Upload
vocong
View
213
Download
1
Embed Size (px)
Citation preview
This document, and the information or advice which it contains, is provided by the DoE/DSRAC Programme
solely for the use by the Coega Development Corporation (Pty) Ltd and for reliance by its Programme
Director and the Board in performance of that Programme’s duties.
REQUEST FOR PROPOSAL: SUPPLY AND INSTALLATION OF HVAC CHILLERS AT
THE COEGA BPO
Contract No. CDC/466/16
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/446/16 BPO HVAC Chiller Supply and Installation-Advert 2 Rev.0 29/07/2016
REQUEST FOR PROPOSAL
Request for Proposal: Supply and Installation of HVAC Chillers at the Coega BPO
Contract No. CDC/466/16
1 INVITATION AND SCOPE OF SERVICES
The CDC is inviting capable and competent suppliers/equipment vendors to submit proposals for
the supply and installation of 2 (two) number 600Kw Capacity each water cooled chillers .
Respondents are required to have relevant experience in the supply and installation of similar
equipment. As such they are expected to submit agency and or vendor agreements with the
original equipment manufacturers from whom they intend to source the equipment.
The scope covers the supply, delivery, installation, testing and commissioning of 2-off new chiller
units.
The scope of work is briefly summarized as follows:
a) 2-off new air cooled chillers with nominal cooling capacity of ±600kW each, complete
with on board buffer tanks.
b) Hoisting and Rigging
i. All hoisting and rigging required for the installation of new plant and equipment.
ii. Provision shall be made to comply with the OHS Act requirements and
regulations.
c) As-Built Drawings and Operation and Maintenance Manuals
i. Three (3) sets of “as built / as installed” drawings of the new installation.
ii. Three (3) sets of comprehensive Operation and Maintenance Manuals.
d) 1 (One) Year Maintenance and Guarantee
i. All equipment and workmanship shall be maintained and guaranteed for a period
of minimum 1 year from the date of commissioning
e) Training of 2 (two) number technicians in the maintenance and operation of the chillers
The Coega Development Corporation (Pty) Ltd (CDC) is refurbishing and upgrading the HVAC system at its
BPO centre in the Coega IDZ, Zone 3
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/446/16 BPO HVAC Chiller Supply and Installation-Advert 3 Rev.0 29/07/2016
2. CONDITIONS
(a) Respondents must be agencies or approved local suppliers of the manufacturers as proved
by the provision of agency/supplier agreements with the original equipment manufacturers.
(b) Preference will be given to respondents who comply with the CDC’s Procurement Policy &
Procedures; Refer to TGP 07:2013 REV 07 (Annexure J)
(c) Preferential Procurement Policy Framework Act (PPPFA) principles shall apply, whereby
submissions will be evaluated according to the provisions of that Act and the Public
Finance Management Act (PFMA) Sections 36 and 49;
(d) Bidders must submit a valid BBBEE Verification Certificate from SANAS Accredited
Verification Agency or from a Registered Auditor approved by Independent Regulatory
Board of Auditors (IRBA) in order to be eligible for empowerment points; The Qualifying
Small Enterprise (QSE) and Exempted Micro Enterprises (EME) must submit a sworn
affidavit confirming the company Annual Total Revenue and level of black ownership;
(e) The goods to be supplied must meet the Technical Specification as outlined.
Respondents will be assessed as per the criteria shown in Annexure B. Bidders are
required to fulfil ALL technical/functionality criteria in order to proceed to the next step of
evaluation;
(f) The following scores will be applied:
(i) Price - 90;
(ii) BBBEE Status - 10.
Request for Proposals (RFP) documents can be collected at no cost from 09H00, Monday 15h
August 2016 at the Coega Business Centre, Cnr Alcyon and Zibuko Streets, Coega IDZ,
Port Elizabeth 6070, and can also be downloaded from the CDC Website: www.coega.co.za.
from Monday the 15th of August 2016
A compulsory briefing meeting will be held on the 26TH
of August 2016 at 10h00 at the CDC
Business Centre, eNkundleni Boardroom, Ground Floor, Cnr Alcyon and Zibuko Streets,
Zone 1, Coega IDZ, where CDC representatives and the consultant will meet potential bidders
One original of the completed RFP document shall be placed in a sealed envelope clearly
marked: “CDC/466/16 – Request for Proposals: Supply and Installation of HVAC Chillers at
Coega BPO” The closing date and time for the receipt of completed bid documents is Friday, 9TH
September 2016, at 12H00, at the at the Coega Business Centre, Cnr Alcyon and Zibuko
Streets, Coega IDZ, Port Elizabeth 6070.
Failure to provide any mandatory information required in this Bid will result in the submissions
being deemed null and void and shall be considered non-responsive. An Electronic Tax
Compliance Status (TCS) System will be used to verify the bidder’s tax compliance status
so bidders must request a unique security personal identification number (PIN) and also
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/446/16 BPO HVAC Chiller Supply and Installation-Advert 4 Rev.0 29/07/2016
the Tax Income Number from SARS which must be quoted in the bid. Bothe the (pin) and
Income Tax Number would be used for verification purpose.
Proof of Registration with the Treasury’s Centralised Suppliers Database i.e. CSD Registration
Number MUST be provided, a registration report which reflects the registration number is needed for
verification purpose.
No telephonic or any other form of communication with any other CDC member of staff,
other than the named individual below, relating to this request for bid will be permitted. All
enquiries regarding this bid must be in writing only, and must be directed to:
Andile Ntloko, Unit Head: Supply Chain Management e-mail: [email protected].
The CDC reserves the right not to accept the lowest proposal in part or in whole or any proposal.
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 5 Rev.0 28/07/2016
Contract No
CDC/466/16
July 2016
Request for Proposal:
SUPPLY AND INSTALLATION OF HVAC CHILLERS AT THE COEGA BPO
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 6 Rev.0 28/07/2016
DOCUMENT INFORMATION SHEET
Title of Document : Request for Proposal: Supply and Installation of HVAC Chillers at the Coega BPO
Type of Document : Request for Proposal
Document Number : CDC-OP-RFP-002-16
Prepared by : Robert Moses Magotsi
Typed by : Robert Moses Magotsi
Business Unit : IDZ Infrastructure Programme
Prepared for : Prospective Bidders
Date of Issue : 28 July 2016
Copyright
All rights reserved. No part of this document may be reproduced or distributed in any form or by any means, electronic, mechanical, photocopying or recording
or otherwise, or stored in a database or retrieval system, without the prior written permission of the Coega Development Corporation (Pty) Ltd. ©
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation ofHVAC Chillers at the Coega BPO i Rev.0 28/07/2016
DOCUMENT CONTROL SHEET
The purpose of this form is to ensure that documents are reviewed and approved prior to issue. The form is to be
bound into the front of all documents released by the CDC.
