54
RFP: IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF THREE (3) YEARS [ONLY FOR CIDB GRADING DESIGNATION 4GB – 9GB] CLOSING DATE & TIME: 20 TH NOVEMBER 2017, 12H00 NAME OF TENDERER:……………………………..………………….…………………….. CIDB GRADING :…………………………. CIDB CRS NUMBER :…………………………. ISSUED BY: THE INDEPENDENT DEVELOPMENT TRUST GLENWOOD OFFICE PARK CNR. OBERON & SPRITE STREETS FAERIE GLEN 0043 PO BOX 73000, LYNNWOOD RIDGE 0040 TEL: (012) 845-2000 Website: www.idt.org.za

RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

  • Upload
    ngophuc

  • View
    214

  • Download
    1

Embed Size (px)

Citation preview

Page 1: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE

PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A

PERIOF OF THREE (3) YEARS [ONLY FOR CIDB GRADING

DESIGNATION 4GB – 9GB]

CLOSING DATE & TIME: 20TH

NOVEMBER 2017, 12H00

NAME OF TENDERER:……………………………..………………….……………………..

CIDB GRADING :………………………….

CIDB CRS NUMBER :………………………….

ISSUED BY:

THE INDEPENDENT DEVELOPMENT TRUST

GLENWOOD OFFICE PARK

CNR. OBERON & SPRITE STREETS

FAERIE GLEN 0043

PO BOX 73000, LYNNWOOD RIDGE 0040

TEL: (012) 845-2000

Website: www.idt.org.za

Page 2: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 2 of 54

TABLE OF CONTENTS

The Tender

PART T1: TENDERING PROCEDURES

T1.1 Tender Notice and Invitation to Tender

T1.2 Tender data

PART T2: RETURNABLE DOCUMENTS

T2.1 List of Returnable Documents

T2.2 Returnable Schedules

The Contract

PART C1: AGREEMENT AND CONTRACT DATA

C1.1 Form of Offer and Acceptance (N/A)

C1.2 Contract Data

PART C2: PRICING DATA

C2.1 Pricing Instruction (N/A)

PART C3: SCOPE OF WORK

C3 Scope of Work

Page 3: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 3 of 54

PART T1: TENDERING PROCEDURES

Page 4: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 4 of 54

Independent Development Trust

Glenwood Office Park Cnr. Oberon & Sprite Streets

Faerie Glen 0043 PO Box 73000, Lynnwood Ridge 0040

Tel: (012) 845-2000

Website: www.idt.org.za

RFP: IDT-PBC 10/2017

T1.1 Tender Notice and Invitation to Tender

INVITATION TO BE PREQUALIFIED IN THE PANEL OF BUILDING CONTRACTORS FOR

INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST (IDT) FOR A PERIOD

OF 3 YEARS STRICTLY FOR CIDB LEVEL 4GB TO 9GB

The Independent Development Trust hereby invites suitable and experienced contractors for the establishment

of the panel of contractors in the CIDB grading designation of 4GB to 9GB for a period of three (3) years without

guarantee of a quantum of work.

The objective is to have a readily available pool of contractors which can be invited to submit pricing proposals

for the General Building (GB) class of works from time to time once prequalified to be on the panel.

The scope of works will cover all provinces in South Africa. Please select the applicable CIDB grading band,

Provincial presence including Works category / categories for which you prefer to be prequalified in:

NB: Tenderers must take note that the functionality evaluation is divided into two broad grading

categories of 4GB – 6GB as well as 7GB – 9GB, each with different functionality evaluation

requirements. (Refer to Tender Data: F3.11.9)

CIDB GRADING CATEGORIES

MARK APPLICABLE GRADING (X)

1. 4GB – 6GB

2. 7GB – 9GB

Page 5: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 5 of 54

PROVINCIAL PRESENCE

ITEM NO.

PROVINCE

INDICATE INTEREST (X)

1

Limpopo Province

2

Free State Province

3

Northern Cape Province

4

Kwazulu Natal Province

5

Western Cape Province

6

North West

7

Gauteng Province

8

Mpumalanga Province

9

Eastern Cape Province

WORKS CATEGORIES

CATEGORY / TYPES OF WORK INDICATE INTEREST (X)

General Repairs, Renovations and Additions

Library

Clinic

Water and Sanitation

Schools

Administration block

Laboratories

NB: The IDT reserves the right to invite only pre-qualified contractors from the panel with requisite capacity

to submit pricing proposals from any of the above-mentioned type of works, advancement of certain

designated groups in line with regulation 4 (1) (a), (b) or (c) of the PPPFA (Act 5 of 2000), Regulations 2017

and in any Region in response to client & project-specific requirements and demand.

