You are on page 1of 14

Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

Volume 1: INVITATION TO TENDER ENGINEERING AND CONSTRUCTION


CONTRACT

INVITATION TO TENDER FOR A PROPOSED CONTRACT BETWEEN:

ESKOM HOLDINGS LIMITED


AND

THE CONTRACTOR
FOR

SERVICE, MAINTAIN AND REPAIR OVERHEAD CRANES, THIS INCLUDES LOAD HOOK
MEASUREMENTS, INSPECTIONS, ROPE INSPECTIONS AND LOAD TESTING AT ARNOT POWER
STATION.

CONTENTS:

T1.1: LETTER OF INVITATION

T1.2: TENDER DATA

T 1.3: ESKOMS STANDARD CONDITIONS OF TENDER

TENDER No.MPGXC003269

Deadline for tender submission: 10:00 hours on 31 July 2014(South African Standard
Time)

Return this cover sheet with tender


Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

SUPPLIER
Date 10 July 2014 Ref MPGXC003269 Enquiries Jabu Galela
013 297 9388
T1.1 LETTER OF INVITATION

Eskom Holdings Limited (Eskom) invites you to submit a tender to provide the works as stated on the cover
sheet. The list of documents provided for the purpose of the tender is attached to this Invitation to Tender.

The scope of work is provided in the Works Information [Volume 3, Part 3]. The terms and conditions of the
proposed contract are identified in the Agreements and Contract Data [Volume 3, Part 1].

Eskom Holdings Limited Standard Conditions of Tender [T1.3] specifies the actions to be taken during the
process of tendering. The section entitled Tender Data [T1.2] provides the details which make the standardised
Conditions of Tender specific to the requirements of this tender, including the criteria you are required to comply
with in order to be able to submit a tender in response to this Invitation to Tender.

The tender documents are supplied to you on the following basis: [complete / delete / add as applicable].
Free of charge
Eskom has delegated the responsibility for this tender to the Eskom Representative whose name and contact
details are stated in the Tender Data. Your submission of a tender in response to this Invitation to Tender will be
deemed as acceptance of Eskoms Standard Conditions of Tender [T1.3].

You are required to complete the attached Acknowledgement Form and return by facsimile as indicated on the
form within 5 (five) days of receiving this Invitation to Tender. If you do not intend submitting a tender, kindly
return all the enclosed documentation together with the Acknowledgement Form, stating your reasons for not
wishing to participate.
We look forward to receiving and evaluating your tender.

Yours faithfully,

MT MOFOKENG
PROCUREMENT MANAGER

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 2 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

ACKNOWLEDGEMENT FORM

TO: ESKOM HOLDINGS SOC FROM


LIMITED's Representative
ARNOT POWER STATION
PRIVATE BAG X2
RIETKUIL, 1097
Sender
Attention JABU GALELA
Fax No.
Fax No. 013 297 9100

INVITATION TO TENDER NO.MPGXC003269

ACKNOWLEDGEMENT: RECEIPT OF INVITATION TO TENDER FOR SERVICE, MAINTAIN AND REPAIR


OVERHEAD CRANES, THIS INCLUDES LOAD HOOK MEASUREMENTS, INSPECTIONS, ROPE
INSPECTIONS AND LOAD TESTING AT ARNOT POWER STATION.

We are in receipt of the Invitation to Tender from Eskom Holdings Limited dated _________. We confirm that the
documentation received by us is: (delete / complete as applicable)

Either: Correct as stated in the attached list of Contents, and that each document is complete.
[tick box if documentation complete]

Or: Incorrect or incomplete for the following reasons:

Please select either statement 1 or 2 below and delete the other:

1. We have noted the deadline for tender submission (given in the Tender Data) and will be submitting our
tender before the closing date as instructed.

2. We do not intend to submit a tender for this work, and return all of the attached documentation herewith.
Our reason for not wishing to submit a tender is as follows:

Yours faithfully

for the tenderer

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 3 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

T1.2 TENDER DATA

Eskoms Standard Conditions of Tender makes several references to the Tender Data for details that apply
specifically to this tender. Each item of data provided below is cross-referenced in square brackets like these [ ]
to the applicable clause in the Eskom Standard Conditions of Tender to which the data mainly applies.