PROJECT NAME : Supply and Installation of HVAC Chillers at the Coega BPO
DOCUMENT TITLE : Request for Proposal: Supply and Installation of HVAC Chillers at the Coega
BPO
DOCUMENT No. : CDC-OP-RFP-002-16
SIGNING OF THE ORIGINAL DOCUMENT We, the undersigned, accept this document as a stable work product to be placed under formal change control as
described by the Change Control Procedure document.
ORIGINAL Prepared by Reviewed by Approved by Date:
28 July 2016
Name: Robert Moses Magotsi
Name: Warren Davies
Name: Maria Van Zyl
Signature:
Signature: Signature:
Distribution: Potential Bidders
REVISION CHART
REVISION 1 Name:
Name:
Name:
Date:
Signature:
Signature:
Signature:
REVISION 2 Name:
Name:
Name:
Date:
Signature: Signature: Signature:
REVISION 3 Name:
Name:
Name:
Date:
Signature: Signature: Signature:
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation ofHVAC Chillers at the Coega BPO ii Rev.0 28/07/2016
RESPONDENT’S INFORMATION SHEET
This form MUST be filled in by all respondents to this RFP and included as the third page of the Proposal
after the cover page.
Contract No. CDC/466/16
Description of Contract Supply and Installation of HVAC Chillers at the Coega BPO
Name of Organisation / Company / Professional Services Entity
Physical Address
Postal Address
Contact Name
Email Address
Telephone Number
Fax Number
Cell Number
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO iii Rev.0 28/07/2016
TABLE OF CONTENTS
1 INTRODUCTION AND BACKGROUND ........................................................................... 1
2 SCOPE OF WORK ........................................................................................................... 1
3 PREPARATION OF SUBMISSION .................................................................................. 1
3.1 Responsiveness Assessment ........................................................................................ 2
3.2 Additional Information Required ................................................................................... 2
3.3 Technical Specification of the products …………………………………………………...2
3.4 Quantitative Assessment ............................................................................................... 3
3.5 Qualitative Assessment……………... ............................................................................. 4
4 TERMS AND CONDITIONS ............................................................................................. 3
5 DISQUALIFICATION ........................................................................................................ 4
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 1 Rev.0 28/07/2016
1 INTRODUCTION AND BACKGROUND
Due to frequent gas leakages into the working space at the Discovery BPO, CDC commissioned a
technical study to clearly understand the root cause of the leakages. The study revealed there were
both design and system construction inadequacies to the Heating, Ventilation and Air Conditioning,
(HVAC) system with respect to compressor discharge piping, shortage of cooling capacity,
inadequacy of internal air distribution, incorrect plant design and construction, statutory ventilation
requirements, and smoke control. The consultant then proposed short term measures and long term
measures to deal with the issues. While short terms measures have been implemented, Long term
measures proposed included changing the present plant system form pure refrigerant gas HVAC to
water chilled HAVC system. The supply of the water chillers equipment forms part of the long term
measures which will incorporate other design changes to the HVAC ducting system.
2 SCOPE OF WORK
The scope covers the supply, delivery, installation, testing and commissioning of 2-off new chiller units.
The scope of work is briefly summarized as follows:
a) 2-off new air cooled chillers with nominal cooling capacity of ±600kW each, complete with on
board buffer tanks.
b) Hoisting and Rigging
iii. All hoisting and rigging required for the installation of new plant and equipment.
iv. Provision shall be made to comply with the OHS Act requirements and regulations.
c) As-Built Drawings and Operation and Maintenance Manuals
iii. Three (3) sets of “as built / as installed” drawings of the new installation.
iv. Three (3) sets of comprehensive Operation and Maintenance Manuals.
d) 1 (One) Year Maintenance and Guarantee
ii. All equipment and workmanship shall be maintained and guaranteed for a period of
minimum 1 year from the date of commissioning
e) Training of 2 (two) number technicians in the maintenance and operation of the chillers
3 PREPARATION OF SUBMISSION
The following items are to be submitted:
(a) The Respondents Information Sheet at the beginning of this document;
(b) A copy of the agency/supplier agreement with equipment manufacturer;
(c) Proposed delivery program and timeframes;
(d) Commitment to the transfer of knowledge, i.e. by providing training to a minimum of two people.
(e) The Financial Proposal form (Annexure C) is to be completed and signed by.
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 2 Rev.0 28/07/2016
3.1 Responsiveness Assessment
The following criteria will be used in assessing the responsiveness of tenders.
Table 1: Mandatory Requirements to be submitted
Note; Failure of bidders to meet all the above mandatory requirements will result in
submissions being deemed null and void and shall be considered “non – responsive” and
therefore not considered.
3.2 Additional Information Required
NO. DESCRIPTION YES NO
1
Confirmation of Tax Compliance Status with SARS (N.B – please provide Personal
Identification Number (PIN) and Income Tax Number obtained from SARS); which
would be used for verification purpose with SARS.
2 Completed and signed Declaration of Interest Register (Form A3: Annexure G
3 Completed and Signed Declaration of bidder’s past supply chain management
practices (SBD8)
4 Completed and Signed Certificate of Independent Bid determination (SBD9)
5 Completed and signed Financial Proposal Schedule
6
Proof of Registration with the Treasury’s Centralised Suppliers Database i.e. CSD
Registration Number MUST be provided, a registration report which reflects the
registration number is needed for verification purpose
7 Verifiable Proof of agency or vendor agreement with equipment manufacturer
8
Respondents MUST provide proof (References letter/completion certificates) a
minimum of two (2) of similar supply and installation in the past three (3) to five (5)
years.
NO. DESCRIPTION YES NO
1 Valid BBBEE Verification Certificate from SANAS Accredited Verification
Agency/registered Auditor approved by IRBA.
