You are on page 1of 210
LIMPOPO PROVINCIAL GOVERNMENT DEPARTMENT OF PUBLIC WORKS, ROADS AND INFRASTRUCTURE PUBLIC WORKS, ROADS AND INFRASTRUCTURE ‘Tender No LDPWRI-ROADS/20009B 3 YEAR TERM CONTRACT FOR FOG SPRAY AND ROAD MARKING SPROJECT AT SEKHUKHUNE DISTRICT PROCUREMENT DOCUMENT OCTOBER 2020 Issued by: ‘THE HEAD OF DEPARTMENT. DEPARTMENT OF PUBLIC WORKS, ROADS AND. INFRASTRUCTURE PRIVATE BAG x490 POLOKWANE 0700 Name of tenderer: a a LIMPOPO PUBLIC WORKS, ROADS AND INFRASTRUCTURE Saar LDPWRI-ROADS/20009B FOG SPRAY AND ROAD MARKING SPROJECT IN SEKHUKHUNE DISTRICT MUNICIPALITY Contents Number — Heading THE TENDER Part T1: Tendering procedures mA “Tender notice and invitation to tender 11.2 Tender data Part T2: Returnable documents T24 List of returnable documents 122 Returnable schedules THE CONTRACT Part C1: Agreements and Contract data ct Form of offer and acceptance C12 Contract data Part 1 — Data by the Employer Part 2 — Data by the Contractor c13 Performance Guarantee Part C2: Pricing data cat Pricing assumptions C22 Price List Part C3: Scope of work ca ‘Scope of work Part C4: Site Information C4 Site Information Part C5: Annexures ooo "UBLI LIMEORO PUBLIC WORKS, ROADS AND INFRASTRUCTURE. el LDPWRI-ROADSI20009B FOG SPRAY AND ROAD MARKING SPROJECT IN SEKHUKHUNE DISTRICT MUNICIPALITY 11.1 Tender Notice and Invitation to Tender Tenders are hereby invited from Contractors registered with the Construction Industry Development Board (CIDB) having a minimum CIDB grading of 6CE. or higher for the 3YEAR FOG SPRAY AND ROAD MARKINGS PROJECT IN SEKHUKHUNE DISTRICT MUNICIPALITY. Documents shall be downloaded from the Employer's website https:/hwww.dpw.limpopo.gov.za from the date of the advert Queries relating to the issue of these documents may be addressed in writing to Shitlhangu P, Tel No.; 015 284 7330, e-mail: shillhangup@dpw..impopo.gov.za The closing time for receipt of tenders is 1100 hrs on date indicated on the Tender Bulletin. Telegraphic, telephonic, telex, facsimile, e-mail and late tenders wil not be accepted, Tenders may only be submitted on the tender documentation that is issued /or downloaded, No ring binding is allowed, only stapling and tape binding is allowed. Requirements for sealing, addressing, delivery, opening and assessment of tenders are stated in the Tender Data, Tender 1 M14 Part T1: Tendering procedures BGQy_ Tender Notice and invitation to Tender Tangraro PUBLIC WORKS, ROADS AND INFRASTRUCTURE nation LDPWRI-ROADS/200098, ‘nowrastucnae FOG SPRAY AND ROAD MARKINGS PROJECT IN SEKHUKHUNE DISTRICT MUNICIPALITY 11.2 Tender Data The conditions of tender are those contained in the latest edition of SANS 10845-3, Construction Procurement — Part 3: Standard conditions of tender. SANS 10845-3 makes several references to the Tender Data for details that apply specifically to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the provisions of SANS 10845-3, Each item of data given below is cross-referenced to the clause in SANS 10845-3 to which it mainly applies. Clause number Tender Data 34 The Employer is Department of Public Works, Roads & Infrastructure 32 Tender The tender documents issued by the employer comprise the following documents: ‘THE TENDER Part T1: Tendering procedures T1.1 - Tender notice and invitation to tender T1.2 - Tender data Part T2: Returnable documents T2.1 - List of returnable documents 72.2 - Retumable schedules THE CONTRACT Part C1: Agreements and Contract data 1.1 ~ Form of offer and acceptance C12 - Contract data 1.3 - Performance Bond Part C2: Pricing data 62.1 - Pricing assumptions, 2.2 - Bill of Quantities Part C3: Scope of work C3_= Scope of work Part G4: Site Information C4 = Site information Part T1: Tendering procedures 0004 m2 Tender Data 3.2 | Tho tondor documents issued by the employar comor Volume 1: Tendering procedures Tid Tender notice ant invitation to tender 114.2 Tender data Volume 2; Returnable documents 72.1 List of retumable documents 12.2 Rotumable sonedvles C1.1 Form of offer and acceptance 1.2 Contact data (part 2) 22 Actvty schedules /Bls of Quantities Voiume 3: The contract Part C1: Agreements and contract data 1.2 Gontract data (part) 1.3 Form of Guarentee Part C2: Pricing data 2.1 Pricing assumptions Part C2: Scope of work C3 Scope of work Part C4: Site information 4 Sito information 3.2 _| The tender documents issued by the employer comprise the documents listed on the contents page 3.4 | The employer's representative Namo: Employer's representative of the Department ‘Address: 43 Church Street Tel: 015 284 7000 Fax: 015 284 7030, 3.4 _| The language for communications is English 4.1 | Only those tenderers who satisfy the following ellgibilty erteria and who provide the required evidence In their tonder submissions are eligible to submit tenders and have their tonders ovatuated: 4.1 | Only those tenderers who aro registered with the CIDB, or are capable of being 80 prior to the evaluation of submissions, in a contractor grading designation equal to or higher than a contractor grading designation | ‘determined in accordance with the sum tendered, or a value determined In