road accident fund compulsory briefing session rfp /2015/00008 date: 19 june 2015 time: 11:00
Post on 22-Dec-2015
216 Views
Preview:
TRANSCRIPT
ROAD ACCIDENT FUNDCOMPULSORY BRIEFING SESSION
RFP /2015/00008
Date: 19 June 2015
Time: 11:00
AGENDA
Background of the RFP
Purpose of the RFP
Evaluation Criteria
Mandatory Documents
Disqualification of Bids
Submission of Bids
Contact details
RAF Ethics Office
Questions and Answers
BACKGROUND
•RFP/2015/00008: Request For Proposal: This bid invites proposals from bidders to describe in detail their ability to administer claims on behalf of the Road Accident Fund within a prescribed time frame to meet the service delivery standards of the RAF in the nine (9) provinces of the Republic of South Africa.
The RAF issued a tender in 2013 to appoint a panel of three (3) service providers
to administer claims on behalf of the RAF.
The tender process resulted in the appointment of two (2) service providers, with
a shortfall of one (1) service provider.
The RAF wishes to appoint a third additional service provider. Their contract will
be aligned to the remaining term of the current panel ending 08 January 2017.
Advertised on 05 June 2015
Closing on 06 July 2015 at 11h00 (AS PER THE CLOCK AT THE RAF
RECEPTION AT CEMTURION)
RATIONALE BEHIND THE RFP
The RAF is experiencing a lack of capacity to effectively deal with the current claims backlog of approximately 250 000 claims. As part of the backlog elimination strategy of the RAF, the Board approved several initiatives which will assist in the backlog elimination.
One of the strategies approved by the Board of the RAF was to outsource a portion of the backlog.
A full outsource model for specific claims over a defined period was chosen as it will assist the Fund to identify efficient claim processing models which may be adopted by the Fund.
DELIVERABLES
This bid invites proposals from bidders to describe in detail their ability to administer claims on behalf of the Road Accident Fund within a prescribed time frame to meet the service delivery standards of the RAF in the nine (9) provinces of the Republic of South Africa.
The RAF will award a contract to a third additional service provider to administer claims on its behalf. The appointment of the third service provider will be aligned to the remaining term of the current panel ending 08 January 2017 in respect of the following deliverables:
− Validate and verify claim information;
− Investigate and assess merits;
− Investigate and assess medical records and reports relating to injuries sustained by the Claimant;
− Investigate and assess quantum;
− Negotiate settlement;
− Deal with all litigation arising on a specific matter after instruction;
− Accurate record keeping and timeous reporting; and
− Communication with claimants, attorneys and the RAF.
LITIGATION
The Fund has a panel of attorneys who generally deals with litigated claims.
The main focus of this bid is not on litigation, but on finalising claims. The appointed service provider must be able to deal with the outsourced claims irrespective of whether the claim is litigated or not.
Provision is made in the SLA to deal with the eventuality of a claim becoming litigated.
The service provider is expected to negotiate settlement with claimant attorneys where claims are litigated and to represent the Fund in Court .
• The
PRICING MODEL
Bidders must provide pricing in respect of two categories: Direct Claims Represented Claims
Pricing must cover all services and disbursements
NO ADDITIONAL AMOUNTS WILL BE PAYABLE IN EXCESS OF THE PRICING TENDERED
• The
SERVICE STANDARDS AND QUALITY
The RAF reserves the right to vet the service standard and quality of representation by the bidders in terms of the contract terms and conditions contained in the bid documents.
The bidder will be required to sign a Service Level Agreement with the RAF.
The bidder shall not communicate with any third party on behalf of the Fund, other than for purposes of delivering the services.
The bidder must minimize all identified risks and costs.
The bidder must provide details of its organisational structure and capacity.
Should the RAF suffer any loss due to the actions of the bidder, the loss will be recovered from the bidder in terms of the PFMA and the RAF’s financial control policies.
The bidder must provide Bid Security, in a form acceptable to the Fund (Annexure H), in the amount of R500 000.00.