2
Proposed methodology covering and demonstrating coherence of the:
(i) Work organization programme, (ii) Resource plan, and (iii) Methodology for executing the works.
3 Record of previous projects of similar nature and contact persons;
4 Letter of commitment by the contractor to allocating at least 35% of the contract to
SMMEs for developmental and meaningful involvement in the project.
5 Record of registration of bidder with, The South African Refrigeration and Air
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 3 Rev.0 28/07/2016
3.3 Quantitative Assessment
Bids that achieve the minimum technical requirement will be further adjudicated on Price and
BEE status. The method of scoring Financial Proposals and the BEE Verification Certificate is
described in the attached Tender Evaluation and Scoring document.
The allocation of tender adjudication points for this Contract shall be as follows:
3.4 Qualitative Assessment
Conduct a Qualitative Assessment on the top three scorers from Stage 3 on the riskiness and/or
the nature of the project. The main thrust of this assessment would not be to second-guess the
preferred bidder but to address the question around potential capacity and commercial risks. The
performance reports of bidders who have previous exposure with CDC will also be considered
during this Stage and those bidders with negative performance reports will not be recommended
for appointment. The main question to be addressed under this Stage would be if there are any
reasons, the bidder would not be awarded the contract even though it might be the highest scorer.
This would be in line with the provisions of Regulation 9 of the PPPFA Regulations.
4 TERMS AND CONDITIONS
(a) All submissions must be received by the CDC no later than 12:00 noon, Friday, 9 September
2016. Respondents must submit their proposals before the closing date and time and any late
submissions will not be considered;
(b) All submissions and subsequent information received will become the property of the CDC and
will not be returned;
(c) Failure to complete all mandatory information will result in submissions being deemed null and
void and shall be considered “non-responsive” and therefore not considered;
(d) Telegraphic, telexed, faxed or e-mailed submissions will not be accepted;
(e) One original document indicating cluster(s) tendered for shall be placed in sealed envelopes
clearly marked. “CDC/466/16 Supply and installation of HVAC Chillers at the Coega BPO”.
(f) Respondents or their representatives (including the courier services) must ensure that they
register their submissions in the Register for Submissions form that will be provided at the
Reception Desk of the CDC, wherein they will indicate the name of the person delivering the
submission, the number of copies submitted, the time and date of submission and attach their
signatures;
Conditioning Contractors Association (SARACCA)
Area of Adjudication Maximum Points
Tendered Price (SP) 90
Empowerment Objectives (SE) 10
Total Points (S) 100
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 4 Rev.0 28/07/2016
(g) All enquiries and submissions regarding this Request for Proposal must be directed in writing
only to: Mr Andile Ntloko: Unit Head: Supply Chain Management
Fax : 041 403 0573
Email : [email protected]
(h) The contact person reflected above shall be the only point of contact for this contract. Failure to
observe this requirement will lead to immediate disqualification of the respondent;
(i) The CDC reserves the right not to accept any submission. If the CDC does not accept any
submission, it will declare this proposal request process to be closed and may then elect to
negotiate with any party, or to proceed on a completely different basis, or not to proceed with the
services;
(j) Submission of a proposal and its subsequent receipt by the CDC does not represent a
commitment on the part of the CDC to proceed further with any Respondent or any project;
(k) The Respondent shall treat as confidential all documentation, drawings, reports, etc. which are
provided pursuant to this RFP;
(l) All documents, drawings, reports, etc. prepared by the Respondent pursuant to this RFP shall
become the copyright property of the CDC;
(m) No costs incurred by the Respondents in the preparation of their submission will be reimbursed;
(n) All Respondents will be advised as soon as the successful Bidders have been approved
pertaining to the specific contract;
5 DISQUALIFICATION
Potential Bidders will be disqualified immediately during the tendering stage or during the tender
evaluation and adjudication stage or after the contract has been awarded if they are found to have
conducted or committed any of the following:
(a) Bidders, bidder’s representatives, associates, or shareholders that sought to influence
adjudication process of this tender, or outcomes of the adjudication process, directly or indirectly;
(b) Bidder that failed to follow or observe the lines of communication that are prescribed in the
Advert;
(c) Collusion among bidders;
(d) Misrepresentation of information;
(e) Any Bidder or its principals or both who have engaged in corrupt and fraudulent practices, not
only with the CDC but anywhere else;
(f) The CDC will consider the Proposed Consultants in the tenderer’s bid as the assigned resources
for any awarded Project, Any changes to these proposed personnel is subject to CDC’s approval
prior to being changed by the bidder;
(g) Bidder who has pending liquidation, in receivership, bankrupt/insolvent (actually and
commercially); and
(h) Bidder or discipline partner appearing on National Treasury blacklist.
(i) Bidders who have previously been terminated on CDC projects.
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 5 Rev.0 28/07/2016
ANNEXURES
ANNEXURE A : SCOPE OF SERVICES AND TECHNICAL SPECIFICATIONS
ANNEXURE B : TECHNICAL SPECIFICATION OF THE PRODUCT
ANNEXURE C : FINANCIAL PROPOSAL
ANNEXURE D : SBD 8
ANNEXURE E : SBD 9
ANNEXURE G & H : COMPULSORY DECLARATION OF INTEREST
ANNEXURE I : TGP 07: 2013 REV 07
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 8 Rev.0 28/07/2016
ANNEXURE A:
SCOPE OF SERVICES AND TECHNICAL SPECIFICATIONS
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 9 Rev.0 28/07/2016
ANNEXURE B TECHNICAL SPECIFICATION OF THE PRODUCT
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 9 Rev.0 28/07/2016
Assessment Criteria
Requirement Criteria Criteria met or
not (Yes/No)
Number of Chillers offered
2
Type of Chillers offered
Air cooled water chiller
Cooling Capacity
_+600kW
Number of Circuits per Chiller 2
Refrigerant
R 143a
Compressor Type
Variable Speed screw
Integrated Buffer Tank _+600 litre
Chilled water flow rate (Minimum) 28.0L/sec at 230Kpa Head
(pressure)
Chiller Water Temperatures
Entering
Leaving
120C
70C
Chiller has Eurovent ESEER rating of at least A Provide verifiable ESEER
Rating of proposed Chiller
Chiller Assembled and Tested under ISO 9001
Quality management System Conditions
Provide ISO certification of
Assembler (Equipment
manufacturer)
Notes:
1. Bidders are required to fulfil all the above technical conditions to be considered for next stage
evaluation .
