29
CSIR RFP No. 3363.1/06/04/2021 Page 1 of 29 Request for Proposals (RFP): Electrical Contractors Services for the Supply and Installation of Medium Voltage Transformers and Switchgear at the CSIR Pretoria Campus RFP No: 3363.1/06/04/2021 Date of Issue Friday, 19 March 2021 Compulsory briefing session Date: Friday, 26 March 2021 Venue: CSIR Pretoria Campus - (Outside South Entrance of Building 3C) Time: 10h00am Closing Date and time Date: Tuesday, 06 April 2021 Time: 16h30 Contact Details Strategic Procurement Unit E-mail: [email protected] (Please use the RFP No. as subject reference) CSIR business hours 08h00 16h30

Request for Proposals (RFP): Electrical ... - CSIR

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 1 of 29

Request for Proposals (RFP):

Electrical Contractors Services for the Supply and

Installation of Medium Voltage Transformers and

Switchgear at the CSIR Pretoria Campus

RFP No: 3363.1/06/04/2021

Date of Issue Friday, 19 March 2021

Compulsory briefing session

Date: Friday, 26 March 2021

Venue: CSIR Pretoria Campus - (Outside South Entrance of

Building 3C)

Time: 10h00am

Closing Date and time Date: Tuesday, 06 April 2021

Time: 16h30

Contact Details Strategic

Procurement Unit

E-mail: [email protected]

(Please use the RFP No. as subject

reference)

CSIR business hours 08h00 – 16h30

Page 2: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 2 of 29

TABLE OF CONTENTS

i) LIST OF ANNEXURES AND DOCUMENTS ENCLOSED IN THIS RFP 4

SECTION A – TECHNICAL INFORMATION 5

1 INTRODUCTION 5

2 BACKGROUND 5

3 INVITATION FOR PROPOSALS 5

4 PROPOSAL SPECIFICATION 6

5 SCOPE OF WORK 7

6 ELIMINATION CRITERIA 7

7 FUNCTIONAL EVALUATION CRITERIA 8

8 NATIONAL TREASURY CSD REGISTRATION 9

SECTION B – TERMS AND CONDITIONS 10

9 SUBMISSION OF ENQUIRIES AND CONTACT WITH THE CSIR 10

10 TENDER PROGRAMME 10

11 PROCEDURE FOR SUBMISSION OF PROPOSALS 10

12 DEADLINE FOR SUBMISSION OF PROPOSALS 11

13 COMPULSORY BRIEFING SESSION 11

14 AWARDING OF TENDERS 14

15 EVALUATION PROCESS 14

16 PRICING PROPOSAL 15

17 VALIDITY PERIOD OF PROPOSAL 15

18 CONSTRUCTION INDUSTRY DEVELOPMENT BOARD (CIDB) 15

19 LOCAL CONTENT 16

20 APPOINTMENT OF SERVICE PROVIDER 18

Page 3: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 3 of 29

21 MEDIUM OF COMMUNICATION 19

22 COST OF PROPOSAL 19

23 CORRECTNESS OF RESPONSES 19

24 VERIFICATION OF DOCUMENTS 19

25 ONE ELECTRONIC COPY OF THE PROPOSAL MUST BE SUBMITTED. 19

26 SUB-CONTRACTING 20

27 ENGAGEMENT OF CONSULTANTS 20

28 TRAVEL EXPENSES 21

29 ADDITIONAL TERMS AND CONDITIONS 21

30 CSIR RESERVES THE RIGHT TO 22

31 DISCLAIMER 22

32 ANNEXURE A: SCORING SHEET 23

33 ANNEXURE B: RETURNABLE DOCUMENTS 26

34 ANNEXURE J: REFERENCE FORM 28

35 ANNEXURE M: DECLARATION BY TENDERER 29

Page 4: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 4 of 29

i) List of annexures and documents enclosed in this RFP

Annexures:

Annexure A – Scoring Sheet

Annexure B – Returnable Documents

Annexure C – Local Content Declaration (Summary Schedule)

Annexure D – Imported Content Declaration (Supporting Schedule to Annexure C)

Annexure E – Local Content Declaration (Supporting Schedule to Annexure C)

Annexure F – SBD 6.2 Local Content Declaration Form

Annexure G – Local Content Production Guideline

Annexure H – National Treasury Transformers, Shunt Reactors and Associated Equipment,