1 General

[1.1] The Eskom Representative is

Name : Jabu Galela


Tel No. :+27 13 297 9388
Fax No.:+27 13 297 9100
E mail : Galelail@eskom.co.za

[1.1 & 2.1] A tenderer is a person, sole proprietorship, partnership, close corporation, joint venture or
company eligible to submit a tender in accordance with these criteria [2.34]: (complete / delete / add
as applicable):

has a CIDB contractor grading of ______________or ______________or higher.

Is registered with the CIDB in a _________________class of construction works.

If a Joint Venture, every member must be registered and the lead partner must have a grading
designation in the ____________________________class of construction work. The combined
contractor grading designation calculated in accordance with the CIDB Regulations is equal to or
higher than a grading designation determined in accordance with the sum tendered for a
________________class of construction works.

Registered (country) ______________________________________

Included on (tender list) ______________________________________

Pre-qualified by (state details) ______________________________________

Other (specify) ______________________________________

[3.12] A responsive tender will be evaluated on the following tender criteria: [state the applicable
annexure wherein evaluation criteria are provided]_________________

2 Tenderer's obligations

[2.3 & 2.5] The tender documents are

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 4 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

Volume 1 : Invitation to Tender


Volume 2 : Returnable documents
Volume 3 : Contract
Addenda [2.7; 3.2] issued by Eskom Holdings Limited

[2.8] A site visit and / or clarification meeting has been arranged for tenderers as follows:

Commence at Arnot Power Station


On 2013-07-17
The venue is Cosmos Boardroom Club (Outside the station)
The meeting arrangements are Site Meeting
Tenderers shall confirm their intention to attend by Fax to;

Name Jabu Galela


Fax No. +27 13 297 9100

stating the name, position and contact details of each proposed attendee.

NB: Site meeting will be held on the 17 July 2014 AT 10H00.Please confirm your
Attendance stating the name and designation of company representative by no
Later than Wednesday,2014-07-16.

This is a closed enquiry and a site meeting is compulsory failure to attend the site meeting your
tender will not be evaluated. Suppliers to print their own documents from the tender bulletin
and bring to the meeting.

[2.9] The closing time for clarification of queries is 3 working days before the deadline for
tender submission.

[2.10 &2.13] The conditions of contract, available separately, are stated in the Contract
Data.

[2.16] Alternative tender(s) will not be accepted by Eskom Holdings SOC Limited.

[2.18] The tender may be for the whole only or part of the works

[2.19] Tender returnables are generally in the document called Tender Returnables, but may
also be in other tender documents where the tenderer is requested to return something as
part of his tender.

[2.20] The tender shall be submitted as ONE (1) ORIGINAL AND ONE (1) COPY(ALL
TECHINCAL,COMMERCIAL AND FINANCIAL DOCUMENTS), failure to submit as
requested will results in Tender being regarded as non-responsive.

[2.22] The invitation to tender number is MPGXC0069

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 5 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

[2.23] The tender shall be addressed to Eskom Holdings SOC Limited as follows:
STRICTLY CONFIDENTIAL:
ENQUIRY: MPGXC003269
TENDER BOX, GROUND FLOOR
NO. 10 SMUTS AVENUE
WITBANK / EMALAHLENI
MPUMALANGA
Description: RECEIPT OF INVITATION TO TENDER FOR SERVICE, MAINTAIN AND
REPAIR OVERHEAD CRANES, THIS INCLUDES LOAD HOOK MEASUREMENTS,
INSPECTIONS, ROPE INSPECTIONS AND LOAD TESTING AT ARNOT POWER
STATION.

[2.25] The place for delivery of the tender is Eskom Holdings SOC Limited's Tender Box
located at :
TENDER BOX, GROUND FLOOR
NO. 10 SMUTS AVENUE
WITBANK / EMALAHLENI
MPUMALANGA
(NOTE: LATE AND/OR FAXED TENDER WILL NOT BE ACCEPTED-ONLY HAND
DELIVERED TENDER WILL BE ACCEPTED)

3 Eskom's undertakings

[3.14] The Eskom Representative will determine the evaluated tender price by adjusting the total of
the Prices (if any) as follows: N/A

Making the specified correction for arithmetical errors [3.12].