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 9 Rev.0 28/07/2016
ANNEXURE C
FINANCIAL PROPOSAL
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 10 Rev.0 28/07/2016
ANNEXURE C: FINANCIAL PROPOSAL
(Respondents MUST complete the pricing schedule and also the form of offer which forms part of Annexure
A)
.
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 11 Rev.0 28/07/2016
ANNEXURE D
SBD 8
SBD 8
DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
1 This Standard Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by institutions in ensuring that when goods and services
are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.
3 The bid of any bidder may be disregarded if that bidder, or any of its directors have-
a. abused the institution’s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract.
4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.
Item Question Yes No
4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.
Yes
No
4.1.1 If so, furnish particulars:
4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.
Yes
No
4.2.1 If so, furnish particulars:
4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?
Yes
No
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 12 Rev.0 28/07/2016
4.3.1 If so, furnish particulars:
4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?
Yes
No
4.4.1 If so, furnish particulars:
SBD 8
CERTIFICATION
I, THE UNDERSIGNED (FULL NAME)………………………………………….
CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.
I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN
AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ………………………………………... ………………………….. Signature Date
………………………………………. ………………………….. Position Name of Bidder
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 13 Rev.0 28/07/2016
ANNEXURE E
SBD 9
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 14 Rev.0 28/07/2016
SBD 9
CERTIFICATE OF INDEPENDENT BID DETERMINATION
1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.
2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement
between, or concerted practice by, firms, or a decision by an association of firms, if it is between
parties in a horizontal relationship and if it involves collusive bidding (or bid rigging). Collusive
bidding is a pe se prohibition meaning that it cannot be justified under any grounds.
3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take
all reasonable steps to prevent abuse of the supply chain management system and authorizes
accounting officers and accounting authorities to:
a. disregard the bid of any bidder if that bidder, or any of its directors have abused the
institution’s supply chain management system and or committed fraud or any other
improper conduct in relation to such system.
b. cancel a contract awarded to a supplier of goods and services if the supplier committed any
corrupt or fraudulent act during the bidding process or the execution of that contract.
4 This SBD serves as a certificate of declaration that would be used by institutions to ensure that,
when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.
5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be
completed and submitted with the bid:
¹ Includes price quotations, advertised competitive bids, limited bids and proposals.
² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire
to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services
through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.
SBD 9
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 15 Rev.0 28/07/2016
CERTIFICATE OF INDEPENDENT BID DETERMINATION
I, the undersigned, in submitting the accompanying bid:
________________________________________________________________________
(Bid Number and Description)
in response to the invitation for the bid made by:
______________________________________________________________________________
(Name of Institution)
do hereby make the following statements that I certify to be true and complete in every respect:
I certify, on behalf of:_______________________________________________________that:
(Name of Bidder)
1. I have read and I understand the contents of this Certificate;
2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true
and complete in every respect;
3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf
of the bidder;
4. Each person whose signature appears on the accompanying bid has been authorized by the bidder
to determine the terms of, and to sign the bid, on behalf of the bidder;
5. For the purposes of this Certificate and the accompanying bid, I understand that the word
“competitor” shall include any individual or organization, other than the bidder, whether or not
affiliated with the bidder, who:
(a) has been requested to submit a bid in response to this bid invitation;
(b) could potentially submit a bid in response to this bid invitation, based on their
qualifications, abilities or experience; and
(c) provides the same goods and services as the bidder and/or is in the same line of
business as the bidder
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 16 Rev.0 28/07/2016
SBD 9
6. The bidder has arrived at the accompanying bid independently from, and without consultation,
communication, agreement or arrangement with any competitor. However communication between
partners in a joint venture or consortium³ will not be construed as collusive bidding.
7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation,
communication, agreement or arrangement with any competitor regarding:
(a) prices;
(b) geographical area where product or service will be rendered (market allocation)
(c) methods, factors or formulas used to calculate prices;
(d) the intention or decision to submit or not to submit, a bid;
(e) the submission of a bid which does not meet the specifications and conditions of the
bid; or
(f) bidding with the intention not to win the bid.
8. In addition, there have been no consultations, communications, agreements or arrangements with
any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of
the products or services to which this bid invitation relates.
9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly
or indirectly, to any competitor, prior to the date and time of the official bid opening or of the
awarding of the contract.
³ Joint venture or Consortium 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.
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 17 Rev.0 28/07/2016
SBD 9
10. I am aware that, in addition and without prejudice to any other remedy provided to combat any
restrictive practices related to bids and contracts, bids that are suspicious will be reported to the
Competition Commission for investigation and possible imposition of administrative penalties in
terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National
Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting
business with the public sector for a period not exceeding ten (10) years in terms of the Prevention
and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.
………………………………………………… …………………………………
Signature Date
…………………………………………………. …………………………………
Position Name of Bidder
Js914w 2
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 18 Rev.0 28/07/2016
ANNEXURE G
FORM A3: COMPULSORY DECLARATION OF INTEREST
The following particulars must be furnished. In the case of a joint venture, separate enterprise
questionnaires in respect of each partner must be completed and submitted.
Section 1: Name of enterprise: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 2: VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 3: Accreditation/ registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 4: Particulars of sole proprietors and partners in partnerships
Name* Identity number* Personal income tax number*
* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners
Section 5: Particulars of companies and close corporations
Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 6: Record of association with CDC member of Staff/Board
Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or director,
manager, principal shareholder or stakeholder in a company or close corporation has an association with a CDC
member of staff or member of Board, a relative of a CDC member of staff or member of Board: An Association
is defined as: a business or personal relationship between a group of people or organizations joined together a
purpose.
If any of the above boxes are marked, disclose the following:
Name of sole proprietor,
partner, director, manager,
principal shareholder or
stakeholder
Name of the CDC member of staff or
Board
Type of relationship
(tick appropriate column)
Family Friend
*insert separate page if necessary
Coega Development Corporation Coega IDZ and Port IDZ Infrastructure Programme Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 19 Rev.0 28/07/2016
ANNEXURE H FORM A3: COMPULSORY DECLARATION OF INTEREST (continued)
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise:
i) confirms that the neither the name of the enterprise or the name of any partner, manager, director or other
person, who wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of
Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;
ii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise,
control over the enterprise, has within the last five years been convicted of fraud or corruption;
iii) confirms that I / we are not associated, linked or involved with any other tendering entities submitting EOI offers
and have no other relationship with any of the bidders or those responsible for compiling the scope of work
that could cause or be interpreted as a conflict of interest; and
iv) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my
belief both true and correct.