Instruction Note 12 of 2016/2017

Annexure I – National Treasury Electrical Cable Products, Instruction Note 5 of 2016/2017

Annexure J – Reference Form

Annexure K – SBD 1 Form

Annexure L – Certificate of Attendance

Annexure M – Declaration by Tenderer

Annexure N – Health and Safety Specifications

Documents

CSIR Transformer Replacement General Spec Document

Technical Schedule A & B of Minisubs_Annexure A

Building 33 Proposed Cable Route Plan_Annexure C

CSIR Transformer Replacement Project BOQ _Annexure D

Page 5: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 5 of 29

SECTION A – TECHNICAL INFORMATION

1 INTRODUCTION

The Council for Scientific and Industrial Research (CSIR) is one of the leading scientific

research and technology development organisations in Africa. In partnership with national

and international research and technology institutions, CSIR undertakes directed and

multidisciplinary research and technology innovation that contributes to the improvement of

the quality of life of South Africans. The CSIR’s main site is in Pretoria while it is represented

in other provinces of South Africa through regional offices.

Proposals are hereby invited from suitably-qualified service providers for the Supply and

Installation of Medium Voltage Transformers and Switchgear at the CSIR Pretoria Campus,

Buildings 03 and 33.

2 BACKGROUND

The CSIR Main Campus has 5 medium voltage ring networks suppling a combination of 31

11kV mini-substations and substations, due to the age of the transformers and certain tests

carried out it has become evident that certain transformers are at their end of life period.

On the 11kV side there is 2 Sub-Stations that have been identified.

Building 3

Building 33

NB: Please note that the funding is only available for the execution of one building. The second

building would be executed in the next financial year as funding becomes available.

3 INVITATION FOR PROPOSALS

Proposals are hereby invited from suitably qualified service providers for the Supply and

Installation of Medium Voltage Transformers and Switchgear at the CSIR Pretoria Campus,

Buildings 03 and 33.

Page 6: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 6 of 29

4 PROPOSAL SPECIFICATION

All proposals are to be submitted in a format specified in this enquiry (if applicable). However,

bidders are welcome to submit additional / alternative proposals over and above the originally

specified format.

Bidders are to submit proposals in the following format prescribed below. Failure to adhere

to this may result in disqualification and the tender may be deemed as non-responsive.

4.1 Technical Proposal

The following must be submitted as part of the technical proposal:

A Company profile clearly stipulating the number of years rendering similar

construction/electrical services as well as a list of similar projects;

Provide at least five (5) contactable references of projects with similar scope of work

required (Installation of mini sub stations in the past seven (7) years);

(References provided must complete the CSIR Reference Form – Annexure J)

Provide detailed CV(s) and qualification(s) of the lead Technician(s) or Electrician

with a minimum of five (5) years’ experience in similar electrical installation services;

Provide active and valid proof of company registration document with the

Department of Employment and Labour (DEL) as an Electrical Contractors to

perform any electrical installation in terms of regulation 6(4);

Provide a valid letter of good standing with the Department of Employment and

Labour (COIDA);

Provide proof of public liability cover of a minimum of R 5m or Letter of Intent for

cover from a registered financial policy insurer;

Provide proof of active and valid CIDB registration with 4EP or higher CIDB grading.

Completed and signed SBD 6.2 local content declaration form together with

completed and signed Annexure C, D and E.

Provide active and valid Central Supplier Database (CSD) summary report.

Completed and signed SBD 1 Form – Annexure K

Page 7: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 7 of 29

4.2 Financial Proposal:

The following must be submitted as part of the financial proposal:

Cover letter;

Proposed cost/ commercial offer as per attached Engineer’s specifications and

design;

NB: Bidders must also complete and submit the excel format CSIR

Transformer Replacement Project BOQ _Annexure D in order to verify

calculations;

Valid B-BBEE certificate (Issued by SANAS accredited agency) or certified copy of

sworn affidavit (In line with the DTI regulations); and registration report (RSA

supplier).

5 SCOPE OF WORK

The following services will be performed by the contractor as duties and responsibilities in

terms of the specifications provided:

Supply and Installation of Medium Voltage Transformers and Switchgear at the

CSIR Pretoria Campus, Buildings 03 and 33. All as per attached Engineers

specifications and design.