The bidder must provide public liability insurance in the amount of R5 000 000.00
Page 9[Insert presentation title]
MANDATORY DOCUMENTS
Standard Bidding Document (SBD)
Valid Original Tax Clearance Certificate
Bid Conditions
BEE Certificate
EVALUATION CRITERIA
The bid will be evaluated based on the following requirements:
− Mandatory (Comply or Not Comply) – Bidders who do not meet the mandatory requirements will be disqualified.
− Technical Functional requirements (100 points).
− Price and B-BBEE (90/10 points).
Bidders who score 60 out of 80 points will be required to do a presentation.
Bidders who score 90 out of 100 points will be evaluated on Price and BEE.
MANDATORY EVALUATION CRITERIA
Mandatory Comply Not Comply
The bidder must confirm that they have read and understood the
terms and conditions set out in the attached Service Level
Agreement (Annexure G) which terms and conditions the bidder
accepts, in the event that the RAF awards the contract to the
bidder pursuant to this bid.
MANDATORY EVALUATION CRITERIA
Mandatory Comply Not ComplyThe bidder must submit a proposal to demonstrate the capability to deliver effective Motor Vehicle Accident (MVA) claims management, in respect of a portfolio of claims numbering 10 000 to 15 000 at any point in time, from verification to settlement. The proposal must include the following: MVA Claims Management Strategy; Detailed MVA Claims Management Processes in respect of the following:
• Validation and verification;• Merits determination;• Repudiation;• Quantum determination;• Offer and acceptance;
Staff Capacity including;• Organogram of staff who will be involved in the delivery of the RAF’s requirements; and• Average years of relevant MVA claims management experience of the above staff;• Two (2) page CV detailing minimum three (3) years experience in respect of all resources involved in actual claims process.
Infrastructure in respect of IT hardware and software; Communications technology; Office facilities; and Document management.
MANDATORY EVALUATION CRITERIA
Mandatory Comply Not Comply
The bidder must have at least 5 (five) years Claims
Management Experience. In evidence hereof, the bidder must
submit a profile detailing its claims management experience.
Mandatory Comply Not Comply
Bidder must submit a proposal to demonstrate the capability to
deliver on all relevant medico legal investigations required to
quantify all relevant claims.
MANDATORY EVALUATION CRITERIA
Mandatory Comply Not Comply
Bidder must be willing to do knowledge transfer to RAF. The
bidder shall provide the RAF with a detailed working process
which will be used to achieve the goal of early settlement.
Functional criteria Points
PROPOSAL40
•PORTFOLIO OF EVIDENCE 10INFRASTRUCTURE Hardware SoftwareCommunication capabilities Other:
•Demonstrate capabilities to provide document and messenger services• Courier• Docex = Provide Docex number• Postal services = Provide box/private bag address
Document Management Premises
30
•BIDDERS SCORING AT LEAST 60 OUT OF 80 WILL BE REQUIRED TO DO A PRESENTATION
•PRESENTATION 20
TECHNICAL EVALUATION CRITERIA
DISQUALIFICATION OF BIDS
Bidders shall be disqualified if they fail to:
Submit a valid and original tax clearance certificate
Complete questionnaires in full
Submit true and correct information
Comply with mandatory requirements
Comply with prescribed response format
Attend the compulsory briefing session
Page 17[Insert presentation title]
Original signed bid document and Proposal clearly marked and indexed with all pages numbered.
One (1) original and two (2) hard copies, submitted in a sealed, clearly marked (RFB/2015/00008) envelope , to the address provided below.
Submission Address :
Road Accident Fund
Eco Glades Reception (Block F)
420 Witch-hazel Avenue, Centurion, Pretoria
CLOSING TIME : 11:00 am (PER THE CLOCK AT THE RAF RECEPTION)
SUBMISSION OF RFP RESPONSES
Bid responses sent by courier must reach the reception at least 36 hours before the closing date, to be deposited into the Bid box.
Submission Register must be signed at the reception by bidder when submitting bid documents.
Important note:Please ensure that the attendance register has been
signedName of company Contact details
Late response will not be considered
SUBMISSION OF RFP RESPONSES
CONTACT DETAILS
All queries must be forwarded to monarem@raf.co.za
Enquiries and clarification will close on the 23 June 2015@ 11H00.
Q and A pack will be published on RAF website on 25 June 2015.
Thank you
Questions and Answers
top related