit incomplete information and documentation according to the requirements of this RFP document;

10.1.3 bidders who submit information that is fraudulent, factually untrue or inaccurate information;

10.1.4 bidders who receive information not available to other potential bidders through fraudulent means;

10.1.5 bidders who do not comply with mandatory requirements if stipulated in the RFP document;

10.1.6 bidders who fail to attend a compulsory briefing session if stipulated in the tender advert and/ or in this RFP document; and/or

10.1.7 bidders who fail to comply with FICA requirements. 11. Local Production and Content

The IDC promotes Local Production and Content. In the case of designated sectors, only locally produced goods, services or works or locally manufactured goods, with a stipulated Page 8

minimum threshold for local production and content will be considered. IDC reserves the right at its sole discretion to set minimum thresholds for sectors which may not have been declared as designated sectors by the dti in an effort to stimulate local production and content where relevant.

12. Response Format (Returnable Schedules)

Bidders shall submit their bid responses in accordance with the response format specified below (each schedule must be clearly marked):

12.1 Cover Page: (the cover page must clearly indicate the RFP reference number, bid description and the bidder’s name)

12.2 Schedule 1:

12.2.1 Executive Summary (explaining how you understand the requirements of this RFP and the summary of your proposed solution)

12.2.2 Annexure 1 of this RFP document (duly completed and signed) 12.3 Schedule 2

12.3.1 Original and valid Tax Clearance Certificate(s) (TCC); 12.3.2 Originally certified copies of bidder’s CIPC company registration documents listing all members with percentages, in case of a CC. 12.3.3 Originally certified copy of ID document for the Company Representative 12.3.4 Annexure 2 of this RFP document (duly completed and signed); 12.3.5 Annexure 5 of this RFP document (duly completed and signed); 12.3.6 Annexure 6 of this RFP document (duly completed and signed); 12.3.7 B-BBEE verification certificate indicating the contribution level of the bidding entity

12.3.8 For Exempted Micro Enterprises (EME) with an annual turnover less than R10 million, a sworn affidavit confirming the annual total revenue and level of black ownership. An EME that has at least 75% black beneficiaries qualifies for elevation to "Level One Contributor” and an EME that has at least 51% black beneficiaries qualifies for elevation to "Level Two Contributor”. Any misrepresentation in terms of the declaration constitutes a criminal offence as set out in the B-BBEE Act as amended.

Note: If a bidder is a Consortium, Joint Venture or Prime Contractor with Subcontractor(s), the documents listed above (12.3.1-12.3.7) must be submitted for each Consortium/ JV member or Prime Contractor and Subcontractor(s).

12.3.9 Copy of Joint Venture/ Consortium/ Subcontracting Agreement duly signed by all parties (if applicable)

12.4 Schedule 3:

12.4.1 Response to Section 2 of this document, in line with the format indicated in this RFP document.

12.4.2 Annexure 3 of this RFP document, duly completed and signed 12.4.3 Annexure 4 of this RFP document, duly completed and signed (if applicable) Page 9

12.5 Schedule 4: Price Proposal (response to Section 3 of this RFP document) (Must be submitted in a separate envelope within the sealed envelope of the bid) 12.6 One (1) CD with all Schedules listed above, also included in the sealed envelope of the bid

Page 10

13. Evaluation Criteria and Weightings

Bids shall be evaluated in terms of the following process: 13.1 Phase 1: Initial Screening Process: During this phase, bid responses will be reviewed for purposes of assessing compliance with RFP requirements including the general bid conditions, which requirements include the following:

Submission of a valid Tax Clearance Certificate as referenced in 12.3.1 above

Submission of Company Registration Forms as referenced 12.3.2 above

Submission of ID copy for the Company Representative as referenced in 12.3.3 above

BEE Status Certification as referenced in 12.3.7 & 12.3.8 above

Completion of all Standard Bidding Documents and other requirements, as reflected in this RFP, which covers the following:

Section 2: Statement of compliance with the Functional Evaluation Criteria for this RFP

Section 3: Cost Proposal and Price Declaration Form

Annexure 1: Acceptance of Bid Conditions

Annexure 2: Supply Chain Management Questionnaire

Annexure 3: Bidders Experience & Project Team

Annexure 4: Declaration Form for Local Content

Annexure 5: Declaration of Interest

Annexure 6: Shareholders’ Information/ Group Structure Failure to comply with the requirements assessed in Phase 1 (compliance), may lead to disqualification of bids.