The IDT further reserves the right to cancel any invitation to submit pricing proposals from the panel of

contractors and approach the market (open bid) for works whenever it is considered that better value in terms

of time, cost and quality may be obtained.

Page 6: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 6 of 54

Mandatory Requirements/ Documentation:

1. Letter of good standing in terms of Compensation for Occupational Injuries and Diseases Act, of

1993(COIDA) / or Proof of a Valid Federated Employers Mutual Assurance (FEMA) Insurance

2. Notarised Joint Venture Agreement (where applicable),

3. Proof of National Treasury (NT) Central Supplier Database Registration i.e. submit a copy of CSD

Master Registration Number (Supplier Number)]

4. Certified ID Copies of Directors or Members (in cases of sole proprietor, partnerships and close

corporation), this must have been certified with three (03) months,

5. Proof of appropriate CIDB Grading designation (4GB – 9 GB)

6. Fully completed and signed Standard Bidding Documents:

a. SBD 1: Invitation to Bid

b. SBD 4: Declaration of Interest

c. SBD 6.1: Preference points claim form in terms of the Preferential Procurement

Regulations, 2017

d. SBD 6.2 Local Content

e. SBD 8: Declaration of Bidder’s past supply chain management practices

f. SBD 9: Certificate of Independent Bid Determination

NB: Failure to comply with any of the above-mentioned requirements will result in automatic

disqualification of the bid response.

Non-mandatory Returnable documents

1. Copy of CIPC Documents

2. B-BBEE

a. Certified copies of B-BBEEE Certificate issued by SANAS Accredited Verification Agency Or

b. Sworn Affidavit in cases of EMEs and only those QSEs which are at least 51% Black-owned as

prescribed in terms of B-BBEE Codes of Good Practice and in a format provided by the Department

of Trade & Industry.

c. NB: Certificates issued by IRBA and Accounting Officers, have been discontinued; however,

valid and certified certificates already issued on or before 31 December 2016 may be used

until they are phased out completely by December 2017.

3. Valid Tax Clearance Certificate or Tax compliance letter with a Unique Security Personal Identification

Number (PIN) in terms of the Electronic Tax Compliance Status (TCS) System from SARS.

Page 7: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 7 of 54

FUNCTIONALITY CRITERIA FOR GRADES 4GB - 6GB

Item Description Points Allocation

A1. Project experience of firm for the past 3 years which is to

be in line with the pre-selected categories

40

A2. Client references (in line with the projects listed in point 1

above)

15

A3. Locality 20

A4. Schedule of Plant and Equipment 10

A5. CVs and Qualifications of Key Personnel (Resources) 15

Total Points 100

Detailed breakdown of the evaluation criteria in line with regulation 5 of the PPPFA, regulations 2017, is

included in the bid document. Minimum threshold to be considered on functionality is 60 points, this will

qualify to be in the panel of contractors for a period of 3 (three) years for grades 4GB to 6GB.

FUNCTIONALITY CRITERIA FOR GRADES 7GB - 9GB

Item Description Points Allocation

B1. Project experience of firm for the past 5 years Project years

which is to be in line with the pre-selected categories

35

B2. Client references (in line with the projects listed in point 1

above)

15

B3. Locality 20

B4. Schedule of Plant and Equipment 10

B5. CVs and Qualifications of Key Personnel (Resources) 20

Total Points 100

Detailed breakdown of the evaluation criteria in line with regulation 5 of the PPPFA, regulations 2017, is

included in the bid document. Minimum threshold to be considered on functionality is 70 points, this will

qualify to be in the panel of contractors for a period of 3 (three) years for grades 7GB to 9GB.

Very Important:

Only Contractors who qualify to be in the panel will be invited to respond to projects specific compliance and

functionality criteria, price and BBBEE in line with particular project scope, size, complexity and value subject

to projects availability and allocation.

