RFP Provisioning of Security Services at the GEPF Offices(GPAA 29/2015)

Page created by Duane Byrd
 
CONTINUE READING
RFP Provisioning of Security Services at the GEPF Offices(GPAA 29/2015)
Confidential

   Government Pensions Administration
           Agency (GPAA)

         Request for Proposals for the Provisioning of
   Security Services at the GEPF Durban Office and
                                   Pietermaritzburg Office.

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
     1 of 41
Map to
                                                         Chief Directorate : Pensions Administration

                                                                                                                                                                              N
                                                                          (GPAA
                                                                34 Hamilton Street, Arcadia
          Johannesburg                                                 (012) 319-1000
                                                                                                                                                                              Pietersburg

                                                                                           Chuch Str
                                                                Esselen Str

                                                                                                                                                         Southpansberg Road
                                                                                                       Vermeulen Str

                                                                                                                       Proes Str
                                                                                                                                                                                  Pretoria
                                                                                                                                                                                 Academic

                                                                                                                                   Belvedere Str
                                                                                                                                                                                  Hospital
                                   Keep to                                                                                                                                         (Old HF
                                                                                                                                                                                 Verwoerd)
       Pretoria East/

                                Sunnyside signs
        Monument

                                                                                Sterland
           R101

                                                                              Beatrix Road                                                         Voortrekkers Road

                        Ben Schoeman High way

                                   Keep to
                                                                                                                                                   Hamilton Str
                              Johannesburg signs
                                                                                Troy Str
                                                   Walker Str

                          UNISA

                                                                                                                                                        GPAA
                                                                                                                                                   34 Hamilton Street

ALL BID DOCUMENTS TO BE DEPOSITED AT THE TENDER BOX SITUATED AT THE
RECEPTION AREA AT:
34 HAMILTON STR
PRETORIA ARCADIA

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
                                                                                        	
     2 of 41
Table of Contents

1.       INVITATION TO BID                                                                                          4

2.       DELIVERY ADDRESS                                                                                           4

3.       SCOPE OF WORK                                                                                              4

4.       DURATION OF CONTRACT                                                                                       4

5.       SERVICE LOCATION                                                                                           4
5.1      LOCATION                                                                                                   4
5.2      SCHEDULE OF SERVICES                                                                                       5
5.3      SECURITY EQUIPMENT / TOOLS TO BE PROVIDED                                                                  5

6.       DETAILED REQUIREMENTS                                                                                      6
6.1      SECURITY OFFICERS (UNARMED)                                                                                6
6.2      ASSUMPTION OF DUTY                                                                                         6
6.3      MAXIMUM SHIFT HOURS                                                                                        7
6.4      MINIMUM WAGES                                                                                              7
6.5      SECURITY SERVICES                                                                                          7
6.6      OATH OF SECRECY                                                                                            7
6.7      SECURITY CLEARANCE                                                                                         7
6.8      GENERAL REQUIREMENTS FOR SECURITY OFFICERS                                                                 8
6.9      SECURITY OFFICER’S RECORDS                                                                                 8
6.10     SECURITY REGISTERS                                                                                         8
6.11     SERVICE EQUIREMENT                                                                                         9
6.12     CONTRACT TERMINATION RIGHTS                                                                                9

7.       INVITATION TO RFP                                                                                          9

8.        INCURRING OF COST                                                                                         10

9.       BID EVALUATION                                                                                             10

10.      BIDDER SELECTION                                                                                           10

11.      TENDER BRIEFING SESSION                                                                                    10

12.      COMMUNICATION DURING THE RFP PROCESS                                                                       10

13.      SUBMISSION REQUIREMENTS                                                                                    11

14.      EXPANSION OF SERVICES                                                                                      11

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
     3 of 41
1.       Invitation to Bid

1.1      The Government Pensions Administration Agency, hereafter referred to as GPAA,
         invites suitable qualified Service Providers to submit responses for the provisioning of
         security services as detailed in this Request for Proposal (RFP).

2.       Delivery Address

2.1      Responses to this RFP must be handed in via the main pedestrian entrance
         (Reception Area) at the GPAA Head Office in Pretoria:

         Physical Address
         Government Pensions Administration Agency
         34 Hamilton Street
         Pretoria
         0002

3.       Scope of Work

3.1.     The provision of security services will include the following:

         •         Access control services;
         •         Operating of the x-ray machine and walk through metal detector;
         •         Monitoring of CCTV;
         •         Key control;
         •         Patrolling of the building and the premises;
         •         Safeguarding of GPAA offices, assets and employees, and
         •         Escorting of goods in transit, visitors, employees and VIP’s to their destination
                   within the building / premises.