NB: Please refer to the CSIR Transformer Replacement General Spec Document for

detailed technical specifications

6 ELIMINATION CRITERIA

Proposals will be eliminated under the following conditions:

Submission after the deadline;

Proposals submitted at the incorrect email address (Please submit electronically

to [email protected])

(Please use the RFP No. as subject reference);

Page 8: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 8 of 29

Non-attendance of the compulsory briefing session/ site inspection and failure to

submit completed and signed confirmation of attendance – Annexure L;

If the supplier is listed on the National Treasury database of restricted suppliers;

Failure to submit a letter of good standing with the Department of Employment and

Labour (COIDA);

Failure to submit proof of public liability cover of a minimum of R 5m or Letter of

Intent from a registered financial policy insurer;

Failure to submit active and valid proof of 4EP or higher CIDB grading;

Failure to submit active and valid proof of company registration document with the

Department of Employment and Labour (DEL) as an Electrical Contractors to

perform any electrical installation in terms of regulation 6(4);

Failure to meet local production and content requirements and failure to complete,

sign and submit SBD 6.2 local content declaration form together with Annexure C,

D and E;

Failure to meet technical specifications as specified as per the Technical Schedule

A & B of Minisubs_Annexure A and failure to submit completed and signed Technical

Schedule A & B of Minisubs_Annexure A

7 FUNCTIONAL EVALUATION CRITERIA

7.1. The evaluation of the functional / technical detail of the proposal will be based on the

following criteria:

Functional

Factor Criteria Description

Weighting

(%)

Company

Experience

The service provider must have a minimum of 5 years’

installation experience on similar Medium Voltage

Transformers and Switchgear systems.

The bidder must provide a clearly detailed company profile,

stipulating the number of years rendering similar

construction/electrical services.

20%

Page 9: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 9 of 29

Client

References

A minimum of at least five (5) contactable references of

projects with similar scope of work required (Installation of

mini sub stations in the past seven (7) years).

(References provided must complete the CSIR

Reference Form – Annexure J)

Reference letters must also be provided to substantiate

such claims from different clientele.

50%

Staff

Capability

The lead Technician(s) or Electrician must have a minimum

of five (5) years’ experience in similar electrical installation

services.

The service provider must provide detailed CV(s) and

qualification(s) of the lead Technician(s) or Electrician with

a minimum of five (5) years’ installation experience of

similar Medium Voltage Transformers and Switchgear

systems.

30%

TOTAL POINTS FOR FUNCTIONALITY 100%

7.2 Proposals with functionality / technical points of less than the pre-determined minimum

overall percentage of 70% and a sub-minimum percentage of 50% for each individual

criterion will be eliminated from further evaluation.

7.3 Refer to Annexure A for the scoring sheet that will be used to evaluate functionality.

8 NATIONAL TREASURY CENTRAL SUPPLIER DATABASE (CSD) REGISTRATION

Before any negotiations will start with the winning bidder it will be required from the winning

bidder to:

Be registered on National Treasury’s Central Supplier Database (CSD). Registrations can

be completed online at: www.csd.gov.za

Page 10: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 10 of 29

SECTION B – TERMS AND CONDITIONS

9 SUBMISSION OF ENQUIRIES AND CONTACT WITH THE CSIR

All enquiries must be submitted electronically at: [email protected]

(Please use the RFP No. as subject reference)

All enquiries must be submitted no later than Tuesday, 30 March 2021 at 16h30

NB: Any other contact with CSIR personnel involved in this tender is not permitted during the

RFP process other than as required through existing service arrangements or as requested

by the CSIR as part of the RFP process.

10 TENDER PROGRAMME

The tender program, as currently envisaged, incorporates the following key dates:

Issue of tender documents: 19 March 2021

Compulsory briefing session / site inspection: 26 March 2021

Last date for submission of queries: 30 March 2021

Closing / submission Date: 06 April 2021

11 PROCEDURE FOR SUBMISSION OF PROPOSALS

11.1 All proposals are to be clearly marked with the RFP number and the name of the bidder on

the subject of the email address provided. Proposals must consist of two parts, each of which

is created a folder clearly marked:

11.2 PART 1: Technical Proposal:

RFP No. 3363.1/06/04/2021

For example, marked as:

(Email 1 of 2: PART 1: Technical Proposal _RFP No. 3363.1/06/04/2021 – Name of the

Bidder)

Page 11: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 11 of 29

PART 2: Financial Proposal:

RFP No. 3363.1/06/04/2021

For example, marked as:

(Email 2 of 2: PART 2: Financial Proposal _RFP No. 3363.1/06/04/2021 – Name of the

Bidder)

The proposals must be clearly marked

NB: No hard copies or physical submissions will be accepted.