Excluding contingencies in any bill of quantities or activity schedule.
Making an adjustment based on the application of the quantitative information entered by
tenderers in the Contract Data provided by the Contractor to provisional amounts assessed by
Eskoms Representative. A model tender assessment schedule suitable for use with Options A
and B of the NEC Engineering and Construction Contract may be included in the tender
returnables for this purpose.
Making an appropriate adjustment for any other acceptable variations, deviations, or alternative
tenders submitted.
Making a comparison of the Nett Present Value of each adjusted tender based on the tendered
programme (if provided) and prices, on the estimated effect of Price Adjustment Factors and rate
of exchange fluctuations (if applicable) and on other evaluation parameters relating to uncertainty
and risk.

[3.20, 3.22, 3.23] The number of copies of signed contract documents to be supplied by Eskom are:

For the NEC Engineering and Construction Contract: ONE

The additional conditions of tender are:


4.1 CONDITIONS OF TENDERING
We deem that a submission of a tender in response to this invitation constitutes acceptance of the
Standard Conditions of Tender Dated January 2007 and the additional terms contained in this Tender
Data.

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 6 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

4.2 CHANGES, DELETIONS OR AMENDMENTS TO DOCUMENTATION


No changes, deletions or amendments are allowed to the Tender, Tender Conditions, NEC document
or addendums. Separate submission / deviation sheet to be submitted where required.

4.3 DEVIATION SHEET


Tenderers to provide a Commercial Deviation Sheet listing any deviation from Tender Enquiry and
NEC Contract document with relevant counter proposal. See appendix for Deviation Sheet format.
Note: changes to Core NEC clauses is not an option.

4.4 GATEKEEPERS

4.4.1 Commercial
Acceptance of Term Services Contract
Completeness and Compliance with Tender Returnables as stated in Contents: Tender Returnables.
Where a tender returnable is not available, motivation and proof of submission with intention to comply is
submitted with tender. Compliance will be a requirement prior to tender award.

4.4.2 Financial
o Whole tender must be submitted in ZAR.
o Completed Price List

4.4.3 Technical
o Ability to meet specification.

4.5 Delivery Points

Eskom Arnot Power Station

4.6 NEGOTIATION AFTER TENDERING


Eskom Holdings reserves the right to negotiate with any tenderer(s) prior to contract award.

4.7 SUPPLIER AND SUB-CONTRACTOR EVALUATION


Eskom reserves the right to do suppliers evaluation / accreditation to determine Suppliers ability to
perform the required services prior to contract award.

4.8 SUPPLIER APPLICATION


Eskom Holdings Limited comprise of various Division, each with their own Vendor Database.
Registration with Generation Division is not automatic if registered with one or more of the other
Eskom Divisions.

Tenders and sub-contractors not registered on the Eskom Generation Division Vendor Database
within Eskom Holding Ltd are required to complete the Supplier Application Form and submit as soon
as possible prior to tender closing to arrange for evaluation and registration.
Vendor Management Queries: Phindile Majombozi 013 693 3426.

4.9 TENDER SUBMISSION FORMAT


Tender to be submitted according to this invitation to tender numbering, sequence and headings.

5. LIST OF ENQUIRY APPENDICES:


5.1 Commercial

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 7 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

a) Authority to submit a tender


b) Standard Conditions of Tender: Rev 1 Jan 2007
c) Business Conduct Policy
d) 32-416 Implementation of Eskoms Black Economic Empowerment Strategy
e) Declaration of Interest
5.2 Safety
f) As per the SHE requirements.
5.3 Technical
g) Scope of Work: See scope of work document.
5.4 Quality
h) As per the quality requirements.
A standard tender evaluation process will be followed as stipulated in Eskom Procurement and Supply
Chain Management Procedure (32-1034) in conjunction with the Preferential Procurement Policy
Framework Act (PPPFA), No.5 of 2000:

6.TENDER EVALUATION

A standard tender evaluation process will be followed as stipulated in Eskom Procurement and Supply
Chain Management Procedure (32-1034) in conjunction with the Preferential Procurement Policy
Framework Act (PPPFA), No.5 of 2000:

6.1 A four (4) step evaluation will be conducted:

1. Functional Analysis
2. Financial Analysis
3. Local Production and Content
4. Price and Preference Analysis

Gatekeepers

Stage 1 - Functionality: (Technical, SHE, Quality). Please insert any mandatory requirements or
certificate if applicable

Proposals will be required to meet a minimum percentage per activity- functionality qualifying score in
order to be evaluated further and proposals that fail to achieve the minimum qualifying score for
functionality will be disqualified. A weighted score-card approach will be used to evaluate technical
compliance of tenders against the specification.