The evaluation criteria to be used for future projects will be defined on project by project basis and in line

with Client requirements.

The Independent Development Trust reserves the right to appoint into the panel one or more contractors

per province or to withdraw any invitation to tender and/or re-advertise or reject any tender or to accept a

part of it. The IDT will review the panel every 12 months and does not bind itself to accepting any tender.

Bid documents will be available from the 30th of October 2017 and must be downloaded from the IDT

website, http://www.idt.org.za/business-opportunities/current-tenders/ OR the National Treasury’s e-Tender

Portal: http://www.etenders.gov.za/content/advertised-tenders

Page 8: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 8 of 54

The bid closes on 20th November 2017, 12H00 noon. Bids must be submitted and deposited in the Tender

Box at any of the nine IDT Regional Offices indicated below: NB: No late Tenders, Telegraphic,

telephonic, telex, facsimile, or electronic tenders will be accepted.

There will be no Briefing session for this RFP, Enquiries relating to the tender may be addressed to the

National contact persons listed below:

NATIONAL OFFICE ENQUIRIES

Supply Chain Management (SCM) Technical Enquiries

Name: Tshidiso Mogagabe

e-mail: [email protected]

Telephone: 012 845 2000

Name: Noel Makhubele

e-mail: [email protected]

Telephone: 012 845 2000

REGIONAL ENQUIRIES, AND PHYSICAL ADDRESS FOR SUBMISSION OF TENDERS:

Gauteng General Queries Contact Person: Mojapele Moremi

Email: [email protected]

Technical Queries Contact Person: Sannah Sebitlo

Email: [email protected]

Telephone Number: 011 357 4600

IDT Regional Address:

Corner 6th Avenue and New Road

International Business Gateway

Sanlam Building

1st Floor (North Wing)

Midrand

1632

Limpopo General Queries Contact Person: Mamikie Mashele

Email: [email protected]

Technical Queries Contact Person: Isaac Malatjie

Email: [email protected]

Telephone Number: 015 295 0000

IDT Regional Address: 68 Hans Van Rensburg Street

2nd Floor

Polokwane, 0700

Page 9: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 9 of 54

Mpumalanga General Queries Contact Person: Surprise Mthombeni

Email: [email protected]

Technical Queries Contact Person: Sabelo Matu

Email: [email protected]

Telephone Number: 013 756 5500

IDT Regional Address: Physical Address:

34 Brown Street

1st Floor

ABSA Building

Nelspruit, 1200

Free State General Queries Contact Person: Herman Morake

Email: [email protected]

Technical Queries Contact Person: Lisemelo Tau

Email: [email protected]

Telephone Number: 051 411 6240

IDT Regional Address:

Physical Address:

PHG BuildingThe Courtyard

196 Nelson Mandela Drive

Brandwag

Bloemfontein, 9324

Kwa-Zulu Natal General Queries Contact Person: Mukelani Mdlalose

Email: [email protected]

Technical Queries Contact Person: Simon Mashigo

Email: [email protected]

Telephone Number: 013 369 7400

IDT Regional Address: Physical Address:

12th Floor

The Marine Building

22 Dorothy Nyembe Street

Durban, 4001

Page 10: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 10 of 54

North West General Queries Contact Person: Permy Kgokong

Email: [email protected]

Technical Queries Contact Person: Mojaki Tinyane

Email: [email protected]

Telephone Number: 018 389 3000

IDT Regional Address: Physical Address:

4059 Joules Street

De Crossing

Mahikeng, 5241

Eastern Cape General Queries Contact Person: Papi Duiker

Email: [email protected]

Technical Queries Contact Person: Ziyanda Goboza

Email: [email protected]

Telephone Number: 043 711 6000

IDT Regional Address:

Physical Address:

Palm Square Business Park

Bonza Bay Road Silverwood House,

Beacon Bay

East London, 5241

Northern Cape General Queries Contact Person: Molefe Gaobepe

Email: [email protected]

Technical Queries Contact Person: Consulate Tseisi

Email: [email protected]

Telephone Number: 053 807 2660

IDT Regional Address:

10 Oliver Road

Montrio Corporate Park

Block 3, 2nd Floor

Kimberly, 8301

Page 11: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 11 of 54

Western Cape General Queries Contact Person: Alan Wright

Email: [email protected]

Technical Queries Contact Person: Gregory Africa

Email: [email protected]

Telephone Number: 021 405 4000

IDT Regional Address:

Physical Address:

30 Waterkant Street

2nd Floor

Cape Town, 8000

Page 12: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 12 of 54

Independent Development Trust

Glenwood Office Park Cnr. Oberon & Sprite Streets

Faerie Glen 0043 PO Box 73000, Lynnwood Ridge 0040

Tel: (012) 845-2000

Website: www.idt.org.za

RFP: IDT-PBC 10/2017

T1.2 Tender Data

Clause

No.