4.       Duration of Contract

4.1      The contract will be for a period of three (3) years, effective from 01 August 2016 to 31
         July 2019.

5.       Service Location

5.1      Location:

5.1.1 The services will be provided at the GEPF offices indicated in the table below:

          Office name                                             Location and physical address
          Durban Office                                           12th Floor, Salmon Grove Chambers,
                                                                  407 Anton Lembede Street (former
                                                                  Smith Street), Durban.
          Pietermaritzburg Office                                 3rd Floor, Brasfort House, 262
                                                                  Langalibelele Street, Pietermaritzburg.
RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
     4 of 41
5.2      Schedule of Services:
5.2.1 The service provider will be required to perform security services at the above
      specified GPAA location and shall take all necessary steps to safeguard the premises
      and/or vehicles as well as the contents thereof as well as the people therein or
      thereon, which safeguarding is to be executed by applying access control in terms of
      the Control of Access to Public Premises Act 53 of 1985 as outlined in the table below:

      OFFICE                        Post                   Grade                       Shift               Days per
                                                                                                            week
                                                                                Day             Night
Durban                    Reception – X Ray                   C                   3               0      Mon – Fri
                          machine
                                                                    Total         3               0      Mon – Fri
                                                         Grand Total                     3               Mon – Fri

OFFICE                      Post                        Grade                           Shift            Days per
                                                                                                         week
                                                                                 Day            Night
Pietermaritzburg            Reception – X-Ray                   C                 3               0      Mon – Fri
                            machine
                                                                    Total         3               0      Mon – Fri
                                                          Grand Total                     3              Mon – Fri

5.3      Security equipment / tools to be provided:
5.3.1     Durban Office
         Description                     Quantity                                     Comments
Base radio                                   1            To be installed by the service provider at a static duty
                                                          point for communication between the site and the
                                                          service provider’s control room
Hand-held radios with                        1
chargers
Batons                                       2
Handcuffs                                    2
Pens and pocket books                   Per officer

5.3.2     Pietermaritzburg Office
         Description                     Quantity                                     Comments
Base radio                                   1            To be installed by the service provider at a static duty
                                                          point for communication between the site and the
                                                          service provider’s control room
Hand-held radios with                        2
chargers
Batons                                       2
Handcuffs                                    2
Pens and pocket books                   Per officer

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
           	
     5 of 41
6        Detailed Requirements

6.1      The bidding service provider must be registered in terms of the Private Security
         Industry Regulatory Authority (PSIRA), as proof thereof; a copy of registration must be
         attached with the BID.

6.2      Security Officers (Unarmed):

6.2.1 The security officers must not be younger than18 years of age.

6.2.2 The security officers must at least have obtained a Grade 10 or Senior Certificate.

6.2.3 The security officers, who will render the service on site, must at least have had two
      (2) years security experience.

6.2.4 The service provider shall, in order to ensure the continuity of the service, allocate
      specific personnel to posts.

6.2.5 The replacement of any security officer may only be executed with prior consent of the
      GPAA Physical Security Manager.

6.2.6 The GPAA holds the right to screen and interview the security officers deployed to
      render the service, within seven (7) days after commencement of the service and
      request in writing an immediate replacement should the security officer not meet the
      criteria or perform to the accepted standard.

6.2.7 The service provider must submit a recent SAPS Criminal record clearance certificate,
      (at his/her own expense) to the GPAA Physical Security Manager, in respect of all
      security officers he/she deploys to render the service, within fourteen (14) days after
      commencement of the service.

6.2.8 Security officers deployed to render the security services must be trained to the
      standard set by the Security Officer’s Board, and trained at the Private Security
      Industry Regulatory Authority (PSIRA) accredited centre. The security officers must be
      conversant and be able to implement the Control of Access to Public Premises and
      Vehicle Act No. 53 of 1985.

6.2.9 Security officers need to have good communication skills (verbal and written).

6.2.10 Security officers need to be trained in the following, including refresher training for the
       duration of the contract period:
       •    Firefighting training;
       •    Checkpoint screener and X-Ray interpretation training.

6.3      Assumption of Duty:

6.3.1 The service provider must be in a position to assume duty within two (2) weeks after
      acceptance of the proposal.

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
     6 of 41
6.4      Maximum Shift Hours:

6.4.1 No security personnel may be allowed to work a shift longer than twelve (12) hours.

6.5      Minimum Wages:

6.5.1 It is expected that the service provider shall pay his/her employees at least the
      minimum monthly basic wage, as prescribed by the law (Sectoral Determination 6:
      Private Security Sector, South Africa as amended), on the date specified on the
      employment contract.

6.6      Security Services:

6.6.1 The norm/quality of the service to be rendered must be in accordance with the
      acceptable security standards and within GPAA internal physical security policy and
      procedures.

6.6.2 It is the responsibility of the service provider to ensure that personnel in his/her service
      and especially those employed for the rendering of the security services, meet the
      requirements of the internal security policy and procedures at all times.