11.3 Proposals and all other documents must be submitted electronically in PDF format only.

The email and file size must not exceed a total of 25mb per email.

11.4 Proposals submitted by companies must be signed by a person or persons duly authorised.

11.5 The CSIR will award the contract to qualified tenderer(s)’ whose proposal is determined to

be the most advantageous to the CSIR, taking into consideration the technical (functional)

solution, price and B-BBEE.

12 DEADLINE FOR SUBMISSION OF PROPOSALS

Proposals shall be submitted at the email address mentioned above no later than the closing

date of Tuesday, 06 April 2021 and closing time of 16h30. The CSIR business hours are

between 08h00 and 16h30.

Where a proposal is not received by the CSIR by the due date and time at the stipulated

email address, it will be regarded as a late tender. Late tenders will not be considered.

13 COMPULSORY BRIEFING SESSION

13.1 All bidders are expected to attend a compulsory briefing session scheduled for Friday, 26

March 2021 at the CSIR Pretoria Campus - (Outside South Entrance of Building 3C) at

10:00am

Page 12: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 12 of 29

13.2 All bidders will be required to complete and sign the certificate of attendance – Annexure L

on the day of the compulsory briefing session.

13.3 Due to Covid-19 pandemic, please take note of the following health and safety protocols to

be adhered to when visiting the CSIR site:

a. Prior to site visit

i) Only a maximum of two delegates from each company/bidder will be allowed on site.

ii) All bidders/contractors must prior to visiting the CSIR site complete the online COVID-19

symptom screening questionnaire via the following link –

https://screen.csir.co.za/

All bidders attending the compulsory briefing session must prior to the visit watch the CSIR

Health and Safety video via the following link –

http://streaming.csir.co.za/View.aspx?id=9264~4v~6hmMEM7b

(Please view this video prior to visiting any of the CSIR sites)

All bidders must watch the COVID-19 Visitors induction video via the following link

https://www.youtube.com/watch?v=XD4NDvtO8ck

(Please view this video prior to visiting any of the CSIR sites).

Any special requests for Personal Protective Equipment relating to the area to be inspected

must be stated upfront.

b. Entrance to the CSIR site

i) All bidders/delegates must wear a cloth face mask on entrance and at all times during the

site inspection.

ii) The Covid-19 self-screening questionnaire must be completed on the morning of entry

to the site and a screenshot of the result must be shown to Security.

Page 13: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 13 of 29

iii) All delegates will subject to temperature screening at the gates using a non-contact

temperature scanner and any person with a temperature of 38 C and above will not be

allowed entry.

c. Conduct during site visit

i) All Covid-19 precautionary measures as explained in the videos and induction must be

obeyed.

ii) Masks must be worn for the duration of the visit.

iii) Hand-sanitizer will be made available at the entry points to buildings and at the meeting

venue.

iv) No pens, paper or other stationary will be distributed. Bidders need to bring their own

pens, notepads, etc. to avoid sharing or passing of items.

v) Social distancing of at least 2m must be maintained at all times.

vi) Where items for inspection need to handled, sanitizer must be used by the delegate

prior to and after handling/touching the item.

vii) Depending on the available space at the inspection site, the number of delegates

allowed at a specific may be limited to allow for social distancing.

viii) No refreshments will be served during the site inspection.

ix) Should a delegate not feel well during an inspection they need to immediately alert the

host and the Medical Assistance will be contacted for assistance.

d. Confirmation / Certificate of Attendance of Briefing session

i) All bidders attending the compulsory briefing session will be required to complete and

sign the certificate of attendance. The certificate of attendance, Annexure L, must be

submitted on the day of the compulsory briefing session.

NB: Non-submission of certificate of attendance - Annexure L, may result in

disqualification as there would be no proof of attendance.

Page 14: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 14 of 29

14 AWARDING OF TENDERS

Awarding of tenders will be published on the National Treasury e-tender portal tender

website. No regret letters will be sent out.

15 EVALUATION PROCESS

15.1 Evaluation of proposals

All proposals will be evaluated by an evaluation team for elimination, functionality, price and

B-BBEE. Based on the results of the evaluation process and upon successful negotiations,

the CSIR will approve the awarding of the contract to successful tenderer(s).

A three (3)-phase evaluation process will be followed.

