1
REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL: PROFESSIONAL CONSULTANCY SERVICES FOR THE NEW SOSHANGUVE HOSPITAL CONTRACT NO: CDC/527/18 The CDC is inviting capable and competent Professional Service Providers to submit proposals for the provision of professional consulting services. Respondents must comprise of multidisciplinary project teams which must be achieved through the formation of a Consortium or Joint Venture (JV). Members of the consortium or JV must comprise of following professionals: Architect, Quantity Surveyor, Civil Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer, Principal Agent, Clerk of Works, and a Clinical Planner. Respondents are required to have relevant experience and knowledge in the planning, design, construction management and Health Technology (HT) commissioning of hospital facilities. The services to be provided include the following: (a) Conditional Assessment and Compilation of an Assessment Report (where required); (b) Bulk Services Report; (c) Prefeasibility and Viability Report; (d) Development of Concept Designs, Concept Plans, Cost to Design Estimates, Quality Plans and Project Implementation Plans; (e) Development of cost efficient life cycle facility solutions in line with world class efficiency ratios per bed; (f) Development of Cost Plan, Detailed Designs, Room Data Sheets and Tender documentation; (g) Health Technology Commissioning Plans; (h) Site supervision and contract management during construction phases; (i) Overall co-ordination and project management activities; (j) Financial Control, Quality Control, Monitoring and Reporting Services; (k) HT equipment commissioning (medical and non-medical) after construction of the facility; (l) Commissioning of the facility (buildings and HT); and (m) Close-out Report. (a) Respondents must comply with the CDC’s Procurement Policy & Procedures. (b) Public Finance Management Act (PFMA) Section 36 and 49 shall apply. Preferential Procurement Policy Framework Act (PPPFA) 2000: Preferential Procurement Regulations, 2017 will apply. The score will be determined as follows: (i) Price - 80/90 (ii) BBBEE Score - 20/10; (c) Bidders must confirm their company registration with CIPC (formerly CIPRO) as CDC will not award any tender to any business that appears on the CIPC List of de-registered businesses; (d) Bidders with less than 51% black shareholding (QSEs & Generics) are to submit a valid SANAS Accredited B-BBEE Verification Certificate (with the full applicable B-BBEE elements). Bidders with more that 51% black shareholding (EMEs & QSEs) are to submit a sworn affidavit stamped and signed by the Commissioner of Oaths as per the DTI B-BBEE template. In case of a JV, a consolidated B-BBEE certificate must be submitted as well as individual B-BBEE Certificates/affidavit of their entities to confirm the type of enterprise; (e) Proof of registration with Treasury’s Centralized Supplier Database (CSD) or provide a Treasury CSD registration number e.g. MAAA0; (f) CDC will only award the tender to a bidder who is tax compliant. The tax compliance status of the bidders will be verified through CSD and SARS website; (g) Bidders are required to provide all mandatory information as listed in the RFP. (h) The empowerment and development objectives (39% SMME Involvement) will be controlled by implementing the procedure listed below: (i) Where the bidder in terms of the Amended BBBEE Codes is a Generic Company (Turnover of over R50 mil); The appointed service provider is encouraged to partner/joint venture with practitioners from previously disadvantaged groups (black, female and/or with disability) and local (within Gauteng) black-owned companies with an EME or QSE BBBEE Status (Annual Turnover of less or equal to 50 mil), where scope and credentials permit; (ii) Black Owned Company will only be as per the definition issued under the Codes of Good Practice (the codes) under section 9 (1) of the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003); (i) The bids will be evaluated on (1) Responsiveness Assessment, (2) Functionality Assessment, (3), Quantitative Assessment (4), and Qualitative Assessment; (j) Bidders will be evaluated based on functionality and must meet the minimum threshold of 70% in order to be evaluated further. The evaluation criteria for measuring functionality and weight of each criteria are provided in the document; and (k) Public servants are prohibited from doing any form of business with organs of state, whether in their own capacity as individuals or through companies in which they are directors. Verification will be done and bidders will be disqualified should they be found to be in contravention with the regulations. If the bidder has been granted permission by Treasury, the letter must be provided with the bid document. Request for Proposal documents shall be available for download at no cost from the CDC website: www.coega.com from 12h00 on 2 November 2018. A mandatory briefing meeting will be conducted at 10h00 on 9 November 2018 at the Auditorium of the National Library of South Africa (NLSA), 75 Thabo Sehume (Andries Street), Pretoria, 0001. One original completed bid document shall be placed in a sealed envelope clearly marked: “CDC/527/18 – Professional Consultancy Services for the New Soshanguve Hospital”. The closing date and time for the receipt of completed bids is, 26 November 2018 at 12h00 at the reception desk of the CDC Office, 145 Herbert Road, Eastwood, Pretoria. No late submissions will be considered and bids will not be opened in public. The tender results will be published on the CDC website. 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. Telegraphic, telexed, tippexed, facsimiled or e-mailed submissions will not be accepted. 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: Nomvula Makeleni Vundla, Procurement Manager: 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. The Coega Development Corporation (Pty) Ltd (CDC) is assisting the National Department of Health (NDoH) with the construction of health care facilities within various Provinces in South Africa. This includes all the associated works that will ensure fully functional medical health facilities to meet the latest norms and standards for the National Health Insurance (NHI) implementation roll-out. INVITATION AND SCOPE OF SERVICES CONDITIONS TIP-OFFS ANONYMOUS HOTLINE: STOP: THEFT / FRAUD / DISHONESTY / BRIBERY / BLACKMAIL / INTIMIDATION Call Toll-free TODAY: 0800 007 035 and remain anonymous. ISO 9001 14001 27000 31000 OHSAS 18001