6.6.3 Possible steps shall be taken by the service provider to ensure that the contract,
      intended for the execution of this agreement will take place. These steps include, inter
      alia, the following:
      • The protection of the GPAA officials against injuries, death or any other offences,
          including offences referred to in Schedule 1 of the Criminal Procedure Act, 1977
          (Act 51 of 1977);
      • The protection of the GPAA property against theft and vandalism;

6.7      Oath of Secrecy:

6.7.1 All security personnel, as well as service provider management involved with the
      GPAA at the commencement of this agreement must sign an “Oath of Secrecy”
      declaration and submit the declaration to the GPAA Physical Security Manager.

6.7.2 The supervisor and security officers must sign an undertaking in which they declare
      that they will refrain from any action which might be to the detriment of the GPAA.

6.7.3 The supervisor and security officers are prohibited from reading documents or records
      in offices or unnecessary handling thereof.

6.7.4 The service provider or any of his/her employees may not furnish any information
      concerning the GPAA and its activities to the public or media.

6.8      Security Clearance:

6.8.1 The company, its directors and personnel will be subjected to the GPAA security
      screening process.

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
     7 of 41
6.9      General Requirements for Security Officers:

6.9.1 Security officers must at all times present an acceptable image and appearance while
      on duty which implies, inter alia, that they may not sit, smoke, eat or drink while
      attending to people.

6.9.2 The supervisors and security officers must at all times present a dedicated attitude. A
      dedicated attitude approach shall imply, inter alia, that there shall be no unnecessary
      arguments with clients, visitors/staff or discourteous behaviour towards them.

6.9.3 The supervisors and security officers must be physically healthy and medically fit for
      the execution of their duties.

6.9.4 The GPAA retains the right to ascertain from PSIRA as to whether the supervisors and
      security officers are in good standing with the PSIRA.

6.10     Security Officer’s Records:

6.10.1 The service provider must keep proper files as well as appropriate documents of all
       security officers who are employed for rendering the service to the GPAA, for the
       purpose of inspection.

6.10.2 The appropriate documents shall include, inter alia, the following:
       •   Grading of security officers,
       •   Training certificates of successfully completed security courses as
           prescribed by the Private Security Industry Regulatory Authority,
       •   Monthly submission of proof of payment received by employees in the form of an
           employee payment schedule,
       •   Proof of registration with PSIRA.

6.11     Security Registers:

6.11.1 The service provider must ensure that the following security aids are available on site.
       •   Occurrence book,
       •   Access control registers,,
       •   Pocket books
       •   GPAA Vehicle Register,
       •   Mail Receipt Register,
       •   Removal Permit,
       •   Fire-arm Register,
       •   Security Duty Roster, and
       •   Duty Sheet.

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
     8 of 41
6.12     Service Equipment:

6.12.1 The service provider must ensure that the following service equipment are available
       on site:
       •    Radio,
       •    Torch (at night),
       •    Base radio,
       •    Whistle,
       •    Handcuffs, and
       •    Baton.

6.13     Contract Termination Rights:

6.13.1 Either party, shall, without prejudice to any rights it may have in law, be entitled to
       cancel this agreement, by written notice to the other party, in the event of a breach of
       any provision of this agreement and failure to rectify the breach within 7 (seven) days’
       notice of the breach.

6.13.2 Such breach by the service provider will include but not be limited to:
       •   Failure by the service provider to comply with its obligations in terms of this
           agreement;
       •   Refusal of the service provider to comply with instructions or requests by the
           GPAA in terms of this agreement;
       •   Insolvency or liquidation of the service provider;
       •   Any engagement by the service provider in corrupt or fraudulent practices in
           competing or executing this agreement.

6.13.3 If the service provider has committed such breach, the GPAA will furnish the service
       provider with a written notice, served on the service provider’s chosen domicilium
       address in terms of clause 22, setting out the breach committed and calling upon the
       service provider to rectify such breach within 7 (seven) calendar days.

6.13.4 If the service provider fails to rectify such breach after receiving a notice in terms of
       clause 19.3, the GPAA may cancel this agreement without further notice.

6.13.5 If this agreement is cancelled, the service provider shall immediately cease the
       execution of any services contemplated in this agreement. The GPAA shall cause a
       final account to be prepared of payment due to the service provider in which shall be
       taken into consideration the costs and/or loss to the GPAA from the cancellation of
       this agreement and shall effect payment due accordingly.

7        Invitation to RFP

7.1      To be considered, each bidder must submit a completed set of the prescribed
         documents attached to this RFP, accompanied by its proposal, to the GPAA, not later
         than 11h00 on 13 November 2015 at 11h00am.

7.2      No other distribution of proposals is to be made by the bidder. The proposal must
         include a statement of the period for which the proposal remains valid. The proposal
         must be valid for at least one hundred and twenty (120) days from the date of closure.
RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
     9 of 41
8.       Incurring Of Costs

8.1      The GPAA will not be liable for any cost incurred by any vendor/bidder prior to signing
         of a binding contract by all parties concerned.

9.       Bid Evaluation

9.1      The Bid evaluation process will encompass the use of the bidder’s response and any
         additional proven or known facts to confirm the bidder’s rating against the points.