Functionality: The review will be done by the cross function team consisting of technical Commercial and
Financial.

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 8 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

Gatekeeper-Mandatory requirements:

SUPPLIER DEVELOPMENT AND LOCALISATION


Special Condition Skill two (2) student from local to site around Nkangala
District Municipalities.
To fulfil Eskom mandate: Which is is to achieve maximum and sustainable local development impact
through leveraging Eskoms procurement spend in a manner that allows flexibility within the business in
order to accommodate government local development initiatives and policies the following special
conditions of tender will apply:
Special Conditions of this tender

The objective criteria of this package are to:


Advance participation on skills Development initiative especially Black student that are within the
Local to site communities in the Nkangala District Municipalities.
The above will assist the business in achieving the BO Key Performance Area target as
contained in the Shareholders Compact 2014/15 FY.

To achieve the above objectives the following will apply:


To skill two (2) Black student that are within the borders of Nkangala District Municipalities.

Skills development

OFO Weight Target Proposed Total


Occupational (%) Number Number Weighted
Group of of Score
Persons Persons
to be to be
Trained Trained
(Local (Local to
to Site) Site)
Student 100% 2 0.00%
(Electrician) /
Artisan

TOTAL SKILLS 100% 2 0.00%

Note:

Student for the skills development as well as semi-skilled and non-skilled employees should be recruited
from the previously disadvantaged local to site communities and / or Nkangala Municipality / Mpumalanga
Province.

The tenderer is required to propose and commit to Local Content percentage against Eskoms target of
100%.

Local to site
This refers to all areas around the Project site (Arnot Power Station) that are within 100kms radius or in
the Nkangala District.

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 9 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

Job Creation

Job creation proposal by tenderers does not form part of the tender evaluation criterion. It is however,
part of Eskoms contribution towards the Governments job-creation initiatives as contained in the New
Growth Path (NGP) and the National Development Plan (NDP)

All semi-skilled and unskilled labourers should be recruited from local communities

Tenderers who do not meet Eskoms mandatory requirements will result in the tenderer not being
evaluated further:

Eskom requires all tenderers to comply with the Eskoms specifications. Tenderers who do not meet
Eskom's specification will result in the tenderer not being evaluated further.

EVALUATION CRITERIA AND WEIGHTINGS:

Functionality

The criterions that will be used to evaluate functionality as a gatekeeper are:

Technical Functionality Maximum number of Minimum number of


points percentage points percentage to
be achieved per
activity
Engineering 100% 98%
CVs and certification of 25% 25%
qualified crane
technicians
Certification as proof of 25% 25%
registration as a Lifting
Entity with the
Department of Labour
as per Government
Regulations
Companies
10% 8%
Organisational structure
Certification as proof of
25% 25%
registration with ECSA.
3years practical
experience( Meaningful 10% 10%
references)
A minimum of two
Technicians must be
Authorised as per 5% 5%
Eskoms Plant Safety
Regulations
Environmental 100% 75%
Method statement on 60% 40%
handling and disposal of

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 10 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

waste
Statement of 40% 40%
compliance to
environmental
legislation and an Arnot
Environmental
procedures
Safety and Health 100% 100%
Valid letter of good 50% 50%
standing
Letter confirming that 20% 20%
they will adhere to all
life-saving rules

Letter confirming that 10% 10%


they will adhere to
OHS-Act 85 of 1993
and it regulations
Letter confirming that 10% 10%
they will issue PPE that
has been approved by
SABS/ SANS

Letter confirming that 10% 10%


their medical certificates
will be accompanied by
a man job specification.