The first phase includes evaluation of elimination criteria

The second phase includes evaluation of functionality criteria

The third phase includes the evaluation of price and B-BBEE level status

Pricing Proposals will only be considered after functionality phase has been adjudicated and

accepted. Only proposals that achieved the specified minimum qualification scores for

functionality will be evaluated further using the preference points system.

15.2 Preference points system

The 80/20 preference point system will be used where 80 points will be dedicated to price

and 20 points to B-BBEE status.

Bidders must provide a valid and B-BBEE Certificate issued by SANAS accredited agency or

a certified copy of sworn affidavit that is in line with the DTI regulations to verify and confirm

their B-BBEE level status.

No B-BBEE level status will be equal to zero points for B-BBEE.

Page 15: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 15 of 29

16 PRICING PROPOSAL

16.1 Pricing proposal must be cross-referenced to the sections in the Technical Proposal. Any

options offered must be clearly labelled. Separate pricing must be provided for each option

offered to ensure that pricing comparisons are clear and unambiguous.

16.2 Price needs to be provided in South African Rand (excl. VAT), with details on price elements

that are subject to escalation and exchange rate fluctuations clearly indicated.

16.3 Price should include additional cost elements such as freight, insurance until acceptance,

duty where applicable.

16.4 Only firm prices* will be accepted during the tender validity period. Non–firm prices**

(including prices subject to rates of exchange variations) will not be considered.

*Firm price is the price that is only subject to adjustments in accordance with the actual

increase or decrease resulting from the change, imposition, or abolition of customs or excise

duty and any other duty, levy, or tax which, in terms of a law or regulation is binding on the

contractor and demonstrably has an influence on the price of any supplies, or the rendering

costs of any service, for the execution of the contract;

**Non-firm price is all prices other than “firm” prices.

16.5 Payment will be according to the CSIR Payment Terms and Conditions.

17 VALIDITY PERIOD OF PROPOSAL

Each proposal shall be valid for a period of three (3) months calculated from the closing

date of this RFP.

18 CONSTRUCTION INDUSTRY DEVELOPMENT BOARD (CIDB)

18.1 Only those tenderers who are registered with the CIDB, or are capable of being so prior to

the closing date and time of this RFP submissions, with a grading of 4EP or higher class of

construction works, will be considered.

Page 16: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 16 of 29

18.2 Joint ventures are eligible to submit proposals provided that:

Every member of the joint venture is registered with the CIDB;

The lead partner has a contractor grading designation in the 4EP or higher class of

construction work; or not lower than one level below the required grading designation in

the class of works construction works under consideration and possess the required

recognition status;

The combined contractor grading designation calculated in accordance with the

Construction Industry Development Regulations is equal to 4EP or higher class of

construction work.

.

19 LOCAL CONTENT

19.1 Only locally produced or locally manufactured goods, works and/or services with a stipulated

threshold for local production and content will be considered.

19.2 If the raw material or input to be used for a specific item is not available locally, bidders should

obtain written exemption from the DTI should there be no need to import such raw material

or input; and

19.3 A copy of the exemption letter must be submitted together with the bid document at the

closing date and time of this RFP. For further information, bidders may contact the DTI

directly.

19.4 The Declaration Certificate for Local Production and Content (SBD 6.2) together with the

Annexure C (Local Content Declaration: Summary Schedule), Annexure D (Imported

Content Declaration and Annexure E (Local Content Declaration) must be completed, duly

signed and submitted by the bidder at the closing date and time of the bid.

19.5 Only the South African Bureau of Standards (SABS) approved technical specification number

SATS 1286:2011 must be used to calculate local content.

Page 17: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 17 of 29

19.6 The exchange rate to be used for the calculation of local production and content must be

exchange rate published by the South African Reserve Bank (SARB) at 12:00 on the date of

advertisement of the bid.

19.7 The DTI’s guidance document for the calculation of local production and content can be

accessed on the DTI’s official website http://www.thedtic.gov.za/sectors-and-services-

2/industrial-development/industrial-procurement/

19.8 Bidders must clearly indicate in their bids the quantities of materials and products to be

supplied and the level of local content for each product.