Signed
Date
Name
Position
Company
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 20 Rev.0 28/07/2016
APPENDIX I: TPG 07
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 21 Rev.0 28/07/2016
17 JANUARY 2013
EVALUATION AND SCORING OF
TENDER OFFERS ON
EMPOWERMENT OBJECTIVES AND
PRICE
Work Instruction No
TGP 07: 2013
REV 07
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 22 Rev.0 28/07/2016
We, the undersigned, accept this document as a stable work product to be placed under formal change
control as described by the Procedure CDC-OP-PRO-002-08 Procedure for Management of Controlled
Documents.
This document, and the information or advice which it contains, is provided by the Safety, Health
and Environment Business Unit solely for use by the Coega Development Corporation (Pty) Ltd
and for reliance by its Executive Management and the Board in the performance of that Business
Unit’s duties.
Prepared by Reviewed by Approved by
Date:
Name:
Luvuyo Matya
Name: Andile Ntloko
Name: Bongeka Jojo
Signature: Signature: Signature:
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 23 Rev.0 28/07/2016
CDC-OP-FOM-080-12 i 17/01/2013
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 1 Rev.0 28/07/2016
TABLE OF CONTENTS
ACRONYMS ................................................................................................................... 2
1 INTRODUCTION ....................................................................................................... 2
2 APPLICABLE DOCUMENTATION ........................................................................... 2
3 DEFINITIONS AND INTERPRETATIONS ................................................................. 3
4 TENDER ADJUDICATION POINTS .......................................................................... 6
5. DETERMINATION OF RESPONSIVENESS OF BIDDERS…………………………...7
6. THE QUANTITIATIVE ASSESSMENT……………………………………………..........9
7. GUIDELINES WHEN FUNCTIONALITY IS USED IN THE EVALAUTION
PROCESS………………………………………………..…………….. ……………… 10
8. DISQUALIFIERS DURING EVALUATION STAGE……………………….…………...10
9 DOCUMENTATION TO BE SUBMITTED IN SUPPORT OF TENDER ................... 12
10 VALIDITY OF PREFERENTIAL REGISTRATION AFFIDAVIT .............................. 13
11 PROOF OF CONTRACTUAL ARRANGEMENT .................................................... 13
12 OUTSOURCING OF WORKS ................................................................................. 14
13 COMPLIANCE WITH LEGISLATION ..................................................................... 14
14 SUBSTITUTION OF PREFERENTIAL GROUP DURING CONTRACT PERIOD ... 14
15 RECORDING AND REPORTING BY THE CONTRACTOR ................................... 15
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 2 Rev.0 28/07/2016
ACRONYMS
ABE = Affirmable Business Enterprise
ABVA = Association of BEE Verification Agencies
BBBEE = Broad-based Black Economic Empowerment
BEE = Black Economic Empowerment
EME = Exempted Micro Enterprises
CDC = Coega Development Corporation (Pty) Ltd
CIDB = Construction Industry Development Board
LEP = Local Enterprise Participation
PPPFA = Preferential Procurement Policy Framework Act
SMME = Small, Medium and Micro Enterprises
WEO = Women Equity Ownership
INTRODUCTION
This Specification, TGP 07:2013: Tender Offer Evaluation and Scoring shall form the basis for
determining how this tender will be evaluated and scored more particularly with respect to
achievement of Empowerment Objectives and the Tendered Price.
This Specification was developed and adopted by the Coega Development Corporation Pty Ltd (CDC)
to ensure that Broad Based Black Economic Empowerment (B-BBEE) is meaningfully progressed and
that individuals with B-BBEE status, specifically from the Eastern Cape, participate meaningfully
during the execution of contracts awarded by the CDC for the development of the Coega IDZ and on
projects that the CDC implements on behalf of other entities.
APPLICABLE DOCUMENTATION
This Specification is to be read together with following applicable documents:
(a) Preferential Procurement Policy Framework Act (PPPFA);
(b) Broad-based Black Economic Empowerment Act (B-BBEE);
(c) CDC’s Procurement Policy & Procedures;
(d) Construction Industry Development Board’s (CIDB’s) Code of Conduct; and
(e) Public Finance Management Act (PFMA).
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 3 Rev.0 28/07/2016
DEFINITIONS AND INTERPRETATIONS
(a) Affiliated Business: A business entity which has control of or the power to control another
business entity, albeit indirectly, e.g. where a third person has control of or has the power to
control both entities. Indicators of control shall, without limitation, include interlocking
management or ownership, identity of interests among family members, shared facilities and
equipment, or common use of employees.
(b) Accredited Verification Agencies: Enterprises that have been accredited by SANAS and
ABVA on behalf of the DTI to provide an independent opinion on the broad-based economic
empowerment status of enterprises.
(c) Assignment Value: The total Rand value of the money charged to the CDC by a Service
Provider for services rendered to the CDC following a duly authorised appointment to do so by
the CDC.
(d) Black people: refers to African, Coloureds, Chinese and Indian who are citizens of RSA by
birth and are citizens of RSA by naturalisation before 1994.
(e) Black Economic Empowerment: is defined as an integrated and coherent socio-economic
process that directly contributes to the economic transformation of South Africa and brings
about significant increases in the number of black people who manage, own and control the
country’s economy, as well as significant decrease in income inequalities.
(f) Broad Based Black Economic Empowerment: means the economic empowerment of all
black people including black women, workers, youth, people with disabilities and people living
in rural areas, through diverse but integrated socio economic strategies, as defined in the Act.
(g) Codes of Good Practice : refers to BEE Codes of Good Practice including all the statements
as issued under section 9 of Act 53 of 2003
(h) Contract: A legally binding agreement between the CDC and the Service Provider for the
latter to provide goods and/or services to the former. A contract would be legally binding only if
it has been signed by people who have the delegated authority to do so.
(i) Contractor: Any person, body, or legal entity who has a contract with the CDC for performing
a construction related contract. A Tenderer whose tender has been accepted becomes a
Contractor.