accordance with Regulation 25 (18) or 25(7A) of the Construction Industry Development Regulations, for a 6CE or higher class of ‘construction work, are eligible to have their tenders evaluated. Joint ventures are eligible to submit tondors provided tat: 4. every member ofthe joint venture is registered with the CIDB; 2. the lead pariner has a contractor grading designation in the CE clase of construction work; and 3. the combined contractor grading designation calculated in accordance with the Construction Industry Development Regulations is equal to or higher than a contractor grading designation determined in ‘accordance with the sum tendered for a 6CE_or higher class of construction work or a value determined In accordance with Regulation 25 (18) or 25(7A) of the Construction Industry Development Reguiations. Tender 3 12 Part T1: Tendering procedures Tender Data 0005 4a “The following tenderers who are registered with the CIDB, or are capable of being go registered prior to the ‘evaluation of submissions, are eligible to have their tenders evaluated: 2) contractors who have a contractor grading designation equal to or higher than a contractor grading dosignation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 26 (18) of 25(7A) of the Construction Industry Development Regulations, for a CE class of construction work: and ) contractors registered as potentially emerging enterprises with the CIDB who are registered in one contractor grading designation lower than that required in terms of a) above and who satisfy the following criteria 41) tho omployer is satisfied that euch @ contractor has the potential to develop and qualiy to be registered in that higher grade as determined in accordance with the provisions of the CIDB Specification for Social and Economic Delverables in Construction Works Contracts, and 2) tha empioyer agrees to provide the financial, management or other suppor that is considered ‘epproprate to enable the contractor to successfully execute that contract. Joint ventures are eligible to submit tenders provided that: 4. ovary momber of the joint vanture is registered with the CIDB; 2. the lead partner has & contractor grading designation in the CE class of construction work; and. 3. the combined contractor grading designation calculated in accordance with the Construction lusty Development Regulations Is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a CE class of construction work or @ value determined in accordance with Regulation 25 (18) of 25(7A) of the Construction Industry Development Regulations ar | tenders wil be received only from those tendering entities appearing on the altencenes lst. The arrangements for a compulsory clarification meeting are as stated in the Tender Notice and Invitation to Tender. Tenderers must sign the attendance list in the name of the tendering entity. Addenda will be issued to and 4.10 ‘Tenderers are required to state the rates and currencies in Rands only 412 Main tendor offre are not raquired tobe submitted togethor with altematve tenders. 42 No alternative tender offers will be considered, 4134 | Pants of ich tender offer communicated on paper shall be submitted as an original. 44135 445 | MARKINGS PROJECT AT SEKHUKHUNE DISTRICT MUNICIPALITY ‘The employer's details and address for dolivery of tonder offers and identification detalls that are to be shown con each tender offer package are: Location of tender box: Department of Public Works, Physical address: Comer Blaauwberg and Rivor Street, Ladanna Identification detalls: Tender No, LOPWRI-ROADS/20009B : 3 YEAR FOG SPRAY AND ROAD 443.4 ‘The tondoror is required to submit with his tender the following corticatos: 1) a copy of Tax Clearance Certificate issued by the South Aftican Revenue Services; 413.8 The ‘ORIGINAL’ of all attachments are to be submitted as separate packages. 4.13.8 Telephonic, telegraphic, lex, facsimile or emailed tender ofers will not be accepted 4.18 ‘The closing time for submission of tender offers s as stated in the Tender Notice and Invitation to Tender. 4.46 ‘The tender offer validity period is 12 wooks, 5a 52 The employer shal issue addenda unt 3 working days before tendor closing time. ‘The Employer will respond to requests for clarification received up to 7 working days before the tender closing time. Tonder 4 m2 Part T1: Tendering procedures 0006 Tender Data 54 Tenders will be opened and read out immediately aftor the closing time for tenders at 11hO0 hrs 5.113 ‘The procedure for the evaluation of responsive tenders is Method 3 (Financial offer and preference). 