10.      Bidder Selection

10.1     The GPAA reserves the right to select the appropriate bidder based on its
         requirements. The decision of the adjudication committee; Head: GPAA and the
         Financial Committee of the GPAA will be considered to be final.

11.      Tender Briefing Session

11.1     To assist the service provider in gaining a better understanding of the GPAA
         environment, a non-compulsory briefing session will be take place at 34 Hamilton
         Street, Arcadia, Pretoria, 0001, on 26 October 2015 at 09h00am. This briefing
         session is provided as an interactive forum for the Service Providers to interact with
         GPAA and under no circumstances will GPAA accede to one-on-one meetings and/or
         workshops with Service Providers on an individual basis.

12.      Communication During the RFP Process

         Any communication with respect to this RFP should be directed to the people below:

           Technical Enquiries
           Name:                                             Guiter Hlungwani
           E-mail:                                           guiter.hlungwani@gpaa.gov.za

                                                                or

           Administrative Enquiries
           Name:                                             William Ramoroka
           E-mail:                                           william.ramoroka@gpaa.gov.za

12.1     Any communication during the RFP process should be addressed by e-mail.
         Telephonic queries will not be entertained and any information obtained by service
         providers is utilised at the risk of the service provider.

12.2     All e-mail correspondence must contain the RFP number GPAA 29/2015 in the subject
         line. All queries will be consolidated and responded to in writing every Friday during
         the proposal response period, and will be distributed to all the respondents that
         completed a non-disclosure agreement. No enquiries will be entertained one week
         prior to the closing of the RFP.

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
   10 of 41
12.3     Communication with any other personnel of the GPAA, with regard to this RFP is not
         permitted and will result in disqualification of the relevant RFP response.

13.      Submission Requirements

13.1     Responses to this RFP must be submitted between 07h30 and 16h00 (Monday to
         Friday, excluding public holidays); on the closing date submissions must be done
         before 11h00.

13.2     Service providers must submit five (5) hardcopies of the technical response as well as
         five (5) hardcopies of the financial proposal.

13.3     One hardcopy must be the original submission, clearly marked "Original" and the
         remaining hardcopies can be a copied versions of the original.

13.4     Service providers should take particular care to ensure that there are no discrepancies
         on hardcopy submissions of the proposed solution. GPAA reserves the right to reject
         any submission if there are discrepancies.

13.5     Responses to this RFP must follow a two-envelope approach where service providers’
         pricing and technical response must be submitted in separate sealed envelopes. The
         responses must be securely bound, submitted in sealed packaging. The original
         submission plus five (5) copies of the submission must each be enclosed within its
         own envelope. The five (5) copies must then be bundled together and submitted as a
         single pack and clearly marked indicating the contents of the envelope as well as the
         BID number.

13.6     Each individual envelope must be clearly marked with the following information:

         •       Name of the RFP,
         •       RFP Number GPAA 29/2015,
         •       ORIGINAL or COPY 1 or COPY 2 etc, and
         •       Return address label indicating the name and address of the Service Provider.

13.7     Submissions that are received open or that fail to indicate the RFP number will be
         rejected.

13.8     Submissions that are faxed, sent via telex, and/ or electronic mail delivery will not be
         accepted.

13.9     All Submissions received by GPAA will become the property of the GPAA and will not
         be returned to the service provider.

14.      Expansion of services

14.1     There is a likelihood of the GEPF expanding its offices in various regions; therefore
         the respondents will be expected to provide services in those new offices. It will be
         responsibility of the GPAA to inform the awarded bidder accordingly.

14.2     There might also be a need for additional night shift security officers depending on the
         level of risk.
RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
   11 of 41
1. Evaluation	
  Criteria	
  
	
  
     	
                                	
                                                                                                                  	
  
     Item	
  No.	
                     Evaluation	
  Criteria	
  Item	
  :	
  	
                                                                           Weight	
  
                                       90/10	
  Principle	
  
     	
  	
  	
  	
  	
  	
  	
  A	
   Administrative	
  compliance	
                                                                                      	
  
  	
                     B	
   	
            Price	
                                                                                                       90	
  
  	
                     C	
   	
  Socia	
  	
  	
  B-­‐BBEE	
  status	
                                                                                   10	
  
  With	
  the	
  individual	
  points	
  made	
  up	
  as	
  follows:	
                                                                                    	
  
  	
                             	
          Phase	
  1:	
  	
  Administrative	
  compliance	
                                                             	
  
                         A	
  
  	
                                          1.             A	
  letter	
  of	
  good	
  standing	
  from	
  the	
  Compensation	
  
                         	
  
                                                             Commissioner.	
  
                                              2.             A	
  letter	
  of	
  good	
  standing	
  from	
  the	
  Unemployment	
  
                                                             Insurance	
  Fund.	
  
                                              3.             Service	
  provider	
  certificate	
  of	
  registration	
  with	
  Private	
  
                                 	
                          Security	
  Industry	
  Regulatory	
  Authority	
  (PSIRA).	
                                 	