19.9 Applicable local production and content minimum thresholds for this RFP are as per the table

below:

Designated Products Local Content Minimum Local Content

Threshold

Transformers (Class 0) Applicable 90%

Electrical Cable Products Applicable 90%

19.10 To ensure that the above minimum local content on the actual manufacturing activities, the

designated transformers must be discharged against the following components and

manufacturing processes:

Transformers (Class 0):

Components and Manufacturing Processes %Local Content

Fabrication of the Tank1 and Parts 100%

Fabrication of the Core2 100%

Manufacture3 of Windings and Assembly 100%

Manufacture of Bushings 100%

Off-Circuit Tap Switch 100%

Oil (Blending, Processing and Handling) 100%

Page 18: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 18 of 29

Accessories Category A:

Radiators

Fans

Kiosks

Oil Conservator

Breather Canisters

100%

Accessories Category B:

Valves

Cables

70% (By the valves instruction note)

90% (By the cables instruction note)

Assembly and Testing 100%

19.11 To ensure that the above minimum local production and content on the actual manufacturing

activities, the designated electrical cable products must be discharged against the following

components and manufacturing processes:

Power Cables: Cables used for power transmission

Cable Products Stipulated minimum threshold

Low Voltage 90%

Low Cost Reticulation 90%

Medium and High Voltage 90%

ACR 90%

20 APPOINTMENT OF SERVICE PROVIDER

20.1 The contract will be awarded to the tenderer who scores the highest total number of points

during the evaluation process, except where the law permits otherwise.

20.2 Appointment as a successful service provider shall be subject to the parties agreeing to

mutually acceptable contractual terms and conditions. In the event of the parties failing to

reach such agreement CSIR reserves the right to appoint an alternative supplier.

20.3 Awarding of contracts will be announced on the National Treasury website and no regret

letters will be sent to unsuccessful bidders.

Page 19: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 19 of 29

20.4 A Standard CSIR contract will be signed as a form of agreement.

21 MEDIUM OF COMMUNICATION

All documentation submitted in response to this RFP must be in English.

22 COST OF PROPOSAL

Tenderers are expected to fully acquaint themselves with the conditions, requirements and

specifications of this RFP before submitting proposals. Each tenderer assumes all risks for

resource commitment and expenses, direct or indirect, of proposal preparation and

participation throughout the RFP process. The CSIR is not responsible directly or indirectly

for any costs incurred by tenderers.

23 CORRECTNESS OF RESPONSES

23.1 The tenderer must confirm satisfaction regarding the correctness and validity of their proposal

and that all prices and rates quoted cover all the work/items specified in the RFP. The prices

and rates quoted must cover all obligations under any resulting contract.

23.2 The tenderer accepts that any mistakes regarding prices and calculations will be at their own

risk.

24 VERIFICATION OF DOCUMENTS

Tenderers should check the numbers of the pages to satisfy themselves that none are

missing or duplicated. No liability will be accepted by the CSIR in regard to anything arising

from the fact that pages are missing or duplicated.

25 ONE ELECTRONIC COPY OF THE PROPOSAL MUST BE SUBMITTED.

Pricing schedule and B-BBEE credentials should be submitted with the financial proposal,

and no such information should be available in the technical proposal.

Page 20: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 20 of 29

26 SUB-CONTRACTING

26.1 A tenderer will 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 a

tenderer qualifies for, unless the intended sub-contractor is an exempted micro enterprise

that has the capability and ability to execute the sub-contract.

26.2 A tenderer 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 capability and ability to execute the sub-contract.

26.3 If the tenderer intends to sub-contract, they must indicate the value of the work in Rands to

be sub-contracted in relation to the total tendered amount. The supplier must also indicate

the name(s) of the company / contractor.

26.4 All B-BBEE certificates or sworn affidavit(s) of the sub-contractor(s) must also be submitted.

Non-submission will result in 0 points being awarded for BBBEE.

27 ENGAGEMENT OF CONSULTANTS

The consultants will only be remunerated at the rates:

27.1 Determined in the "Guideline for fees", issued by the South African Institute of Chartered

Accountants (SAICA); or

27.2 Set out in the "Guide on Hourly Fee Rates for Consultants", by the Department of Public

Service and Administration (DPSA); or

27.3 Prescribed by the body - regulating the profession of the consultant.

Page 21: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 21 of 29

28 TRAVEL EXPENSES

28.1 All travel expenses for the CSIR’s account, be it directly via the CSIR’s travel agent or

indirectly via re-imbursements, must be in line with the CSIR’s travel policy. The following will

apply:

28.1.1 Only economy class tickets will be used.

28.1.2 A maximum of R1400 per night for accommodation, dinner, breakfast and parking

will be allowed.