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL: … · request for proposal request for proposal: professional consultancy services for the new soshanguve hospital contract no: cdc/527/18

  • Upload
    vanlien

  • View
    237

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL: … · request for proposal request for proposal: professional consultancy services for the new soshanguve hospital contract no: cdc/527/18

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL: PROFESSIONAL CONSULTANCY SERVICES FOR THE NEW SOSHANGUVE HOSPITALCONTRACT NO: CDC/527/18

The CDC is inviting capable and competent Professional Service Providers to submit proposals for the provision of professional consulting services. Respondents must comprise of multidisciplinary project teams which must be achieved through the formation of a Consortium or Joint Venture (JV). Members of the consortium or JV must comprise of following professionals: Architect, Quantity Surveyor, Civil Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer, Principal Agent, Clerk of Works, and a Clinical Planner.

Respondents are required to have relevant experience and knowledge in the planning, design, construction management and Health Technology (HT) commissioning of hospital facilities. The services to be provided include the following:

(a) Conditional Assessment and Compilation of an Assessment Report (where required);(b) Bulk Services Report;(c) Prefeasibility and Viability Report;(d) Development of Concept Designs, Concept Plans, Cost to Design Estimates, Quality Plans and Project Implementation Plans;(e) Development of cost efficient life cycle facility solutions in line with world class efficiency ratios per bed;(f) Development of Cost Plan, Detailed Designs, Room Data Sheets and Tender documentation;(g) Health Technology Commissioning Plans;(h) Site supervision and contract management during construction phases; (i) Overall co-ordination and project management activities;(j) Financial Control, Quality Control, Monitoring and Reporting Services;(k) HT equipment commissioning (medical and non-medical) after construction of the facility;(l) Commissioning of the facility (buildings and HT); and(m) Close-out Report.