  
                                              4.             Letter	
  of	
  good	
  standing	
  with	
  PSIRA	
  
                                              5.             Public	
  Liability	
  cover	
  of	
  5	
  million	
  rand.	
  
                                              6.             The	
  SBD	
  (SBD1,	
  SBD3.1,	
  SBD4,	
  SBD6.1	
  SBD8	
  	
  and	
  SBD	
  9)	
  
                                              7.             A	
  valid	
  TAX	
  Clearance	
  Certificate.	
  
                                              8.             Technical	
  proposal.	
  
  	
  	
  	
  	
  	
                                                                                                                                       	
  
                                 	
          Phase	
  2:	
  	
  Functionality	
  
                         B	
  
  	
                     	
   	
             Relevant	
  Skills	
  and	
  Experience	
  and	
  Industry	
  Exposure:	
                                    	
  
                                              	
                                                                                                          	
  
                                             1.     At	
   least	
   five	
   (5)	
   years	
   past	
   experience	
   in	
   delivering	
               30	
  
                                                    contracts	
   of	
   a	
   similar	
   nature.	
   (To	
   be	
   substantiated	
   by	
              	
  
                                                    award	
  /	
  appointment	
  letters).	
                                                              	
  
                                                    	
                                                                                                    	
  
                                             2.     Methodology	
   /	
   Trade	
   plan	
   to	
   indicate	
   the	
   distribution	
   of	
            30	
  
                                                    work.	
  	
                                                                                           	
  
                                                    	
                                                                                                    	
  
                                             3.     The	
   value	
   of	
   contracts	
   /	
   projects	
   rendered.	
   	
   (To	
   be	
             25	
  
                                                    confirmed	
  by	
  award	
  letters).	
                                                               	
  
                                                           	
                                                                                             	
  
                                             4.            At	
   least	
   minimum	
   of	
   three	
   (3)	
   previous	
   and	
   current	
   10	
  
                                                           clients	
   reference	
   letters	
   showing	
   capacity	
   in	
   guarding	
   	
  
                                                           services.	
                                                                                    	
  
                                                           	
                                                                                             	
  
                                             5.            At	
  least	
  two	
  (2)	
  Curriculum	
  Vitae	
  (CV)	
  relevant	
  to	
  the	
  field	
   5	
  
                                                           of	
  security	
  management	
  managing	
  the	
  account.	
                                  	
  
                                             	
                                                                                                           	
  
  	
                     	
   	
             NB:	
  	
  Minimum	
  65%	
  qualifications	
  on	
  functionality.	
                                        	
  
  	
                     	
   	
             Sub-­‐total	
                                                                                                 100	
  

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
                                                                    	
   12 of 41
SBD1
INVITATION TO BID
  YOU	
  ARE	
  HEREBY	
  INVITED	
  TO	
  BID	
  FOR	
  REQUIREMENTS	
  OF	
  GOVERNMENT	
  PENSIONS	
  ADMINISTRATION	
  AGENCY	
  (GPAA)	
  

BID NUMBER: GPAA 29/2015                        CLOSING DATE: 13 November 2015
CLOSING TIME: 11:00
DESCRIPTION: Supply of physical security at all GPAA offices for a period of three (3) years.
   THE	
  SUCCESSFUL	
  BIDDER	
  WILL	
  BE	
  REQUIRED	
  TO	
  FILL	
  IN	
  AND	
  SIGN	
  A	
  WRITTEN	
  CONTRACT	
  FORM	
  (SBD7.1	
  /	
  SBD7.2	
  /	
  SBD7.3)	
  

BID DOCUMENTS MAY BE POSTED TO OR DEPOSITED IN THE BID BOX SITUATED AT GPAA ADDRESSED TO:
The CEO: Government Pensions Administration Agency
Bid Administration
34 HAMILTON STR
ARCADIA
PRETORIA, TSHWANE
0001
Bidders should ensure that bids are delivered timorously to the correct address. If the bid is late, it will not be
accepted for consideration. The bid box is generally open 8 hours a day between 08:00 to 16:30, Monday to
Fridays.
ALL BIDS MUST BE SUBMITTED WITH THE STANDARD FORMS – (NOT TO BE RE-TYPED)
THIS BID IS SUBJECT TO THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY
OTHER SPECIAL CONDITIONS OF CONTRACT
       THE	
  FOLLOWING	
  PARTICULARS	
  MUST	
  BE	
  FURNISHED	
  (FAILURE	
  TO	
  SO	
  MAY	
  RESULT	
  IN	
  THE	
  BID	
  BEING	
  DISQUALIFIED)	
  ALL	
  
                                             STANDARD	
  BIDDING	
  DOCUMENT	
  AS	
  ATTACHED	
  

NAME OF BIDDER……………………………………………………………………………………………………………

POSTAL ADDRESS………………………………………………………………………………………………………….

STREET ADDRESS…………………………………………………………………………………………………………

TELEPHONE NUMBER CODE……………NUMBER……………………………………………….