13.2 Phase 2: Technical/ Functionality Evaluation

Bid responses will be evaluated in accordance with the Functional criteria as follows: 13.2.1 Mandatory Functional/ Technical Requirements All bid responses that do not meet the Mandatory Functional Requirements will be disqualified, and will not be considered for further evaluation on the Non- Mandatory Functional Requirements. The Mandatory Functional Requirements are stated in section 2 of this RFP document.

Failure to comply with the Mandatory Functional Requirements assessed in phase 2 may lead to disqualification of bids.

Page 11

13.2.2 Other Functional/ Technical Requirements

With regard to the other Functional Requirements, the following criteria (set out in more detail in section 2 of this RFP document) and the associated weightings will be applicable:

ELEMENT WEIGHT

Bidder’s Relevant Experience 20

Bidder’s Proposal 35

Carpet Cleaning & Maintenance Programme/Schedule 20 Occupational Health and Safety 25

TOTAL

100%

Note: The minimum qualifying score for functionality is 70%. All bids that fail to achieve the minimum qualifying score on functionality shall not be considered for further evaluation on Price and BEE, in Phase 3.

13.3 Phase 3: Preference Point System

All bids that achieve the minimum qualifying score for Functionality (acceptable bids) will be evaluated further in terms of the preference point system, as follows: CRITERIA POINTS

Price 90

B-BBEE 10

TOTAL 100 points

14. Promotion of Emerging Black owned Service Providers It is the IDC’s objective to promote transformation across all industries and/ or sectors of the South African economy and as such, bidders are encouraged to partner with a black owned entity (being 50%+1 black owned and controlled). Such partnership may include the formation of a Joint Venture and/ or subcontracting agreement etc., where a portion of the work under this tender would be undertaken by black owned entities. To give effect to this requirement, bidders are required to submit a partnership / subcontracting proposal detailing the portion of work to be outsourced, level of involvement of the black owned partner and where relevant, submit a consolidated B-BBEE scorecard in-line with the provisions of the PPPFA Regulations which will be considered as part of the B-BBEE scoring listed in 13.3.

Page 12

SECTION 2: FUNCTIONAL REQUIREMENTS SPECIFICATION

Page 13

SECTION 2: FUNCTIONAL REQUIREMENTS SPECIFICATION

1. Special instructions to bidders

1.1 Should a bidder have reason to believe that the Functional Requirements are not open

/ fair and/or are written for a particular brand or product or service provider; the bidder must notify IDC Procurement within five (5) days after publication of the RFP. 1.2 Bidders shall provide full and accurate answers to the questions posed in this RFP document, and, where required explicitly state either “Comply/Not Comply” regarding compliance with the requirements. Bidders must substantiate their response to all questions, including full details on how their proposal/solution will address specific functional/ technical requirements; failure to substantiate may lead to the bidder being disqualified. All documents as indicated must be supplied as part of the bid response. 1.3 Failure to comply with Mandatory Requirements may lead to the bidder being disqualified.

2. Background Information

The IDC Head Office is situated on 19 Fredman Drive, Sandown, Sandton, Johannesburg; it comprises of two adjacently located buildings. The buildings are fairly seasoned in terms of service length with a combined average service length of 30 years. In 2010 an upgrade of the facilities’ internal fabric was commissioned which focused on implementing an open plan layout with new floor coverings.

The IDC Head Office’s two buildings are referred to as IDC 1 and IDC 2; IDC 1 has the greater floor space at 19 650 m2, with IDC 2 at 2,850 m2 on average. The IDC 1 facility operates as the HUB of the IDC Head Office as it houses the main reception with estimated +- 200 visitors per day, with carpeted open plan floor work space housing +- 850 employees and a carpeted 1 000-seater auditorium. The IDC 2 facility has a much lesser floor space and consists of 3 storeys of open plan work space and an adjacent gymnasium facility which measures around 350 m2.