28.1.3 No car rentals of more than a Group B will be accommodated.

29 ADDITIONAL TERMS AND CONDITIONS

29.1 A tenderer shall not assume that information and/or documents supplied to CSIR, at any time

prior to this request, are still available to CSIR, and shall consequently not make any

reference to such information document in its response to this request.

29.2 Copies of any affiliations, memberships and/or accreditations that support your submission

must be included in the tender.

29.3 In case of proposal from a joint venture, the following must be submitted together with the

proposal:

Joint Venture Agreement including split of work signed by both parties;

The original or certified copy of the B-BBEE certificate of the joint venture;

The Tax Clearance Certificate of each joint venture member;

Proof of ownership/shareholder certificates/copies; and

Company registration certificates.

29.4 An omission to disclose material information, a factual inaccuracy, and/or a

misrepresentation of fact may result in the disqualification of a tender, or cancellation of any

subsequent contract.

Page 22: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 22 of 29

29.5 Failure to comply with any of the terms and conditions as set out in this document will

invalidate the Proposal.

30 CSIR RESERVES THE RIGHT TO

Extend the closing date;

Verify any information contained in a proposal;

Request documentary proof regarding any tendering issue;

Give preference to locally manufactured goods;

Appoint one or more service providers, separately or jointly (whether or not they

submitted a joint proposal);

Award this RFP as a whole or in part;

Cancel or withdraw this RFP as a whole or in part.

31 DISCLAIMER

This RFP is a request for proposals only and not an offer document. Answers to this RFP

must not be construed as acceptance of an offer or imply the existence of a contract between

the parties. By submission of its proposal, tenderers shall be deemed to have satisfied

themselves with and to have accepted all Terms & Conditions of this RFP.

The CSIR makes no representation, warranty, assurance, guarantee or endorsements to

tenderer concerning the RFP, whether with regard to its accuracy, completeness or otherwise

and the CSIR shall have no liability towards the tenderer or any other party in connection

therewith.

Page 23: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 23 of 29

32 ANNEXURE A: SCORING SHEET

No. Criteria Proof required Points allocation Weight

1

Company Experience:

The service provider must

have a minimum of 5 years’

installation experience on

similar Medium Voltage

Transformers and

Switchgear systems.

The bidder must provide a

clearly detailed company

profile, stipulating the

number of years rendering

similar construction/electrical

services.

The bidder must provide

a clearly detailed

company profile,

stipulating the number of

years rendering similar

services

< 5 years – 0 points

5 – 7 years – 5 points

8 – 9 years – 7 points

>9 years – 10 points

20%

2

Client References (Only relevant

references)

A minimum of 5 contactable

references for similar work is

required.

Contactable References

for similar work/projects

undertaken in the last 7

years.

< 5 references – 0 points

5 – 7 references – 5 points

8 – 9 references – 7 points

>9 references – 10 points

50%

Page 24: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 24 of 29

Bidders must submit CSIR

reference forms completed

and signed by each

reference

Reference letters must also

be provided to substantiate

such claims from different

clientele.

Completed and signed

CSIR Reference forms

for each reference

Reference letters from

different previous clients

3

Staff Capability

The lead Technician(s) or

Electrician must have a

minimum of 5 years’

experience in similar

electrical installation

services.

The Bidder must submit

detailed CV(s), indicating the

number of years the lead

Technician or Electrician

have been installing similar

Detailed CV(s),

indicating the number of

years the lead

Technician(s) or

Electrician has been

installing similar

Medium Voltage

Transformers and

Switchgear systems.

< 5 years – 0 points

5 – 7 years – 5 points

7 – 9 years – 7 points

>9 years – 10 points

10% 30%

Page 25: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 25 of 29

electrical installation

services.

The lead Technician or

Electrician must have the

following qualifications: A

minimum of N3 certificate or

National Diploma in

Electrical Engineering, Trade

Test Certificate, Wireman’s

License and MV Joining or

Termination Certificate

The Bidder must submit the

above qualifications

Qualifications of the

Lead Technician(s) or

Electrician

No qualification – 0 points

N2 Certificate, Trade

Test, Wireman’s

License and MV – 5 points

Joining or Termination

Certificate

N3 Certificate, Trade

Test, Wireman’s License

and MV Joining – 7 points

or Termination Certificate

N6 or National Diploma,

Trade Test, Wireman’s

License and – 10 points

MV Joining

Or Termination Certificate

and higher

20%

TOTAL 100%

NB: Failure to provide the proof required as stipulated above, will be equal to no points for that criterion.