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 4 Rev.0 28/07/2016
(j) Control: The possession and exercise of legal authority and power to manage the assets,
goodwill and daily operations of a business and the active and continuous exercise of
appropriate managerial authority and power in determining the policies and directing the
operations of the business.
(k) Employment Intensive Construction: Forms of construction utilising methods and
technologies which realise an increase in the number of employment opportunities generated
over plant based or traditional forms of construction.
(l) Executive Director: A partner in a partnership, a sole proprietor, a director of a company
established in terms of the Companies Act, 1973 (Act 61 of 1973) or a member of a close
corporation registered in terms of the Close Corporation Act, who, jointly and severally with his
other partners, co-directors or co-members, as the case may be, bears the risk of the business
and takes responsibility for the management and liabilities of the partnership, company, or
close corporation on a day to day basis.
(m) Firm: A business entity providing professional services in which at least two thirds of the
Principals are Registered Professionals-in-training.
(n) Joint Venture: An association of firms, companies or businesses for which purpose they
combine their expertise, efforts, skills and knowledge to execute the Contract.
(o) Local Enterprise Participation: A firm, company, business with a permanent office and
infrastructure in the Eastern Cape Province that participates meaningfully in the Performance
of the Works.
(p) Office: A firm which is under the full-time control and operation of a resident Registered
Professional.
(q) Owned: Having all the customary incidents of ownership, including the right of disposition,
and sharing the risks and profits commensurate with the degree of ownership interest as
demonstrated by an examination of the substance, rather than the form of the ownership
arrangements.
(r) Ownership Goal: The percentage of the Tendered Price, as awarded, which represents the
sum of the Rand value of HDI people’s equity in the Performance of the Works.
(s) Preferential Group: Individuals, firms or companies with BEE status and who are targeted for
empowerment.
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 5 Rev.0 28/07/2016
(t) Preferential Participation Programme: A programme indicating the means, resources and
methodology by which a Contractor would undertake to engage preferential groups in the due
fulfilment of the Contract.
(u) Prime Contractor: A contractor who contracts with the CDC as the principal or main
contractor or as a joint venture partner to such contractors, to provide goods, services or
works.
(v) Professional Service: The provision on a fiduciary basis of labour and knowledge-based
expertise which is applied with skill, care and diligence in accordance with the provision of the
Professional Service Contract.
(w) Service Provider: Any person or body corporate that is under contract to the CDC for
providing a Professional Service.
(x) Registered Principal: A person within an Office who is professionally registered by the
relevant statutory council, and who is a director, partner, member, profit sharing associate,
shareholder or other category of persons who participates meaningfully in the ownership,
benefits and risks of the Office and is engaged full time in the operation of the Office.
(y) Registered Professional: A full-time employee of an Office, other than a Principal, who is
professionally registered by the relevant statutory council.
(z) Registered Professional-in-training: A full-time employee, other than a Principal, who is
registered by the relevant statutory council as a professional-in-training, has obtained the
necessary tertiary qualifications to register as a professional and is serving an in-house training
period prior to applying to register as a professional.
(aa) Senior Manager: An individual who is responsible for planning, organising, leading and
controlling operations within an organisation and who reports to the Executive Director.
(bb) Services: The provision of labour and/or work carried out by hand or with the assistance of
equipment and plant including the input as necessary of knowledge based expertise.
(cc) Small, Medium and Micro Enterprises: There are two types namely Exempted Small & Micro
Enterprise (ESME’s) and Qualifying Small Enterprise (QSE):
(i) Exempted Small & Micro Enterprises (ESME’s) are defined by the Codes, as companies
with an annual total turnover of R5 million or less.
(ii) Qualifying Small Enterprises (QSE) are defined by the Codes, as companies with an
annual total turnover of between R5 million and R35 million.
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 6 Rev.0 28/07/2016
(dd) Sub-contractor: A contractor who contracts with the Prime Contractor to provide works as
part of the total services required by the CDC for that Contract.
(ee) Supplier: A firm that owns, operates or maintains stores, warehouses or other establishments
in which materials or supplies are bought, kept in stock and regularly sold to the public in the
usual course of business; and engages as its principal business, and in its own name, in the
purchase and sale of goods.
(ff) Tender: The offer of prospective suppliers of goods and/or services, submitted in a tender
document which is issued to the public at large.
(gg) Women Equity Ownership (WEO): The collective ownership percentage of full-time
Executive Directors within an enterprise who are women.
TENDER ADJUDICATION POINTS
4.1 Points Awarded for Empowerment Objectives
The points system for Service Providers (and Contractors) will be structured in the following
way:
SCORING
CRITERIA
WEIGHTING FOR
80:20
WEIGHTING FOR
90:10 COMMENTS
Price 80 90
Empowerment
Objective 20 10
B-BBEE Certificate
is required
Total points 100 100
The 80:20 weighting applies for contracts less than R1 million (VAT Incl.) whereas the 90:10
weighting applies for all contracts in excess of R1 million (VAT Incl.).
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 7 Rev.0 28/07/2016
The allocation of tender adjudication points for Contracts shall be as follows:
Area of Adjudication Maximum Points Maximum Points
Tendered Price (SP) 80 90
Empowerment Objectives (SE) 20 10
Total Points (S) 100 100
In addition to price evaluation, CDC will evaluate contractors, service providers and
professionals based on their B-BBEE status achieved in accordance with the DTI Codes of
Good Practice and companies must submit B-BBEE Verification Certificates from accredited
verification agency or IRBA registered Auditors in order to be eligible for empowerment points.
Exempted Small & Micro Enterprises (ESME’s) enjoy a deemed BEE recognition of Level 4
contributor and those, which are 50% or more owned by black people are promoted to a Level
3 contributor. Sufficient evidence of qualification as an Exempted Small Micro-Enterprises
(ESME’s) is a letter from the enterprise’s Accounting Officer confirming that the turnover is less
than R5m or a verification certificate from Independent Regulatory Board for Auditors (IRBA) or
SANAS registered Verification Agency.
Note:
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.
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 tender.
Empowerment points shall be awarded to a tenderer for attaining the B-BBEE status level of
contributor in accordance with the table below.