TENDER DATA

The conditions of tender are the Standard Conditions of Tender as contained in Annex F of

the CIDB Standard for Uniformity in Construction Procurement as per Government Notice No.

842 published in Government Gazette No. 29138 of 18 August 2006 and as amended by

Board Notice 136 Government Gazette No. 38960 of 10 July 2015. (Available on

www.cidb.org.za).

The Standard Conditions of Tender make several references to the Tender Data for details

that apply specifically to this tender. The Tender Data shall have precedence in the

interpretation of any ambiguity or inconsistency between it and the Standard Conditions of the

Tender. Each item of data given below is cross-referenced to the clause marked “F” in the

above mentioned Standard Conditions of Tender.

F1.1 The employer is the Independent Development Trust (IDT), (hereinafter referred to as

the “IDT”)

F1.2 For this contract, a single volume approach is adopted. This procurement document has

been formatted and compiled under the headings as contained in the CIDB’s “Standard

for Uniformity in Construction Procurement.”

The single volume procurement documents issued by the employer comprises the

following:

Part T1: Tendering procedures

T1.1 Tender Notice and Invitation to Tender

T1.2 Tender data

Part T2: RETURNABLE DOCUMENTS

T2.1 List of Returnable Documents

T2.2 Returnable Schedules

The Contract

Part C1: Agreement and Contract Data

C1.1 Form of Offer and Acceptance

C1.2 Contract Data

Page 13: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 13 of 54

Part C2: PRICING Data

C2.1 Pricing Instruction

Part C3: scope of work

C3 Scope of Work

F 1.4 Communication and employer’s agent

The IDT will indicate during the implementation of specific project, the details of the

employer’s agent.

F2.1 Eligibility

A Tenderer will not be eligible to submit a tender if:

(a) The Contractor submitting the tender is under restrictions or has principals who are under

restriction to participate in the Employer’s procurement due to corrupt of fraudulent

practices;

(b) The Tenderer does not have the legal capacity to enter into the contract;

(c) The Contractor submitting the tender is insolvent, in receivership, bankrupt or being wound

up, has his affairs administered by a court or a judicial officer, has suspended his business

activities, or is subject to legal proceedings in respect of the foregoing;

(d) The Tenderer does not comply with the legal requirements stated in the Employer’s

procurement policy;

(e) The Tenderer cannot demonstrate that he/she possesses the necessary professional and

technical qualifications and competent, financial resources, equipment and other physical

facilities, managerial capability, personnel, experience and reputation to perform the

contract;

(f) The Tenderer cannot provide proof that he/she is in good standing with respect to duties,

taxes, levies and contributions required in terms of legislation applicable to the work in the

contract.

Only those Tenderers who are registered with the Construction Industry Development

Board (CIDB) in the General Building class of construction works with contractor-

grading 4GB – 9 GB, in terms of the CIDB Act No 38 of 2000, are eligible to submit

tenders for this contract.

F2.2 Cost of Tendering

The employer will not compensate the tenderer for any costs incurred in the preparation

and submission of a tender offer, including the costs of any testing necessary to

demonstrate that aspects of the offer complies with requirements.

F2.7 Clarification Meeting

No clarification / briefing session will be held, however tenderers can submit queries to

designated National or Regional Office officials indicated in the invitation to bid.

F2.8 Seek Clarification

Tenderers seeking further clarity, may request same by notifying the employer at least

five working days before the closing date and time stated in the tender data and invitation

to tender.

F2.10 Pricing of Tender Offer

Bidders are not required to price this tender document. Bidders will be required to price

documents as and when work becomes available. When pricing tender documents the

following shall apply:

(a)

Page 14: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 14 of 54

(b) Value Added Tax

The Valued Added Tax (VAT) rate shall be 14% or as otherwise provided for by legislation.