Proposals with functionality / technical points of less than the pre-determined minimum overall percentage of 70% and a sub-

minimum percentage of 50% for each individual criterion will be eliminated from further evaluation.

Page 26: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 26 of 29

33 ANNEXURE B: RETURNABLE DOCUMENTS

PART A: TECHNICAL PROPOSAL

ONE ELECTRONIC COPY

Returnable Schedules required only for Tender Evaluation Purposes

Description Submitted

(Please tick)

Yes No

1 Company profile clearly stipulating the number of years

rendering similar construction/electrical services as well as list

of similar projects

2

At least five (5) contactable references of projects with

similar scope of work required (Installation of mini sub stations

in the past seven (7) years);

(CSIR Reference Form – Annexure J completed and

signed by references provided)

Reference letters from different previous clients also

submitted

3 Proposed Construction Team organogram and CV(s) of the

Lead Technician or Electrician (Including qualifications and

any affiliation registrations)

4 Proof of active and valid company registration document with

the Department of Employment and Labour (DEL) as an

Electrical Contractors to perform any electrical installation in

terms of regulation 6(4)

5 Letter of good standing with the Department of Employment

and Labour (COIDA) or equivalent

6 Proof of ppublic liability cover of a minimum of R 5m or Letter

of Intent for cover from a registered financial policy insurer

7 Poof of active and valid CIDB registration with 4EP or higher

CIDB grading

8 Proof of active and valid Central Supplier Database (CSD)

summary report

Page 27: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 27 of 29

9 Declaration by Tenderer: Annexure M

10 Technical Schedule A and B of Minisubs_Annexure A

11 SBD 1: Annexure K

12 SBD 6.2: Annexure F

13 Local Content Declaration (Summary Schedule): Annexure C

14 Imported Content Declaration (Supporting Schedule to

Annexure C): Annexure D

15 Local Content Declaration (Supporting Schedule to Annexure

C): Annexure E

PART B: FINANCIAL PROPOSAL

ONE ELECTRONIC COPY

Returnable Schedules that will be incorporated into the Contract

16 Cover Letter

17 Proposed cost/ commercial offer as per attached Engineer’s

specifications and design

18 Valid B-BBEE Certificate or Copy of Sworn Affidavit

NOTES:

1. THE DOCUMENTS SHALL BE PROPERLY ANNEXED FOR EASE OF REFERENCE.

2. ANY OTHER REQUESTED DOCUMENTATION REQUESTED IN THIS RFP MUST BE

SUPPLIED.

3. IRRELEVANT DOCUMENTATION MUST NOT BE SUPPLIED.

Page 28: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 28 of 29

34 ANNEXURE J: REFERENCE FORM: TO BE COMPLETED FOR EACH REFERNCE

SUBMITTED (FORM TO BE COMPLETED BY REFERENCE NOT BIDDER)

Page 29: Request for Proposals (RFP): Electrical ... - CSIR

CSIR RFP No. 3363.1/06/04/2021 Page 29 of 29

35 ANNEXURE M: DECLARATION BY TENDERER

Only tenderers who completed the declaration below will be considered for evaluation.

RFP No: 3363.1/06/04/2021

I hereby undertake to render services described in the attached tendering documents to CSIR in

accordance with the requirements and task directives / proposal specifications stipulated in

RFP No. 3363.1/06/04/2021 at the price/s quoted. My offer/s remains binding upon me and open

for acceptance by the CSIR during the validity period indicated and calculated from the closing date

of the proposal.

I confirm that I am satisfied with regards to the correctness and validity of my proposal; that the

price(s) and rate(s) quoted cover all the services specified in the proposal documents; that the

price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and

rate(s) and calculations will be at my own risk.

I accept full responsibility for the proper execution and fulfilment of all obligations and conditions

devolving on me under this proposal as the principal liable for the due fulfilment of this proposal.

I declare that I have no participation in any collusive practices with any tenderer or any other person

regarding this or any other proposal.

I accept that the CSIR may take appropriate actions, deemed necessary, should there be a conflict

of interest or if this declaration proves to be false.

I confirm that I am duly authorised to sign this proposal.

NAME (PRINT) …………………………….

CAPACITY …………………………………. SIGNATURE ………………………………...

NAME OF FIRM ………………………….…. DATE………………………………………….

WITNESSES 1 …….……………………………

2 ……….………………………… DATE: .…………………………….