CELLPHONE NUMBER ……………………………………….

FACSIMILE NUMBER CODE ………… NUMBER…………………………………

VAT REGISTRATION NUMBER …………………………………………………………………………

HAS A TAX CLEARANCE CERTIFICATE BEEN SUBMITTED (SBD2)?                                                                                             YES/NO

SIGNATURE OF BIDDER                                                  ……………………………………………………

DATE                                                                 ……………………………………………………

CAPACITY UNDER WHICH THIS BID IS SIGNED                                        ……………………………………………

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
                                                            	
   13 of 41
SBD3.1

             DURBAN OFFICE - PRICING SCHEDULE – FIRM PRICES
             NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF
             EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED

             IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE
             MUST BE SUBMITTED FOR EACH DELIVERY POINT

             Name of bidder…………………………………………                                                Bid number GPAA 29/2015

             Closing Time and Date: 13 November 2015 at 11h00am.

             OFFER TO BE VALID FOR…120…DAYS FROM THE CLOSING DATE OF BID.
                      Office: Durban                                            Rate                                   Total Cost per annum
                                                                                                   Profit       VAT     (Inclusive of VAT &
                                                                       per              per
Shift              Description            Grade         Quantity                                                               Profit)
                                                                      Officer          month
         Unarmed Security
                                            C              3                                   R            R          R
         Officer for Day Shift
Mon to
Friday

         Unarmed Security
                                            C              0                                   R            R          R
         Officer for Night Shift
                                                        Security equipment / tools to be provided
            Description                                                per              per
                                                Quantity                                           Profit       VAT           Total
                                                                      Officer          month
Base radio                                          1                                          R            R          R

Hand-held radios with chargers                      1                                          R            R          R

Batons                                              2                                          R            R          R

Handcuffs                                           2                                          R            R          R

Pens and pocket books                           Per officer                                    R            R          R

2016/2017 - Annual price as per PSIRA                                                                                  R

2017/2018 Annual price escalation as per PSIRA                                     Percentage Added: ___________%      R

2018/2019 Annual price escalation as per PSIRA                                     Percentage Added: ___________%      R
                                                                   Grand total for 36 months (VAT & Profit included)   R

             Required by:                                                  ………………………………….

             At:                                                           ………………………………….

             Brand and model                                               ………………………………….

             Country of origin                                             ………………………………….

             Does offer comply with specification?                                      *YES/NO

             If not to specification, indicate deviation(s)                ………………………………….

             Period required for delivery                                  ………………………………….

             *Delivery:                                                                 *FIRM/NOT FIRM

             Delivery basis                                                ………………………………….
             Note:      All delivery costs must be included in the bid price, for delivery at the prescribed destination.
             * Delete if not applicable

             RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
           	
   14 of 41
SBD3.2

             PIETERMARITZBURG OFFICE - PRICING SCHEDULE – FIRM PRICES
             NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF
             EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED

             IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE
             MUST BE SUBMITTED FOR EACH DELIVERY POINT

             Name of bidder ……………………………….                                                      Bid number GPAA 29/2015

             Closing Time and Date: 13 November 2015 at 11h00am.

             OFFER TO BE VALID FOR…120…DAYS FROM THE CLOSING DATE OF BID.
             Office: Pietermaritzburg                                           Rate                                     Total Cost per annum
                                                                                                     Profit       VAT     (Inclusive of VAT &
                                                                       per              per
Shift              Description          Grade           Quantity                                                                 Profit)
                                                                      Officer          month
         Unarmed Security
                                            C              3                                     R            R          R
Sunday

         Officer for Day Shift
Mon to

         Unarmed Security
                                            C              0                                     R            R          R
         Officer for Night Shift
                                                        Security equipment / tools to be provided
            Description                                                per              per
                                                Quantity                                             Profit       VAT           Total
                                                                      Officer          month
Base radio                                          1                                            R            R          R

Hand-held radios with chargers                      2                                            R            R          R

Batons                                              2                                            R            R          R

Handcuffs                                           2                                            R            R          R

Pens and pocket books                           Per officer                                      R            R          R

2016/2017 - Annual price as per PSIRA                                                                                    R

2017/2018 Annual price escalation as per PSIRA                                     Percentage Added: ___________%        R

2018/2019 Annual price escalation as per PSIRA                                     Percentage Added: ___________%        R
                                                                   Grand total for 36 months (VAT & Profit included)     R

             Required by:                                                  ………………………………….

             At:                                                           ………………………………….

             Brand and model                                               ………………………………….

             Country of origin                                             ………………………………….

             Does offer comply with specification?                                      *YES/NO

             If not to specification, indicate deviation(s)                ………………………………….

             Period required for delivery                                  ………………………………….

             *Delivery:                                                                 *FIRM/NOT FIRM

             Delivery basis                                                ………………………………….
             Note:      All delivery costs must be included in the bid price, for delivery at the prescribed destination.

             RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
             	
   15 of 41
* Delete if not applicable

                                                                                                                          SBD3.3

        CONSOLIDATED PRICING SCHEDULE - FIRM PRICES
        NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF
        EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED

        IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE
        MUST BE SUBMITTED FOR EACH DELIVERY POINT

           Name of bidder ……………………………….                                     Bid number… GPAA 29/2015

           Closing Time and Date: 13 November 2015 at 11h00am.

        OFFER TO BE VALID FOR…120…DAYS FROM THE CLOSING DATE OF BID.

Page No.      Form          Office                                      Profit                 VAT               Total

14/30         SBD3.1        Durban Office                               R                      R                 R

15/30         SBD3.2        Pietermaritzburg Office                     R                      R                 R

                                        Grand total for 36 months (VAT and Profit included) R

        RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
             	
   16 of 41
SBD4
DECLARATION OF INTEREST
1.     Any legal person, including persons employed by the GPAA, or persons having a kinship with persons
       employed by GPAA, including a blood relationship, may not make an offer or offers in terms of this
       invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be
       awarded to persons employed by the GPAA, 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 committee and/or take an oath declaring his/her interest, where:

       •     the bidder is employed by the GPAA; 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.   Are you or any person connected with the bidder, employed by GPAA?

2.1.1. If so, state particulars:

       ………………………………………………………………

       ………………………………………………………………

2.2.   Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a
       person employed by GPAA and who may be involved with the evaluation and or adjudication of this bid?

2.2.1. If so, state particulars:

       ………………………………………………………………

       ………………………………………………………………

3.     In order to give effect to the above, the following questionnaire must be completed and submitted
       with the bid.

3.1    Full Name of bidder or his or her representative: ….………………………………………….

3.2    Identity Number: …………………..………………………………………………………………

3.3    Position occupied in the Company (director, trustee, shareholder²): ………………………..

3.4    Company Registration Number: …………………………………………………………..…….

3.5    Tax Reference Number: ………..……………………………………………………….………

3.6    VAT Registration Number: ……………………………………………………………………....

3.6.1 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;

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
   17 of 41
(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.

3.7    Are you or any person connected with the bidder                                 YES / NO
       presently employed by the state?

3.7.1 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:
       ………………………………………………………………

       ………………………………………………………………
       ………………………………………………………………

3.7.2 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?

3.7.2.1 If yes, did you attach 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.

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

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

3.8    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?

3.8.1 If so, furnish particulars:
      …………………………………………………………………..
      …………………………………………………………………..
      …………………………………………………………………...

3.9    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

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
   18 of 41
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:
           …………………………………………………………………………….
           …………………………………………………………………………….
           …………………………………………………………………………….
4       ull details of directors / trustees / members / shareholders.
    Full Name                       Identity         Personal         Tax State  Employee
                                    Number           Reference Number Number / Persal
                                                                          Number

    3. 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
    RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
                      	
   19 of 41
SBD 6.1

 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL
              PROCUREMENT REGULATIONS 2011
                                                                                                                   1.1.1.1

This preference form must form part of all bids invited. It contains general information and serves as a claim
form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of
Contribution

NB:         BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,
            DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN
            THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011.

1.          GENERAL CONDITIONS

1.1         The following preference point systems are applicable to all bids:

            -     the 80/20 system for requirements with a Rand value of up to R1 000 000 (all applicable taxes
                  included); and
            -     the 90/10 system for requirements with a Rand value above R1 000 000 (all applicable taxes
                  included).

1.2         The value of this bid is estimated to exceed/not exceed R1 000 000 (all applicable taxes included)
            and therefore the 90/10 system shall be applicable.

1.3         Preference points for this bid shall be awarded for:

            (a)    Price; and
            (b)    B-BBEE Status Level of Contribution.

1.3.1       The maximum points for this bid are allocated as follows:

                                                                                                     POINTS

1.3.1.1     PRICE                                                                                    90

1.3.1.2     B-BBEE STATUS LEVEL OF CONTRIBUTION                                                      10

            Total points for Price and B-BBEE must not exceed                                        100

1.4         Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification
            Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS)
            or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an
            Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be
            interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.5.        The purchaser reserves the right to require of a bidder, 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
            purchaser.

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
          	
   20 of 41
2.       DEFINITIONS

2..1     “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment
         insurance fund contributions and skills development levies;

2.2      “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad
          -Based Black Economic Empowerment Act;

2.3      “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity
         based on its overall performance using the relevant scorecard contained in the Codes of Good Practice
         on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic
         Empowerment Act;

2.4      “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an
         organ of state for the provision of services, works or goods, through price quotations, advertised
         competitive bidding processes or proposals;

2.5      “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic
         Empowerment Act, 2003 (Act No. 53 of 2003);

2.6      “comparative price” means the price after the factors of a non-firm price and all unconditional
         discounts that can be utilized have been taken into consideration;

2.7      “consortium or joint venture” 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;

2.8      “contract” means the agreement that results from the acceptance of a bid by an organ of state;

2.9      “EME” means any enterprise with an annual total revenue of R5 million or less .