(b) The successful Tenderer shall be required to produce a VAT invoice that shall only be

prepared once measurements and valuations for work done in terms of the contract offer

have been agreed with the Employers agent and a certificate of payment issued.

(c) Payment of VAT to non-VAT vendors shall be processed from the month in which the

Tenderers liability with the South African Revenue Services is effective

F2.12 Alternative Tender Offers

No alternative tender offer will be permitted

F2.15 Closing Time

Tenders will close on date and time indicated in the Invitation to tender, T1.1

F2.16 Tender Offer Validity

The tender offer validity period is 90 calendar days from the closing time of submission

on tenders

F2.19 Inspections, Test and Analysis

Access shall be provided for inspections, test and analysis as may be required by the

Employer.

F2.22 Return of Other Tender Documents

Not applicable

F2.23 Certificates

Include in the tender submission mandatory and other certificates as stated in the tender

data and invitation to tender.

F3.4.1 Tenders will be opened in public in the presence of tenderers’ agents who choose to

attend at the time and places stated in the tender data and invitation to tender. Only

Tenderers names will be read out and recorded in the Tender Closure Register.

F3.11.1 Tenders will be evaluated on functionality only, as stated in the invitation to tender and

tender data.

NB: Tenderers must take note that the functionality evaluation is divided into two

broad grading categories of 4GB – 6GB as well as 7GB – 9GB, each with different

functionality evaluation requirements

Tenders in the CIDB grading categories 4GB – 6GB, must score at least 60 points on

functionality to qualify for placement into the IDT’s panel of building Contractors for a

period of three (3) years without guarantee of quantum of work.

Tenders in the CIDB grading categories 7GB – 9GB, must score at least 70 points on

functionality to qualify for placement into the IDT’s panel of building Contractors for a

period of three (3) years without guarantee of quantum of work.

Page 15: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 15 of 54

F3.11.9

Scoring Functionality

FUNCTIONALITY FOR GRADES 4GB TO 6GB

Ite

m

No.

CRITERIA POINT

S

DESCRIPTION OF CRITERIA REQUIREMENTS SCO

RE

A 1

Project Experience

of Firm for the past

3 Years

40 Points allocated for proven track

record of the tendering entity

based on the previous list of 3

completed projects in the past 3

years. Signed Appointment letters,

signed practical/final completion

certificates are to be submitted.

Failure to submit will result in zero

points.

A list of 3 Completed

Projects, 3 signed

appointment letters,3

signed practical/final

completion certificates

40

A list of 2 Completed

Projects, 2 signed

appointment letters,2

signed practical/final

completion certificates

30

1 Completed Project, 1

signed appointment

letter,1 signed

practical/final completion

certificate

15

No Proof submitted 0

A 2

Client References

(in line with point 1

above)

15

Points allocated for Performance

in the above listed projects.

Signed and Stamped Reference

forms (in the form issued to the

tenderer, as stated in the Tender

Data) by a client representative

and responsible Principal Agent.

The Tenderers' performance on

the projects MUST be rated by the

Client Representative on a scale

of 5 -1 (5=Very Good , 4=Good,

3=Satisfactory, 2=Poor, 1= Not

Acceptable. Failure to submit will

result in zero points

Very Good 15

Good 12

Satisfactory 9

Poor 6

Not Acceptable 0

A 3 Locality 20

Points allocated for proof of

residence in the selected province

as indicated in the Tender Data.

Verifiable Water, Electricity or

Levy account in the name of the

company/firm. Lease agreement

accompanied by Landlord affidavit.