8 12 Fendering procedures : Tender Data 0007 811.9 ‘The quality criteria and maximum score in respect of each of the criteria are as follows: Eligibility criteria Weight ‘Sub criteria Maximum ‘number of points Road Construction projects ‘Company/ Entiy’s experience in ae ‘Score will be based on successfully executed and completed road projects in the last six years 8) 1 t0 3 Project b) 4 to 6 Projects = 3 ©) TH Projects = 5 175 Occupational Health and Safety Officer Experience (Must be registered with SACPCMP as a Professional) 25 Size of Enterprise and Current Workload of Bidder 20 a) 4 to 2yrs experience as an OHS) Officer = 1 b) 3 to dyrs experience as an OHS Officer ) + 5yrs experience as an OHS Officer =| 5 125 Capacity to execute the contract (with reference to current projects) ) Current value of projects is equal or greater than twice the maximum value of tho required CDB gradi b) Current value of projects is greater’ than the maximum value of the’ required CIDB grade but less than twice the maximum value of the required CIDB grade = 4 ©) Current value of projects is within the roquired CIDB threshold 4d) Current value of projects is less than the minimum value of the required CIDB grade = 4 |NB: Bidder shall declare all current! projects in form 7.2.1.2 80 Plant and Equipment required 20 ‘@) Minimum of two (2) Road Marking Machines to be hired by the contractor: Attach letter acknowledging intent to’ hire as well as proof of ownership’ from hiting company b) Road Marking Machine owned by| the contractor: 1 to 2 ©) Road Marking Machine ovmed by! the contractor 3 and more = 5 [Attach proof of ownership for owned Plant 100 Maximum possible score for quality (Ms) 480 Tender Part T1: Tendering procedures Oubs 12 Tender Data Quality shail be scored by not less than three persons satisfying the requirements of the Standard for Infrastructure Procurement and Delivery Management. “Total score for Function: Total Score obtained by the Bidder X 100 480 (Maximum score) ‘The minimum number of evaluation points for quality is 70% fa bidder whe scores blow this minimum shall be disqualified and shall not bo considered for further evaluation, NOTE: In order for the bidder to claim points for experience under quailty, the bidder must also attach a copy of Completion / Final approval Certificate for each of the completed projects to Form 72.1.2G: In the event the bidder was @ Subcontractor, the biddor must attach the following proof for each completed Projects: ‘Copy of Completion / Final approval Certificate issued by the Main Contractor, and + Copy of Completion Cartifcate of the Main Contractor forthe same project from the client 8.13 Administrative compliance Noncompliant to the following administrative requirements shall lead to disqualification (tem: = ___ Description Yes_|_No. cH ‘Power of aliomey Vaithony for signatory duly completed and signed) 7 Joint Venture Agreement (duly complotod and signed) an 08 Form of Offer duly signed and completed 04 Pricefretes amendment witnout signature in te bil of quantity See [05 ‘Non-completion ofthe Bills of Quantifes in full 06. ‘Usage of correction fiuid o7 Corifcate of Non-Collusion duly signed and completed 08 “Alterations tothe bid document or submission of copy of the original bid document | g ‘Completion ofthe bid document (or rétumable schedules) using pencil All bidders are required to have registered with National Treasury's Central Suppiier Database ‘The institution reserves the rights not to appoint the lowest bid nor award more than one bid Evaluation In terms of the 80/20 Preference Point System: Responsive tenders which have achieved the minimum qualification score for functionality will be evaluated further, using the 80/20 preference point system, Tender 112 Part Ti: Tendering procedures 0009 Tender data Tender Part T1: Tendering procedurds ! ‘Step 1: Calculation of points for Price ‘Tho PPPFA prescribes that the lowest acceptable bid will score 80 points for price. Bidders that quoted higher prices will score lower points for price on a pro-rata basis. The formula to be used for calculating points scored for price isthe following: F-Fuw Pi | Ps = Points scored for price of tender under consideration Pts Price of tender under consideration and Prin = Price of lowest acceptable tender Points scored must be rounded off to the nearest 2 decimal places ‘Step 2: Calculation of points for B-BBEE status level of contributor Points shal! be awarded to a bidder for attaining the B-BBEE status level of contribution In aecordance with the table below: i B-BBEE Status Level of Number of points Peart (80/20 system) 1 | 20 18 14 2 8 ‘Non-compliant contributor 0 0010 * Tender Dia AA bid shall not be disqualified from the bidding process if the bidder does not submit a certificate substantiating the B-BBEE status level of contribution nor is @ non-compliant contributor. Such a bidder will score zero (0) out of a maximum of 10 points for B-BBEE. The points scored for price shall be added to the points scored for B-BBEE status level of contribution to obtain the bidder's total points scored out of 100. Alenderer may not be awarded points for B-BBEE status level of contributor ifthe tender documents indicate that the tenderer intends subcontracting more than 25% of the value of the contract to any other person not {qualifying for at least the points that the tendoror qualifies for, unless the intended subcontractor is an EME that has the capability to execute the subcontract. ‘Avrard of contract to bids not scoring the highest number of points (2) A contract will be awarded to the bidder who scored the highest tolal number of points subject to sub