The Deep Carpet Cleaning and Maintenance services required by IDC can, in a broad sense, be described as, “Any work done requiring the removal of dirt from, and providing an aesthetic or hygienic improvement to carpeted floor surfaces, on or around the IDC’s buildings”. This service is to ensure that the corporation’s floor carpets are maintained in such a manner that their value is not eroded for maximisation of service length and maintenance of their warranties and guarantees. The successful bidder will be responsible for the full implementation of the quarterly carpet cleaning services. The IDC prides itself in ensuring compliance to all legislated regulations of the country thus IDC seeks to appoint professional carpet deep cleaning and maintenance service provider who will provide the IDC with the management functions and overall supervision of this service.

Page 14

3. Scope of Work

The IDC seeks to appoint an experience deep carpet cleaning and maintenance service provider. The service provider will be expected to use proper equipment, PPE, bio- degradable detergents/chemicals, provide trained staff and the expertise required to maintain the acceptable aesthetics standard of the IDC carpeted floors. It is important to note that the IDC has a resident cleaning service provider who is responsible for the day to day carpet maintenance requirements, which include but not limited to minor spill/spot stain removal and carpet pile power vaccumation. The prospective service provider is therefore expected to conduct the following scheduled carpet maintenance services:

Quarterly Service: the service provider will employ deep corrective carpet cleaning

(deep cleaning) methods for the removal of any contaminant build-up e.g. dirt, odour and etc, for all carpeted areas including 16 barrier mats (size: 3.60mx2m) and Persian carpets; and

Ad-Hoc Service: The service provider should also possess capability to respond to ad-hoc cleaning service requests for the duration of the contract, for the removal of large spills and spots using dry foam cleaning methods on carpets, upholstered couches, executive diner chairs and workstation screens. 4. Quarterly Maintenance Services Working Hours

The IDC operates on an 8 hour shift routine basis from Monday to Friday for the majority of employees, with a limited number of employees working extended hours; thus the service provider will be required to conduct the quarterly carpet cleaning and maintenance service after working hours (17H00 pm - 06H00 am) or over the weekend (anytime that suites the service provider). The service provider will be required to complete the quarterly deep carpet cleaning and maintenance service for both buildings as per the approved Carpet Cleaning & Maintenance Programme/Schedule; however the schedule should not exceed a period of three weeks.

5. Floor Coverings

The IDC building floors are covered in an array of floor carpets which are SABS rated and the majority of these are carpet tiles with a 2(SANS 10177-IV) fire index rating. The supplier is expected to clean the carpeted floor surfaces in accordance SABS or international Standards.

The buildings’ carpeted floor surfaces are covered with the following: Floor Surface Specifications

Type 1 Belgotex Lynx (500x500) Nexbac Tile

Type 2 Belgotex Time Square: Downtown Colour(500x500) Nexbac Tile Type 3 Belgotex Time Square: Black Colour(500x500) Nexbac Tile Type 4 Belgotex Cobble Design (500x500) Nexbac Tile Type 5 Belgotex Baltimore Design (500x500) Nexbac Tile Page 15

Type 6 Belgotex Baltimore: Colour Ink (500x500) Nexbac Tile Type 7 Belgotex Baltimore: Colour Ink Broadloom

Type 8 Belgotex Westminster Broadloom: Stucco

Type 9 Belgotex Westminster Broadloom: Umbria

Type 10 Belgotex Westminster Broadloom: Black City 6. Service areas

The following are key service areas found in each building including floor surface specifications in each area for assistance in quantifying the scope of works within the buildings:

IDC 1

Area/ Item Quantity Floor Surface Spec

Reception 1 Types 8-10

Open Plan/ Workstations 700 Type 1 & 2

Meeting Rooms 46 Type 10

Boardrooms 2 Type 7

Pause Areas 18 Type 1

Auditorium

Area Quantity Floor Surface Spec

Gallery 1 Type 10

Meeting rooms 4 Type 10

Foyer/ Passageway 1 Type 10

Executive Area

Area Quantity Floor Surface Spec

Open Plan 26 Type 1 & 2

IDC 2

Area Quantity Floor Surface Spec

Reception 1 Types 8-10

Open Plan (Workstations) 120 Type 1 & 2

Meeting Rooms 8 Type 10

Pause Areas 6 Type 1

Page 16

IDC 2 Gymnasium

Area Quantity Floor Surface Spec

Workout Floor 1 Tile Carpet

7. Induction

The successful service provider will be expected to attend an induction meeting where a formal handover will be conducted and be familiarized with IDC site compliance requisites, policies and procedures on commencement of the service contract. 8. Project Timelines