Failure to submit will result in zero

points

Head office based in the

selected Province

20

Branch/operational office

based in the selected

Province

10

No office in any province

or neighbouring province

0

Page 16: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 16 of 54

A 4 Schedule of Plant

and Equipment

10 Points allocated for plant and

equipment as indicated in the

Tender Data. Tenderers are to

submit proof of ownership of plant

and equipment listed or evidence

of rental capacity from plant and

hire suppliers in the form of

registration documents, asset

register or letter of confirmation of

plant hire or lease agreements

with plant hire suppliers. Failure to

submit will result in zero points

List of Plant and

Equipment submitted and

it is 100 % adequate for

grades 4GB to 6GB

Works with supporting

documentation

10

List of Plant and

Equipment submitted with

80 % adequate for grades

4GB to 6GB Works with

supporting documentation

8

List of Plant and

Equipment submitted

meets the minimum 60 %

requirements for grades

4GB to 6GB Works with

supporting documentation

6

List of Plant and

Equipment with 40 %

compliance submitted

without supporting

documentation for grades

4GB to 6GB Works

4

supporting documentation

not submitted

0

A 5 CV's and

Qualifications of

Key Personnel

(Resources)

15 Points allocated for qualifications

and experience of key personnel

or resources of the tendering

entity. Tenderers are to submit

certificates of qualifications and

CV's for Contract/Project

managers, Technicians, Foremen

and Artisans in line with the form

in the Tender Data. Failure to

submit will result in zero points

Degree and more than 5

years’ Experience

15

Diploma and more than 5

years' Experience

10

Certificate and less than

5 years' Experience

5

supporting documentation

not submitted

0

Minimum Functionality Threshold is 60 %, bidders not meeting the required threshold will not be considered

Non-responsive

FUNCTIONALITY FOR GRADES 7GB to 9GB

Item

No

CRITERIA POINT

S

DESCRIPTION OF CRITERIA REQUIREMENTS SCO

RE

B 1

Project Experience

of Firm for the past

5 Years

35 Points allocated for proven track

record of the tendering entity

based on the previous list of 5

completed projects in the past 5

years. Signed Appointment letters,

signed practical/final completion

certificates and final payment

certificates are to be submitted.

Failure to submit will result in zero

points.

List of 5 Completed

Projects, 5 signed

appointment letters, 5

signed practical/final

completion certificates and

5 final payment certificates

35

List of 4 Completed

Projects, 4 signed

appointment letters, 4

signed practical/final

completion certificates and

4 final payment certificates

25

List of 3 Completed

Projects, 3 signed

appointment letters,3

signed practical/final

completion certificates and

3 final payment certificates

15

Page 17: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 17 of 54

List of 2 Completed

Projects, 2 signed

appointment letters,2

signed practical/final

completion certificates and

2 final payment certificates

10

1 Completed Projects, 1

signed appointment

letters,1 signed

practical/final completion

certificates and 1 final

payment certificates

5

Not Submitted 0

B 2 Client References

(in line with point 1

above)

15 Points allocated for Performance

in the above listed projects.

Signed and Stamped Reference

forms (in the form issued to the

tenderer, as stated in the Tender

Data) by a client representative

and responsible Principal Agent.

The Tenderers' performance on

the projects MUST be rated by the

Client Representative on a scale

of 5 -1 (5=Very Good, 4=Good,

3=Satisfactory, 2=Poor, 1= Not

Acceptable. Failure to submit will

result in zero points

Very Good 15

Good 12

Satisfactory 9

Poor 6

Not Acceptable 0

B 3 Locality 20 Points allocated for proof of

residence in the selected province

as indicated in the Tender Data.

Verifiable Water, Electricity or

Levy account in the name of the

company/firm or Director. Lease

agreement accompanied by

Landlord affidavit. Failure to

submit will result in zero points

Head office based in the

selected Province

20

Branch/operational office

based in the selected

Province

10

No office in any province

or neighbouring province

0

B 4 Schedule of Plant

and Equipment

10 Points allocated for plant and

equipment as indicated in the

Tender Data. Tenderers are to

submit proof of ownership of plant

and equipment listed or evidence

of rental capacity from plant and

hire suppliers in the form of

registration documents, asset

register or letter of confirmation of

plant hire or lease agreements

List of Plant and

Equipment submitted and

it is 100 % adequate for

grades 7GB to 9GB Works

with supporting

documentation

10

List of Plant and

Equipment submitted with

80 % adequate for grades

7GB to 9GB Works with

supporting documentation

8

Page 18: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 18 of 54

with plant hire suppliers. Failure to

submit will result in zero points

List of Plant and

Equipment submitted

meets the minimum 60 %

requirements for grades

7GB to 9GB Works with

supporting documentation

6

List of Plant and

Equipment submitted with

40 % compliance without

supporting documentation

for grades 7GB to 9GB

Works

4

Not Submitted 0

B 5 CV's and

Qualifications of

Key Personnel

(Resources)

20 Points allocated for qualifications

and experience of key personnel

or resources of the tendering

entity. Tenderers are to submit

certificates of qualifications and

CV's for Directors,

Contract/Project managers, Site

managers and Technicians in line

with the form in the Tender Data.