regulation (9) and regulation 11 of the Act (b) In exceptional circumstances @ contract may, on reasonable and justifiable grounds, be awarded to a bidder that did not score the highest number of points, The reasons for such a decision must be approved and recorded for audit purposes and must be defendable in a court of law. Evaluation of bids that scored equal points (a) In the event that two or more bids have scored equal total points, the successful bid must be the one that scored the highest points for B-BBEE. (b) If two or more bids have equal points, including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality (c) Inthe event that two or more bids are equal in all respects, the award must be decided by the drawing of lots. 5.13 | Tender offers will only be accepted If a) the tenderer is registered on the Central Supplier Database (CSD) for the South Aftican government ( ‘see hilps//secure.esd.gov.za! ) unless it isa foreign supplier wth no local registered ently b) the tenderer is in good standing with SARS according to the Central Supplier Database; ‘c) the tenderer is registered with the Construction Industry Development Board in’ an appropriate ccontracior grading designation; 4) the tenderer or any of Its directors/shareholders is not listed on the Register of Tender Detaulters in terms of the Prevention and Combating of Comupt Activities Act of 2004 as a person prohibited from doing business with the public sector ) the tenderer has not i), abused the Employer's Supply Chain Management System; or i) failed to perform on any previous contract and has been given a writen notice to this offect; 4) the tenderer has completed the Compulsory Declaration and there are no conflicts of interest which may impact on the tenderer’ ability to perform the contract inthe best interests of the employer or potentially ‘compromise the tender process; 9) the tenderer is registered and in good standing with the compensation fund or with a licensed ‘compensation insurer; hh) the employer is ressonably satisfied that the tenderer has in torms of the Construction Regulations, 2003, issued in terms of the Occupational Health and Safety Act, 1993, the necessary competencies ‘and resources to carry out the work safely 5.17 _ | The number of paper copios of tho signed contract to be provided by the employer is one, Tender 9 m2 Part T1: Tendering procedures . ooli Tender Data Wy LIMBORO PUBLIC WORKS, ROADS AND INFRASTRUCTURE auc i ls LDPWRI-ROADS/200098 FOG SPRAY AND ROAD MARKING SPROJECT IN SEKHUKHUNE DISTRICT MUNICIPALITY T.2.1 List of returnable documents 1. Documentation to demonstrate eligibility to have tenders evaluated + Organogram, qualifications & experience of the Bidder's proposed key personnel. Note: Failure to provide these documents will result in the tender not being evaluated 2 Returnable Schedules required for tender evaluation purposes The tenderer must complete the following returnable schedules as relevant: + Record of Addenda to Tender Documents + Compulsory Declaration ‘+ Cettficate of Authority for Joint Ventures, if applicable * Preferencing Schedule: Broad Based Black Economic Empowerment Status ‘+ Annual Financial Statements Declaration ‘+ Schedule of the bidder’s current projects * Schedule of the bidder's previous experience + Schedule of plant and equipment ‘+ Schedule of proposed subcontractors ‘+ Project Programme and Method statement 3 Other documents required for tender evaluation purposes The tenderer must provide the following returnable documents: + Verification certificate from @ verification agency accredited by SANAS and recognized as an Accredited B-BBEE Verification Agencies (see www.sanas.co.za/directorylbbee_default.php) or a registered auditors approved by IRBA if preference points are claimed in respect of Broad-Based Black Economic Empowerment. + Suitable annual financial statements for the preceding financial year within 12 months of the financial year end + A\letter of Good Standing from the Compensation Fund or a licensed insurer as contemplated in the Compensation for Occupational Injuries and Diseases Act 1993 (Act No. 130 of 1993) 4 Other documents that will be incorporated into the contract ‘+ Project Programme and Method statement ‘* Rates for special materials ‘© Schedule of estimated monthly expenditure Tender 10 124 Part T2: Returnable documents 0012 List of returnable documents C14 Offer portion of Form of Offer and Acceptance 1.2. Contract Data (Part 2) C1.3 Agreement in terms of the Occupational Health and Safety Act 85 of 1993 and appointment as mine manager in terms of section 3(1)(a) of Mine Health and Safety Act 29 of 1996 C14 Abstracts of the Mine Health and Safety Act no. 29 of 1996 ‘and amendment Act no. 72 of 1997 C1.5 Performance Guarantee C1.6 Price List Failure to sign the form of offer and acceptance will render the tender “non-responsive” ‘The Tenderer’s attention Is drawn to Part2 of the Contract Data whlch requires the Tenderer to tender staff rates. Fallure to tonder the staff ratos will rondor the tender non-responsive. Failure to tender the staff rates in the prescribed manner