(a) Respondents must comply with the CDC’s Procurement Policy & Procedures.(b) Public Finance Management Act (PFMA) Section 36 and 49 shall apply. Preferential Procurement Policy Framework Act

(PPPFA) 2000: Preferential Procurement Regulations, 2017 will apply. The score will be determined as follows:

(i) Price - 80/90(ii) BBBEE Score - 20/10;

(c) Bidders must confirm their company registration with CIPC (formerly CIPRO) as CDC will not award any tender to any business that appears on the CIPC List of de-registered businesses;

(d) Bidders with less than 51% black shareholding (QSEs & Generics) are to submit a valid SANAS Accredited B-BBEE Verification Certificate (with the full applicable B-BBEE elements). Bidders with more that 51% black shareholding (EMEs & QSEs) are to submit a sworn affidavit stamped and signed by the Commissioner of Oaths as per the DTI B-BBEE template. In case of a JV, a consolidated B-BBEE certificate must be submitted as well as individual B-BBEE Certificates/affidavit of their entities to confirm the type of enterprise;

(e) Proof of registration with Treasury’s Centralized Supplier Database (CSD) or provide a Treasury CSD registration number e.g. MAAA0;

(f) CDC will only award the tender to a bidder who is tax compliant. The tax compliance status of the bidders will be verified through CSD and SARS website;

(g) Bidders are required to provide all mandatory information as listed in the RFP. (h) The empowerment and development objectives (39% SMME Involvement) will be controlled by implementing the

procedure listed below:(i) Where the bidder in terms of the Amended BBBEE Codes is a Generic Company (Turnover of over R50 mil); The

appointed service provider is encouraged to partner/joint venture with practitioners from previously disadvantaged groups (black, female and/or with disability) and local (within Gauteng) black-owned companies with an EME or QSE BBBEE Status (Annual Turnover of less or equal to 50 mil), where scope and credentials permit;

(ii) Black Owned Company will only be as per the definition issued under the Codes of Good Practice (the codes) under section 9 (1) of the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(i) The bids will be evaluated on (1) Responsiveness Assessment, (2) Functionality Assessment, (3), Quantitative Assessment (4), and Qualitative Assessment;

(j) Bidders will be evaluated based on functionality and must meet the minimum threshold of 70% in order to be evaluated further. The evaluation criteria for measuring functionality and weight of each criteria are provided in the document; and

(k) Public servants are prohibited from doing any form of business with organs of state, whether in their own capacity as individuals or through companies in which they are directors. Verification will be done and bidders will be disqualified should they be found to be in contravention with the regulations. If the bidder has been granted permission by Treasury, the letter must be provided with the bid document.

Request for Proposal documents shall be available for download at no cost from the CDC website: www.coega.com from 12h00 on 2 November 2018.

A mandatory briefing meeting will be conducted at 10h00 on 9 November 2018 at the Auditorium of the National Library of South Africa (NLSA), 75 Thabo Sehume (Andries Street), Pretoria, 0001.

One original completed bid document shall be placed in a sealed envelope clearly marked: “CDC/527/18 – Professional Consultancy Services for the New Soshanguve Hospital”. The closing date and time for the receipt of completed bids is, 26 November 2018 at 12h00 at the reception desk of the CDC Office, 145 Herbert Road, Eastwood, Pretoria. No late submissions will be considered and bids will not be opened in public. The tender results will be published on the CDC website.

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.

Telegraphic, telexed, tippexed, facsimiled or e-mailed submissions will not be accepted.

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:

Nomvula Makeleni Vundla, Procurement Manager: 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.

The Coega Development Corporation (Pty) Ltd (CDC) is assisting the National Department of Health (NDoH) with the construction of health care facilities within various Provinces in South Africa. This includes all the associated works that will ensure fully functional medical health facilities to meet the latest norms and standards for the National Health Insurance (NHI) implementation roll-out.

INVITATION AND SCOPE OF SERVICES

CONDITIONS

TIP-OFFS ANONYMOUS HOTLINE:STOP: THEFT / FRAUD / DISHONESTY / BRIBERY / BLACKMAIL / INTIMIDATIONCall Toll-free TODAY: 0800 007 035 and remain anonymous.

ISO 9001 14001 27000 31000 OHSAS 18001