2.10     “Firm price” means the price that is only subject to adjustments in accordance with the actual increase
         or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other
         duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably
         has an influence on the price of any supplies, or the rendering costs of any service, for the execution of
         the contract;

2.11     “functionality” means the measurement according to predetermined norms, as set out in the bid
         documents, of a service or commodity that is designed to be practical and useful, working or
         operating, taking into account, among other factors, the quality, reliability, viability and durability of a
         service and the technical capacity and ability of a bidder;

2.12     “non-firm prices” means all prices other than “firm” prices;

2.13     “person” includes a juristic person;

2.14     “rand value” means the total estimated value of a contract in South African currency, calculated at
          the time of bid invitations, and includes all applicable taxes and excise duties;

2.15      “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing,
           another person to support such primary contractor in the execution of part of a project in terms of the
           contract;

2.16     “total revenue” bears the same meaning assigned to this expression in the Codes of Good
         Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based
         Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February
         2007;

2.17     “trust” means the arrangement through which the property of one person is made over or
         bequeathed to a trustee to administer such property for the benefit of another person; and

2.18     “trustee” means any person, including the founder of a trust, to whom property is bequeathed in

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
     	
   21 of 41
order for such property to be administered for the benefit of another person.
3.       ADJUDICATION USING A POINT SYSTEM

3.1      The bidder obtaining the highest number of total points will be awarded the contract.

3.2      Preference points shall be calculated after prices have been brought to a comparative basis taking into
         account all factors of non-firm prices and all unconditional discounts;.

3.3      Points scored must be rounded off to the nearest 2 decimal places.

3.4      In the event that two or more bids have scored equal total points, the successful bid must be the one
         scoring the highest number of preference points for B-BBEE.

3.5      However, when functionality is part of the evaluation process and two or more bids have scored equal
         points including equal preference points for B-BBEE, the successful bid must be the one scoring the
         highest score for functionality.

3.6     Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots.
  
4.       POINTS AWARDED FOR PRICE

4.1      THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

         A maximum of 80 or 90 points is allocated for price on the following basis:

                                               80/20                  or                 90/10

                                        ⎛    Pt − P min ⎞                          ⎛    Pt − P min ⎞
                                 Ps = 80⎜1 −            ⎟           or      Ps = 90⎜1 −            ⎟
                                        ⎝      P min ⎠                             ⎝      P min ⎠
         Where

         Ps          =         Points scored for comparative price of bid under consideration

         Pt          =         Comparative price of bid under consideration

         Pmin        =         Comparative price of lowest acceptable bid

5.       Points awarded for B-BBEE Status Level of Contribution

5.1      In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points
         must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the
         table below:
              B-BBEE Status Level of                Number of points                    Number of points
                   Contributor                         (90/10 system)                    (80/20 system)
                           1                                  10                                 20

                           2                                   9                                 18

                           3                                   8                                 16

                           4                                   5                                 12

                           5                                   4                                  8

                           6                                   3                                  6

                           7                                   2                                  4

                           8                                   1                                  2

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
       	
   22 of 41
Non-compliant contributor                          0                                  0

5.2      Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an
         Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a
         Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s
         approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status
         Level Certificates.

5.3      Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate
         or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved
         by IRBA or a Verification Agency accredited by SANAS.

5.4     A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity,
        provided that the entity submits their B-BBEE status level certificate.

5.5     A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an
        Unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they
        were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate
        bid.

5.6     Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates
        in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

5.7     A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that
        such a bidder intends sub-contracting more than 25% of the value of the contract to any other
        enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the
         intended sub-contractor is an EME that has the capability and ability to execute the sub-contract.

5.8     A person awarded a contract may not sub-contract more than 25% of the value of the contract to any
        other enterprise that does not have an equal or higher B-BBEE status level than the person
        concerned, unless the contract is sub-contracted to an EME that has the capability and ability to
        execute the sub-contract.

6.     BID DECLARATION

6.1   Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

7.     B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2
       AND 5.1

7.1      B-BBEE Status Level of Contribution: ………...….                   =     ……….…(maximum of 10 or 20 points)

         (Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph
         5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency
         accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as
         contemplated in the CCA).

8        SUB-CONTRACTING

8.1      Will any portion of the contract be sub-contracted?             YES / NO (delete which is not applicable)

8.1.1 If yes, indicate:
      (i)     what percentage of the contract will be subcontracted?     ............……………….…%
      (ii)    the name of the sub-contractor?         …………………………………………………………..
      (iii)   the B-BBEE status level of the sub-contractor?      …….………………..
      (iv) whether the sub-contractor is an EME?                  YES / NO (delete which is not applicable)

RFP	
  Provisioning	
  of	
  Security	
  Services	
  at	
  the	
  GEPF	
  Offices(GPAA	
  29/2015)	
        	
   23 of 41
You can also read