may compromise the competitiveness of the tenderer. ‘Compensation events which result in changes to the Prices are assessed on the bess of time charges (Le, the products ‘of each of the staff rates multiplied by the total staff time appropriate to that rate properly spent on work in the contract) ‘Those staff rates aro used when making changes to the Prices in terms of the Contract. Tenderars need to price these, staff rates realistically. as they will be taken into account when evaluating tender offers — see Tender Assessment Schedule, “The Pticos for Services Provided to Date and compensation syonts which result in changes to the Prices are assessed ‘on the basis of me charges (Le. the products of each ofthe slaff rates mutipliod by the total staf Unie appropriate to ‘thal rate properly spent on work in the contract) These staf rates are used when assessing the amount due and when ‘making changes tothe Prices in terms of the Contract. Tendorars need to price these staff rates realistically as they wil be taken into eccount when evaluating tender offers — se6 Tendor Assossmont Schedule. ‘The Teriderer's attention is drawn to Part 2 ofthe Contract Data which requires tho Tenderer to tender a percentage for overheads and profit added to the Defined Gost. Failure to tender this percentage will render the fender non-responsive. ‘Compensation events which result In changes to the Prices are assessed! on the basis of Defined Cost (Le. the amount paid by the Supplier in providing the Goods and Services (excluding any tax which the Supplier can recover) for people, ‘equipment, plant and materias to he included in the goods, and transport whether the work is subcontracted or not). This percentage for overheads and profit Is applied to Defined Cost when making changes to the Prices in terms of the Contract. This percentage covers everything that is not included in Defined Cost. Tenderers need to price this ercentage realistically as it will be taken into account when evaluating tender offers — see Tender Assessment ‘Schedule. ‘The Tenderer’s attention is drawn to Part 2 of the Contract Data which requires the Tenderer to tender a fee percentage and a subcontracted fee percentage. Failure to tender these fee percentages will render tender non-responsive. ‘Compensation events which result in changos to the Prices are assessed on the basis of Defined Cost (ie. the payments by the Contractor in Providing the Services for people employed by the Contractor, Plant and Materials, work ‘subcontracted by the Contractor and Equipment). These foo percentages are appliod to compononts of Defined Cost when making changes to the Prices in terms of the Contract and cover everything that is not included in Defined Cost. “Tenderers need to price these percentages realistically as they will be taken into account when evaluating tender offers ~ ‘800 Tender Assessment Schedule. “The Prices for Services Provided to Date and compensation events which result in changes to the Prices are assessed ‘on the basis of Defined Cost (Le. the payments by the Contractor in Providing the Services for people employed by the Contractor, Plant and Meterials, work subcontracted by the Contractor and Equipment). These percentages are applied to components of Defined Cost when assessing the amounts duo to the Contractor or making changes to the Prices in terms of the Contract and cover everything that is not included in Defined Cost. Tenderers need to price these pporcentages realistically as they will be taken into account when evaluating tender offers - see Tender Assessment Schedule ‘Tender 4 y 24 Part T2: Returnable documents aay stot otummabledocumens ‘The Tenderer's attention is drawn to Part 2 of the Contract Data which requires the Tenderer to tender a percentage for overheads and profit added to the Defined Cost for people and a percentage for overheads and, profit added to other Defined Cost. Failure to tender these percentages will render the tenider non-responsive. ‘Compensation events which result in changes to the Prices are assessed on the basis of Defined Cost (ie. the amount paid by the Contractor in Providing the Services (excluding any tax which the Contractor ‘can recover) for people employed by the Contractor, plant and materials, work subcontracted by the Contractor and: equipment). These percentages for overrigads and profit are applied to components of Defined Cost when making changes to the Prices in terms of the Contract, These percentages cover everything that is not included in Defined Cost. Tenderers need to price these percentages realistically as. they ‘will be taken into account wihen evaluating tender offers ~ see Tender ‘Assessment Schedule, ‘The Tenderer’s attention is drawn to Part 2 of the Contract Data which requires the Tenderer to tender a percentage for overheads and profit added fo the Defined Cost for people and a percentage for overheads and ‘profit added to other Defined Cost. Failure to tender these percentages will render the tender non-responsive. Compensation events which resuit in changes to the Prices are assessed on the basis of Defined Cost (Le. the amount pald by the Contractor in Providing the Works (excluding any tax which the Contractor can recover) for people employed by the Contractor, plant and materials, work subcontracted by the Contractor and equipment). These porcentages for overheads and proft are applied to components of Defined Cost when making changes to the Prices in terms of the | Contract. Those percentages cover everything thats not included in Defined Cost, Tenderers need to price these | percentages realisicaly as thoy willbe taken into account when evaluating tender offers ~ see Tender Assessment Schedule. ‘The Tenderer's attention is drawn to Part 2 of the Contract Data which requires the Tenderer to tender a direct, fee percentage, a subcontracted fee percentage and a number of other cost parameters. Failure to tender these I percentages and cost parameters will ronder the tender non-responsive. Compensation events which result in changes to the Price are assessed on the basis of Defined Cost (i.e. the cost of the Components inthe Shorter Schedile of Cost Components whether work is subcontrected or not, as derived fom the tendered cost parametars). These fee percentages are applied to components of Defined Cost wien taking changes to the Prices in terms of the Contract and cover everything that is not included in Defined Cost. Tenderers need to price these percentages end the cost parameters associated vith the Schedule of Cost Componenis realstcaly as they wi be taken into account when evaluating ender offers ~ see Tender Assessment Schedule, ‘The Prices for Work Done to Date anid compensation events which result in changes to the Pricé are assessed on the basis of Defined Cost (0, the amount due to Subcontractors and the cost of the components in the Schedule of Cost Components or Shorter Schedule of Cost Components, a8 derived from the tendered cost parameters). These fee percentages are applied fo. components of Defined Cost when assessing the amounts due to the Contractor or making ‘changes to the Prices in terms of the contract and cover everything that is not included in Defined Cost. Tendarors ned to price these percentages and the cost parameters associated with the Schedule of Cost Components or Shorter ‘Schedule of Cost Components realistically as they will be taken into account when evaluating tender offers - see Tender Assessment Schedule ‘The Tenderer's attention is drawn to Part 2 of the Contract Data which requires the Tenderer to tender a direct fee percentage and a subcontracted fee percentage and a number of other cost parameters. Failure to tender ‘these percentages and cost parameters will render the tender non-responsive. | ‘The Price for Work Done to Date and compensation events which result in changes to the Prices are assessed on the basis of Defined Cost (Le. the amount due to Subcontractors and the prices for work done by the Contractor himsol) These percentages are applied to components of Defined Cost when making changos to the Prices in torms of the | Contract and cover everything that is not included in Defined Cost. Tenderers need to price these percentages and the | cost parameters associated with the Schedule of cost Components realistically as they will be taken into account when evaluating tender offers ~ see Tender Assossmon! Schedule. Tender 12 24 Part T2: Returnable documents 0014 List of returnable documents 12.2 Returnable Schedules T2.2A, Record of Addenda to tender documents ‘We confirm that the following communications received from the Employer before the eubmission of this tender coffer, amending the tender documents, have been taken into account in this tender offer: Date Title or Details 10, ‘Attach addtional pages if more space is required. SIGNED ON BEHALF OF BIDDER: Tender 13 m2 Part T2: Returnable documents (DUG Returnapie documents Annexure B: Proposed amendments and qualifications ‘The Tenderer should record any deviations or qualifications he may wish fo make to the tender documents In this Returnable Schedule. Alternatively, a tenderer may state such deviations and qualifications in a covering letter to his tender and reference such letler in this schedule. ‘The Tenderers attention Is drawn to clause 58 of SANS 10845-3 regarding the employer's handling of material deviations and qualifications, Page Clause oritem Proposal Date Position Tender Part T2: Retumable documents 4 0016 122 Retumable Schedules Annexure C: Preferencing schedule: Broad Based Black Economic Empowerment Status Preamble Section 10(b] of the Broad-Based Black Economic Empowerment Act of 2003 (Act No. 53 of 2003} states that “Every orgon of state and pubic entity must take into account and. as far as Is reasonably possible. apply any relevant code of good practice ‘ssued in terms ofthis Actin developing and implementing a preferential procurement policy’ [A number of codes of good practice have been issued in terms of Section 9(1) of the 8-BBEE Act of 2003 including @ generic code of good practice and various sector codes. The sector codes vary the metrics, weightings and targets used inthe generic code of good practice to establish the overall performance of an entity and its B-BBBEE status. The B-BBEE status needs to be assessed in accordance with the applicable code. 1. Conditions associated with the granting of preferences Tenderers who claim a preference shall provide sufficient evidence of their B-BBEE Status in accordance with the requirements of section 2 in respect of the applicable code as at the closing time for submissions, falling which their ‘claims for preferences will be rejected. 