Failure to submit will result in zero

points

Degree, SACPCMP

Professional Registration

or equivalent of Director

and more than 15 years’

Experience

20

Degree/Diploma,

SACPCMP Professional

Registration or equivalent

of Project

Manager/Contract

Manager and more than

10 years’ Experience

10

Diploma of Technician and

more than 5 years’

Experience

5

Not Submitted 0

Minimum Functionality threshold required is 70 points, Failure to achieve the required threshold will

result in non-responsive bid.

F3.13 Acceptance of Tender Offer

Proposals will only be accepted on condition that:

(a) The document is signed by a person authorised to sign on behalf of the Tenderer;

(b) A Tenderer who submitted a tender as a Joint Venture has included an acceptable Joint

Venture Agreement with his tender;

(c) The Contractor who submits the tender has been registered with the Construction

Industry Development Board in accordance with the Construction Industry Development

Board Act No. 38 of 2000 and the CIDB Regulations 2003 promulgated in terms of the

Act, or if the Contractor can submit proof

(d) The Tenderer or any of its principals is not listed on the register of Tender Defaulters in

terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person

prohibited from doing business with the public sector;

(e) The Tenderer has not abused the Employer’s Supply Chain Management System or

has failed to perform on any previous contract and has been given a written notice to

this effect;

(f) The Tenderer or any of its principals, directors or managers is not employed in the

service of the State or any municipality. In the event that such principals are involved,

Page 19: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 19 of 54

official approval from the Executing Authority regarding carrying out remunerative work

outside of the public service must be included in the tender submission.

(g) The Employer is satisfied that the Tenderer or any of its principals have not influenced

the tender offer and acceptance by the following criteria:

i. having offered, promised or given a bribe or other gift or remuneration to any person

in connection with the obtaining or execution of this Contract;

ii. having acted in a fraudulent or corrupt manner in obtaining or executing this Contract;

iii. having approached an officer or employee of the Employer or the Employer’s Agent with

the objective of influencing the award of a Contract in the Tenderer’s favour;

iv. having entered into any agreement or arrangement, whether legally binding or not, with

any other person, firm or company to refrain from Tendering for this Contract or as to

the amount of the Tender to be submitted by either party;

v. having disclosed to any other person, firm or company other than the Employer, the

exact or approximate amount of his proposed Tender;

vi. The Employer may, in addition to using any other legal remedies, repudiate the Tender

offer and acceptance and declare the Contract invalid should it have been concluded

already.

Page 20: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 20 of 54

PART T2: RETURNABLE DOCUMENTS

Page 21: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 21 of 54

Independent Development Trust

Glenwood Office Park Cnr. Oberon & Sprite Streets

Faerie Glen 0043 PO Box 73000, Lynnwood Ridge 0040

Tel: (012) 845-2000

Website: www.idt.org.za

RFP: IDT-PBC 10/2017

T2.1 List of Returnable Documents

Item No.

Returnable Documents

Comments

T2.1.1 Letter of good standing in terms of Compensation for

Occupational injuries and Diseases Act, of 1993(COIDA) /

or Proof of a Valid Federated Employers Mutual Assurance

(FEMA) Insurance

Mandatory

T2.1.2 Notarised Joint Venture Agreement (where applicable), Mandatory

(if Applicable to

bidding entity)

T2.1.3 Proof of National Treasury (NT) Central Supplier Database

Registration i.e. submit a copy of CSD Master Registration

Number (Supplier Number)]

Mandatory

T2.1.4 Certified ID Copies of Directors or Members (in cases of

sole proprietor, partnerships and close corporation), this

must have been certified with three (03) months

Mandatory

T2.1.5 Proof of appropriate CIDB Grading designation (4GB – 9

GB)