The appointed service provider(s) will be required to start immediately after signing the contract and provide the services for a period of three (3) years, subject to annual review of service provider’s performance. The IDC reserves the right to extend the term of appointment for a longer period but not beyond five (5) years. 9. Technical Evaluation Criteria

9.1 Mandatory Technical Requirements

The bidder must indicate its compliance / non-compliance to the requirements and should substantiate its response in the space provided below. If more space is required to justify compliance, please ensure that the substantiation is clearly cross-referenced to the relevant requirement. The bidders must provide/attach all the required supporting documents where they are required and failure to do so may disqualify their bid response. 9.1.1 Compliance to statutory labour requirements Comply Not

Comply

The service provider will be required to comply, during the course of the contract period, with all labour statutory requirements e.g. UIF, COIDA, etc.

Substantiate / Comments

9.1.2 Compliance to Occupational Health and Safety Comply Not

Comply

The appointed service provider must comply with all OHS requirements relevant to the services they are offering to the IDC for the duration of the contract in accordance to the OHS Act. Substantiate / Comments

Page 17

9.1.3 Public Liability Comply

Not

Comply

The appointed service provider will be required to take out sufficient cover to protect IDC from such claims. The service provide must provide proof of cover within 30 days of appointment and / or before commencement of the service (whichever is earlier). Substantiate / Comments

9.1.4 Site File Comply

Not

Comply

The appointed service provider must compile and provide a IDC specific Site File which will include all Statutory and Management information/documents such as:

OHS Policy and Procedures;

Safe works Procedures;

Risk Assessments Procedures;

Insurance documents/details;

Carpet cleaning programme/schedule;

Department of Labour documents e.g. COIDA, UIF and etc. The service provider will be required to provide a comprehensive site file within 30 days after appointment. The service provider will be required to do an IDC site assessment and to update, if required, any of its standard procedures as listed above, to suit any IDC specific site requirements.

Substantiate / Comments

9.1 9.1.5 Equipment and Consumables Comply Not Comply The appointed service provider shall provide all the necessary resources and tools (i.e. proper working equipment, and biodegradable chemical products) to render the quarterly deep carpet cleaning service.

Substantiate / Comments

Page 18

9.2 9.1.6 Uniform & Personnel Protective Equipment (PPE) Comply Not Comply The appointed service provider shall ensure that all its personnel wear acceptable uniform and ensure adequate provision of PPE that is compliant to all regulatory requirements relating to the service. The general personnel appearance should befit that of a corporate environment in terms of aesthetics. The bidder should ensure that employees are easily identified by providing name tags depicting the company logo and name for their staff members (i.e. branded name tags).

Substantiate / Comments

9.3 9.1.7 Management & Staff Requirements Comply Not Comply The service provider will be expected to provide all resources pertaining to the rendering of the service; this includes management, supervisory and operational staff. The service provider must comply to the following responsibilities, but not limited to:

The monitoring of service to be conducted in accordance to contract and SLA requirements;

The service provider must attend quarterly management meetings which will be held at the IDC offices in Sandton to discuss all contract related issues.

Substantiate / Comments

9.1.8 Adherence to Quality Standards Comply

Not

Comply

The service provider will be expected to maintain good quality standards and ensure value to the IDC. The service provider must adhere to the following:

Use only SABS approved equipment;

Use only biodegradable chemicals/detergents which are SABS approved; and

Allocate trained staff to perform the service

The service provider must submit together their bid response a Materials Safety Data Sheet (MSDS) for all hazardous and non – hazardous chemical(s) the supplier proposes to use. Substantiate / Comments

Page 19

9.2 Non-Mandatory Technical Requirements

The bidder must



Contact this candidate