CONTRIBUTION LEVEL WEIGHTING FOR
80:20
WEIGHTING FOR
90:10
Level One 20 10
Level Two 18 9
Level Three 16 8
Level Four 12 5
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 8 Rev.0 28/07/2016
CONTRIBUTION LEVEL WEIGHTING FOR
80:20
WEIGHTING FOR
90:10
Level Five 8 4
Level Six 6 3
Level Seven 4 2
Level Eight 2 1
Non Compliant Contributor 0 0
4 Local Enterprise Participation (LEP Target)
The LEP target is the value of work done by local enterprises, whether as prime contractor, sub-
contractor or supplier, determined as follows:
The value sourced at local level is the value of resources based in the local area or produced in the
local area
The LEP target must be calculated in relation to every entity involved in the project. Management staff
commuting from other areas for the duration of the project will not qualify as local. Plant and equipment
brought in from other areas will not qualify as local. Materials and plant sourced via local suppliers or
agencies will qualify as local. A supplier that has been established locally by a Tenderer solely for the
purpose of servicing the project will not qualify as a local Supplier.
The LEP threshold for CDC contracts is 30%.
The threshold may be increased by the BU up to 50% if scope exists for further local participation.
5 SMME / EME Involvement
There should be a minimum participation of 35% SMME’s / EME’s participation of tender value,
excluding VAT, escalation, etc. Each project from every Business Unit must achieve a minimum of 35%
SMME participation.
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 9 Rev.0 28/07/2016
DETERMINATION OF RESPONSIVENESS OF BIDDERS
In deciding on the responsiveness or pre-qualifiers due cognisance must be taken to the fact that some
should always be included in the tender documents and some would depend upon the nature of the
contract and therefore might not always be required. The following responsiveness criteria or pre-
qualifiers will be used in this bid and are subdivided into mandatory and non-mandatory:
5.1 Mandatory Requirements
5.5.2 Additional information required
NO. DESCRIPTION YES NO
1
Confirmation of Tax Compliance Status with SARS (N.B – please provide
Personal Identification Number (PIN) and Income Tax Number obtained from
SARS); which would be used for verification purpose with SARS.
2 Completed and signed Declaration of Interest Register (Form A3: Annexure G
3 Completed and Signed Declaration of bidder’s past supply chain management
practices (SBD8
4 Completed and Signed Certificate of Independent Bid determination (SBD9)
5 Completed and signed Financial Proposal Schedule
6
Proof of Registration with the Treasury’s Centralised Suppliers Database i.e.
CSD Registration Number MUST be provided, a registration report which
reflects the registration number is needed for verification purpose
7 Verifiable Proof of agency or vendor agreement with equipment manufacturer
8
Respondents MUST provide proof (References letter/completion certificates) a
minimum of two (2) of similar supply and installation in the past three (3) to five
(5) years.
NO. DESCRIPTION
(1) BBBEE Certificate
(2)
The main JV partner to carry out the highest percentage of the work, to have the
relevant CIDB grading for that category of works in case of contractors, and to lead
contract (where applicable);
(3)
Proposed methodology covering and demonstrating coherence of the:
(iv) Work organization programme, (v) Resource plan, and (vi) Methodology for executing the works.
(4) Access/ownership (availability) of plant & equipment (In case of hiring key plant, letter
conforming the willingness of the hirer to hire equipment to the bidder);
(5) Record of previous projects which may be relevant in the evaluation of the bid and
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 10 Rev.0 28/07/2016
6. THE QUANTITATIVE ASSESSMENT
It is considered that there might be a need for an iterative process between the Stage 1 and Stage 2
in that other things befit Stage 1 might only be apparent in Stage 2. This should be construed as
progressive elaboration of assessment and should be allowed to take place when a need to do so
arises.
6.1 Points Awarded for Tender Price (SP)
The lowest acceptable tendered price should be determined and will be used to calculate the
score for price. A maximum of 80 or 90 points will be allocated to the Tendered Price on the
following basis:
Where: SP = Score obtained by the Tenderer for Price;
Smax = Maximum score that could be obtained for this Contract;
Plowest = Lowest acceptable tender price;
Ptendered = Tendered price being considered.
contact persons (if any);
(6)
Supporting documents on project imperatives:
(i) Plans for promoting and managing safety, health and environmental issues during execution of the project;
(ii) Plans for monitoring and applying quality assurance principles in the execution of the project;
(iii) Plans for addressing socio-economic issues (with specifics on numbers to be achieved) which include:
(1) Maximisation of job opportunities (labour histograms); (2) Creation of opportunities and meaningful involvement of SMMEs; (3) Use of local material/local suppliers; and (4) Training of labour (non –accredited). (5) Proof of office locality (e.g. municipal account, title deed, lease
agreement etc.)
)(max tenderedlowestP PPSS
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 11 Rev.0 28/07/2016
6.2 Empowerment Scoring, SE
(a) Obtain Broad-based Black Economic Empowerment (B-BBEE) certificate which must be
submitted with tender. (entities issuing the certificates should be registered with SANAS
or IRBA.
(b) In case of JV or Consortium submissions a Consolidated B-BBEE Scorecard must be
submitted and it must be prepared for every separate tender.
6.3 Total Tender Adjudication Points
The total tender adjudication points (S), is given by:
S = SP + SE (Not to Exceed 100 Points)
7 GUIDELINES WHEN FUNCTIONALITY IS INCLUDED AS A CRITERION IN THE
EVALUATION OF BIDS
Functionality – means the measurement according to predetermined norms of a service or commodity
designed to be practical and useful, working or operating, taking into account quality, reliability, viability
and durability of a service or commodity.
The evaluation of bids must be conducted in the following two stages:
7.1 Firstly, the assessment of functionality must be done in terms of the evaluation criteria and the
minimum threshold be determined. A bid must be disqualified if it fails to meet the minimum
threshold for functionality as per the bid invitation.
7.2 Thereafter, only the qualifying bids are evaluated in terms of the 80/20 or 90/10 preference
points systems, where the 80 or 90 points must be used for price only and the 20 or 10 points
are used for empowerment scoring and/or for achieving the prescribed RDP Goals.
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 12 Rev.0 28/07/2016
8 DISQUALIFIERS DURING EVALUATION STAGE
The following disqualifiers will be used:
8.1 Bidder that sought to influence the adjudication process;
8.2 Collusion among bidders;
8.3 Misrepresentation of information;
8.4 Any service provider or its principals (or both) who have engaged in corrupt and fraudulent
practices, not only with the CDC but anywhere else;
8.5 Bidder who has a pending liquidation, in receivership, bankrupt/insolvent (actually and
commercially)
8.6 Tendered price unrealistically low and posing commercial risks to the client;
8.7 Poor past performance (the focus is on gross poor performance and a clear trend of poor
performance needs to be established).