2 Sufficient evidence of qualification 24 Exempted micro enterprises Sufficient evidence of qualification as an Exempted Micro-Enterprise is a a) a registered auditor's cortficate or similar certificate issued by en accounting officer as contemplated in the Close Corporation Act of 1984 in respect ofthe entiy's last financial year or a 12 month period which overlaps with its ‘current financial year; or a certificate issued by a verification agency and which is valid as at the closing date for ‘submissions; or ) a swom affidavit -B-BBEE Exempted Micro Enterprise (see www. thedti,aov.zalgazzettes/Affidavit EME.odt 22 Enterprises other than micro exempted enterprises Sulciont evidence of 8-BBEE Status is: a) an original or cortiog copy of tho corticato issued by a verification agency accredited by the South Aftican National Accreditation System (SANAS) or registered auditors approved by Independent Regulatory Board for Auditors (IRBA) and which is valid as atthe closing date for submissions; or ) a swom affidavit ~ B-BBEE Qualifying Small Enterprise (see (BBEE QUALIEVIN 3. Tender preferences claimed “The scoring shall be as follows: B-BBEE status determined in accordance with the preferencing schedule | % max points for preference for Broad-Based Black Economic Empowerment Form not completed or no-complaint cortibutor ° Level & contibutor 10 Level 7 eoninibutor Level 6 contibutor Level § contributor Level 4 contibutor 0 Level 3 contibutor 70 Level 2 oF contributor 0 [ Covert contoutor 10 Tender 15 122 Part T2: Returnable documents Returnable Schedules oone 4 Declaration ‘Tho tenderer dectares that a) the tendering entiy isa lovel contributor as stated in the submitted evidence of qualification as at the closing date for submissions b) the tendering entity has been measured in terms of the following code (ck applicable box) Generic cade of good practice 2 Otner-speaty - ) the contents of the declarations made in terms of a) and b) above are within my personal knowladge and are to the best of my belief both true and correct, ‘The undersigned, who warrants that he / she is duly authorised to da 0 on behalf of the tenderer confirms that he / she understands the conditions under which such preferences are granted and confirms that the tenderer satisfies the conditions pertaining to the granting of tender preferences. Signature Name Duly authorised to sign on behalf of : ‘Telephone Fax... Date = Name of witness .. 7 : Signature of witness Note: 1} Failure to complete the declaration will lead to the rejection ofa claim fora preference 2) Supporting documentation ofthe abovementioned claim for a preference must be submitted with the tendor submission to be eligible for a preference Tender 16 0018 22 Part T2: Returnable documents Retumable Schedules T2.2D Compulsory Declaration ‘The following particulars must bo fumished. In the case of a joint venture, separate declaration in respect of each partner must be completed and submitted. ‘Section 1; Enterprise Details Name of enterprise: Contact person: Email: ‘Telephone: Callno Fae Physical address Postal address ‘Section 2: Particulars of companies and close corporations ‘Company / Close Corporation registration number ‘Section 3: SARS Information "Tax reference number VAT registration number: ‘Se NE OGIO Tv PRT VAT ‘Section @ CIDE registration number CIDE Registration number apace) ‘Section 5: National Treasury Central Supplier Database ‘Supplier number Unique registration reference number ‘Section 6: Particulars of principals principal: means a natural person whois a partner in a parbrship, a sole propristor, a director ofa company estabishod in torms of the Companies Act of 2008 (Act No. 71 of 2008) or a mamber of a close corporation registered in terms of the (Close Corporation Act, 1984, (Act No. 69 of 1984). [ Full name of principal Identity number Personal tax reference number Attach separate page ifnecessary Tender 7 0019 Part T2: Retumable documents 22 Roturnable Schedules Section 7; Record in the service of the state Indicate by marking the relevant boxes with a cross, If any principal is currently or has been within the last 12 ‘months in the service of any of the following: ‘@ member of any municipal counctt ‘an employee of any department, national or provincial any provincial legis ‘public entity or constitutional institution within the BS memper of ary Pov eg tte moaning of the Public Finance Management Act of ‘2 momber of the National Assembly or 'g99 (act No, 1 of 1999) the National Council of Province oot cosas aaa aay «member of to board of deocore ot ember ofan accounting abort a ary say unica ery ‘an employee of Parliament or