Step 2: Financial Analysis

An analysis of the tenderers latest valid financial statements will be conducted for the purposes of
establishing the tenderers financial viability and ability to meet all of its contractual obligations for the
duration of the contract, should the tenderer be awarded the contract.
Where applicable a financial evaluation will be conducted by Eskom to further evaluate the financial
viability of the tenderer. (incl. formal treasury evaluation).
Financial analysis must be conducted on all responsive and compliant tenders prior to the price and
preference scoring.
Eliminate tenders that do not meet Eskoms financial requirements

Step 3- Local Production and Content

If a designated sector ensure that only locally produced goods, services or works or locally manufactured
goods with a stipulated minimum threshold for local production and content is considered.
If a non-designated sector, ensure that the stipulated minimum threshold for local production and content
is achieved.
Eliminate tenders below minimum Threshold

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 11 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

Stage 4 Price based on either 90/10 principle

90% Price

10% BBBEE

Price and Preference Analysis

Calculate price - 90 points.


Apply preference points according to B-BBEE level contribution - 10 points:
Add price points and preference points
Select tender with highest points (Price Points + Preference Points)

Number of Points
(90/10 system)
B-BBEE Qualification
For procurement above R1 million
1 100 points 10
2 85 points < 100 points 9
3 75 points < 85 points 8
4 65 points < 75 points 5
5 55 points < 65 points 4
6 45 points < 55 points 3
7 40 points < 45 points 2
8 30 points < 40 points 1
Non-compliant < 30 points 0
contributor

6.2 COMMERCIAL ASPECTS

LIST OF ITEMS TO BE SUBMITTED WITH THE TENDER


ITEM DESCRIPTION Mandatory Mandatory for
tender tender award
returnables
1. Submit the latest Audited Financial Statements/financial
statement(Two years financial statement should not be
older than 6 months)
2. Submit List of Associations-Declare if directors of the
company tendering do not have shares from other

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 12 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

companies.
3. Contractors' PAYE evaluation questionnaire (Labour
broker/service provider) IRP 30 OR IRP 3 to be supplied
by natural person (individual) but not a company, CC or
trust.
4. Form of offer and acceptance
5. Acceptance of Eskoms NEC terms and conditions
6. Price Schedule 5 (calculation sheet)
7. List of Directors CK2 or CM 29
8. A Valid B-BBEE Verification Certificate from Accredited
Verification Agency
9. Contractors file Safety Questionnaire to be completed
and submitted
10. Certificate, statement or declaration confirming compliance
with the Employment Equity Act of 1998 (if employing more
than 50 employees)
11. Submit an Original Valid Tax Clearance certificate
according to Preferential Procurement Policy Framework
Act 2000
12. A statement that the signatory has the necessary authority
to sign tenders on behalf of the organization
13. Valid ISO 9001:2008 certificate or credible proof of an ISO
9001:2008 compliant quality management system.
14. Suppliers declaration of interest
15. Authority to submit offer/tender
16. Declaration of fair bidding
17. Preference points claim form in terms of the
preferential procurement regulations 2011
18. SD&L Matrix
Technical Tender Returnable
19. CVs and certification of qualified crane technicians
20. Certification as proof of registration as a Lifting Entity with
the Department of Labour as per Government Regulations
21. Companies Organisational structure
22. Certification as proof of registration with ECSA.
23. 3years practical experience( Meaningful references)
SHE Tender Returnable
24. Method statement on handling and disposal of waste
25. Statement of compliance to environmental legislation and
an Arnot Environmental procedures
26. Valid letter of good standing
27. Letter confirming that they will adhere to all life saving rules

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 13 of 14
Unique Identifier 240-55149789

Revision Rev. 0
INVITATION TO TENDER
ENGINEERING AND CONSTRUCTION Revision Date August 2015
CONTRACT Group Commercial Division

28. Letter confirming that they will adhere to OHS-Act 85 of


1993 and it regulations

29. Letter confirming that they will issue PPE that has been
approved by SABS/ SANS
30. Letter confirming that their medical certificates will be
accompanied by a man job specification.

Volume 3: CONTRACT ENGINEERING AND CONSTRUCTION


CONTRACT

1. AGREEMENTS AND CONTRACT DATA

1.1 Contract Data Part 1: Data provided by the Employer


1.2 Adjudicators contract (if required with contract establishment)

2. PRICING DATA

2.1 Pricing instructions

3 EMPLOYER'S WORKS INFORMATION

3.1 See list of contents within the document itself

4 SITE INFORMATION

4.1 List documents as applicable

5 DRAWINGS

5.1 Works Information drawings

5.2 Site Information drawings

240-55149789 CONTROLLED DISCLOSURE TE Group Commercial,


Effective 01 August 2012
Page 14 of 14

You might also like