9 DOCUMENTATION TO BE SUBMITTED IN SUPPORT OF TENDER
(a) The CDC shall require all potential Consultants, SP’s and CONTR’s to submit at tender stage,
a valid certified copy of a Verification Certificate. The Verification Certificate which indicates the
entity’s BEE status must be issued by SANAS Accredited Verification Agency or IRBA
registered Auditors. Similarly, small entities i.e. Exempted Small Micro Enterprises (ESME’s)
will have to submit Exemption Certificates issued by an Accredited Verification Agency or IRBA
registered Auditor’s certificate or similar certificate issued by Accounting Officers.
(b) The common legislative requirements that are specified by the CDC are CIDB Grading and
valid original Tax Clearance Certificate (TCC).
(c) Tenderers shall submit the Draft Joint Venture Agreement when required to do so.
(d) Tenderers shall deliver to the Employer a works programme clearly specifying the participation
of targeted enterprises per activity.
(e) Failure by the Tenderer to complete and deliver the information schedules in the form and
within the time specified as agreed by the CDC or its agents/officers, etc., may render the
tender non-responsive and lead to its rejection.
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 13 Rev.0 28/07/2016
10 VALIDITY OF PREFERENTIAL REGISTRATION AFFIDAVIT
(a) Should a Tenderer either claim or engage an enterprise whose actual black equity and/or staff
composition differs from the actual black equity and/or staff composition for which credits have
been claimed whether incorrectly and/or fraudulently on any tender, such Tenderer shall
immediately be disqualified.
(b) Any Contract awarded on account of false information furnished by the Tenderer in order to
secure preference may be cancelled at the sole discretion of the CDC without prejudice to any
other remedies the CDC may have.
(c) Should the Tenderer be found to have acted fraudulently and/or dishonestly, he/she will be
disqualified from all future tenders for a minimum period of thirty six (36) months, or as
otherwise decided by the CDC.
(d) It is primarily the responsibility of the Tenderer to understand the relevant criteria, definitions
and interpretations associated with a specific preference group before claiming credits for the
engagement of such preference group.
11 PROOF OF CONTRACTUAL ARRANGEMENT
11.1 The Contractor shall submit to the CDC a list of sub-contractors to perform works, services or
supply of goods entered into between the Prime Contractor or Joint Venture at Prime Contract
Level and the sub-contracted preference groups. The CDC may deny the Contractor credits
towards the attainment of his preference group participation percentage in the absence of a
written sub-contract and/or the failure by the Contractor to submit a copy thereof to the CDC.
11.2 A Joint Venture or Consortium shall submit to the CDC a certified copy of the Joint Venture /
Consortium Agreement, if the Joint Venture/Consortium involves preference groups for which
participation credits are applied. The Contractor shall not impose upon preference groups
unfair conditions of contract. Preference participation credits claimed may be denied if such
contracts contain:
(i) A right of set-off, session and assignment as well as surety in favour of the employing
contractor;
(ii) Authoritarian rights given to the employing contractor with no recourse to independent
adjudication in the event of a dispute arising;
(iii) Payment procedures based on a pay-when-paid system;
(iv) Unreasonable retention percentages and periods of retention after completion;
(v) Conditions which are more onerous than those which exist in the Contract with the CDC.
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 14 Rev.0 28/07/2016
11.3 Groups for which preference credits are applied for shall participate meaningfully during the
Performance of the Works and shall be responsible for clearly defined portions of the works to
be performed or services to be provided with its own work force and using its own resources or
resources hired by it independent of the employing contractor or non-preference partners in a
joint venture.
12 OUTSOURCING OF WORKS
12.1 The Prime Contractor/Service Provider shall execute works in accordance with tender
commitment and may not outsource works without due approval of the CDC Project Manager.
12.2 An entity must not be awarded points for B-BBEE status level if it is indicated in the tender
documents that such a tenderer 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 tenderer
qualifies for, unless the intended sub-contractor is an exempted micro enterprise that has the
capacity and ability to execute the sub-contract.
12.3 An entity 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 exempted micro enterprise that
has the capacity and ability to execute the sub-contract.
13 COMPLIANCE WITH LEGISLATION
Submissions from entities which do not meet the specified legislative requirements or proof of suitable
arrangements being made with the relevant authorities at the time of tendering will be rendered non-
responsive by the CDC. The common legislative requirements that are specified by the CDC are
CIDB Grading and valid original Tax Clearance Certificate (TCC).
In cases of Joint Ventures or Consortia, all the JV partners must have valid original TCC by the time
they make a submission. If one of the JV partners has not submitted a valid original TCC, the entire
JV or Consortium shall be regarded as being non-responsive. Sub-contractors must also comply with
Tax Clearance Certificate (TCC) requirements.
14 SUBSTITUTION OF PREFERENTIAL GROUP DURING CONTRACT PERIOD
13.1 Conditions during the Performance of the Works may necessitate terminating the participation
of a Preferential Group. This termination must, however, be authorised by the designated CDC
Project Manager. Key indicators for such justification include, but are not limited to the
following:
Coega Development Corporation Coega IDZ and Port Procurement Zone Development and Operations
RFP_CDC/466/16 Supply and Installation of HVAC Chillers at the Coega BPO 15 Rev.0 28/07/2016
(i) Continuous poor productivity and progress by the Preferential Group;
(ii) Continuous non-conformance to quality standards by the Preferential Group
13.2 Each case shall be investigated and a formal written report prepared by the Procurement
Office in consultation with the Project Manager (PM).
15 RECORDING AND REPORTING BY THE CONTRACTOR
The CDC Project Manager shall monitor and ensure that SMME and LEP commitments are achieved
during the duration of the contract, the contractor shall report on monthly basis the achievements
thereof to the consultants and CDC Project Manager. The CDC Project Manager shall take all
necessary actions during the Performance of the Works to bring to the attention of the Contractor
when progress in the attainment of the tendered goal percentage(s) is lacking.
Supply Chain Manager
Andile Ntloko
…………………………………………….. …………………………………………………...
Signature Supply Chain Manager Date of approval