a provincial lgislatura an official of any municipality or oe ‘ : ‘municipal entity Hany of the above boxes are marked, disclose the following: Name of principe ‘Namo of institution, public office, board or organ | Status of service ‘of state and position eld ‘tick approciet column) ‘Current | Within last months “insert saparate page Irnacessary ‘Section 8: Record of family member in the service of the state {amily member: person's spouse, whether in a mariage or In @ customary union accorsing to indigenous law, domestle partner in @ cia union, orchid, parent, brother, sister, whether such a relationship results from bith, mariage or adoption Indicate by marking the relevant boxes with a cross, if any family member of principal as defined in section 5 is currently or has been within the last 12 months been in the service of any of the folwing: ‘a member of any municipal councit an employee of any provincial department, national or ‘a member of any provincial legistature provincial public entity or constitutional institution within the meaning of the Public Finance |g member of te Netonal Assembly oF anagement Act, 1099 (Act tof 1998) a member ot an scouring eu of ery nal at membor of th board of cetor of mba an genountng sory of any national Sy mune nt 2 nny gg mmetonone Potannt spe ‘municipal ontty ‘Name of family membor Name of institution, public office, board or | Status of service | organ of state and position held {tek appropriate | column) Current | within ast 2 months “insert separate page ifnacossary ‘Section 9: Record of termination of previous contracts with an organ of state Was any contract between the tendoring entity including any ofits joint venture parinors torminated during the Tender 18 Part T2: Returnable documents 0020 Retumable Schedules ‘past 6 years for reasons other than the employer no longer requiring euch works or the employer falling to make payment in terms ofthe contract, Yos No. (Tick appropriate box) Ifyes, provide particulars (terest separate page if necessary) ‘Section 10: Declaration | The undersigned, who warrants that he / she is duly authorised to do s0 on behalf ofthe tendering entity confirms. that the contents of this Deciaration are within my personal knowledge, and save where siated otherwise in an attachment hereto, ae tothe best of my belief both irue and coact, and: neither the name ofthe tendering entity or any of ls principals appears on: 2) the Register of Tender Dotauiters established in torms of the Prevention and Combating of Corrupt Activilies Act of 2004 (Act No. 12 of 2004) National Treasury's Database of Restricted Suppllors (see wwww.troasury.gov.za) Il) nokther the tendoring entity of any of ts principals has within the last fve years been corwlctd of fraud or corruption by a court of aw (including a court outside ofthe Republic of South ica); | i) any principal who is presently employed by the state hes the necossary pormission to underteke remunerative work outside such employment (atach permission to his daclaraton) iv) tho tendoring onfty is not assoctated, linked or involved with any other tendering onttios submitting tender | offers | v) has not engaged in ny prohibited restrictive horizontal practices including consultation, communication, agreement, or arrangement wth any competing or potential tendering entity regarding prices, geographical ‘reas in which goods and services will bo rendered, approaches to determining prices or pricing parameters, Intentions to submit a tender or not, the content of the submission (specification, timing, Conditions of contract ete) or intention to not win @ tender, i) has no other relationship with any ofthe tendorors or those responsible for compiling the scope of work that could cause or be intorpreted as a conflict of interest vil neither the tenderer or any ofits principals owes municipal rates and taxes or municipal service charges to ‘any municipality ora municipal entity and are nat in arrears for more than 3 months; | vi) SARS may, on an ongoing basis during the term ofthe conrect,elclose the tenderers tex compliance status to the Employer and when called upon to do $0, obtain the written consent of any subcontractors, who are subcontracted to exacute a portion of tho contract that is entered into in excess of the threshold prescribed by the National Treasury, for SARS to do likonise. SIGNED ON BEHALF OF BIDDER: NOTE 1 The Standard Condions of Tender contained In SANS 10845-2 prohibits antcompattive practices (clause 3.1) and requires that tanderars avoid confcts of interast, only submit a tander offer Ifthe lendaror or any of his principals Is not under any restiction to do business with employer (4.1.1) and submit only ono tondor citnar ae a singlo tendering ently or 28 a momber in a jont venture (clause 4.13.1} Clause 5.7 also empowers the Employer io cequaly any tenderer who engages in fraudulent and corrupt practice. Clause 3.1 sise requires tenderers to comply with ell egal obigatons. NOTE 2: Section 30(1) ofthe Public Service Act. 1994, probit an employes (person who is employed in posts on the establishment of

You might also like