Mandatory

T2.1.6 Copy of CIPC Documents

Non-Mandatory

T2.1.7 B-BBEE Certificate

Non-Mandatory

Returnable documents required for evaluation

T2.1.8 Tax Clearance Certificate or Tax Compliance letter with

unique Security PIN in terms of Electronic Tax compliance

System from SARS

Non-Mandatory

T2.1.9 Proof of local presence in the form of utility bills / signed

lease agreement accompanied by Landlord affidavit as per

tender data

Non-Mandatory

Page 22: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 22 of 54

Independent Development Trust

Glenwood Office Park Cnr. Oberon & Sprite Streets

Faerie Glen 0043 PO Box 73000, Lynnwood Ridge 0040

Tel: (012) 845-2000

Website: www.idt.org.za

RFP: IDT-PBC 10/2017

T2.2 Returnable Schedules

Item No.

Returnable Schedules

Comments

T.2.2.1 Fully completed and signed Standard Bidding Documents Mandatory

T2.2.1.1

T2.2.1.2

T2.2.1.3

T2.2.1.4

T2.2.1.5

T2.2.1.6

a. SBD 1: Invitation to Bid

b. SBD 4: Declaration of Interest

c. SBD 6.1: Preference points claim form in terms of the

Preferential Procurement Regulations, 2017

d. SBD 6.2 Local Content

e. SBD 8: Declaration of Bidder’s past supply chain management

practices

f. SBD 9: Certificate of Independent Bid Determination

Returnable Schedules required for evaluation

T2.2.2 Evaluation Schedule Relevant Experience; List of completed

projects including signed appointment letters and practical / final

completion certificates for listed projects (A1 / B1)

Non-

Mandatory

T2.2.3 Evaluation Schedule Client reference; For projects listed and

submitted for experience evaluation (A2.1 – A2.3 / B2.1 – B2.5)

Non-

Mandatory

T2.2.4 Schedule of plant and equipment (A4 / B4) Non-

Mandatory

T2.2.5 Schedule of Qualifications & Experience of Key Personnel (A5 /

B5)

Non-

Mandatory

Page 23: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 23 of 54

INVITATION TO BID SBD1 YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (NAME OF DEPARTMENT/ PUBLIC ENTITY)

BID NUMBER: RFP: IDT-PBC 10/2017 CLOSING DATE: 20 November 2017 CLOSING TIME: 12H00 Noon

DESCRIPTION Panel of Building Contractors for Infrastructure Projects of the IDT for a period of three (3) years [only for CIDB Grading Designations 4GB – 9GB]

THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT upon allocation of a specific project

BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (Any of the Nine Regional Offices indicated in the Tender Data and Invitation to Tender) during office hours; 08H30 – 16H30 Monday to Friday

SUPPLIER INFORMATION

NAME OF BIDDER

POSTAL ADDRESS

STREET ADDRESS

TELEPHONE NUMBER CODE NUMBER

CELLPHONE NUMBER

FACSIMILE NUMBER CODE NUMBER

E-MAIL ADDRESS

VAT REGISTRATION NUMBER

TCS PIN: OR CSD No:

B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE [TICK APPLICABLE BOX]

Yes

No

B-BBEE STATUS LEVEL SWORN AFFIDAVIT

Yes

No

IF YES, WHO WAS THE CERTIFICATE ISSUED BY?

AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA) AND NAME THE APPLICABLE IN THE TICK BOX

AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)

A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS)

A REGISTERED AUDITOR

NAME: [A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/SWORN AFFIDAVIT(FOR EMEs& QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]

ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No [IF YES ENCLOSE PROOF]

ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No [IF YES ANSWER PART B:3 BELOW ]

SIGNATURE OF BIDDER ……………………………… DATE

CAPACITY UNDER WHICH THIS BID IS SIGNED (Attach proof of authority to sign this bid; e.g. resolution of directors, etc.)

TOTAL NUMBER OF ITEMS OFFERED TOTAL BID PRICE (ALL INCLUSIVE)

BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO: TECHNICAL INFORMATION MAY BE DIRECTED TO:

DEPARTMENT/ PUBLIC ENTITY CONTACT PERSON

CONTACT PERSON TELEPHONE NUMBER

TELEPHONE NUMBER FACSIMILE NUMBER

FACSIMILE NUMBER E-MAIL ADDRESS

E-MAIL ADDRESS

Page 24: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 24 of 54

SBD 4

DECLARATION OF INTEREST

1. Any legal person, including persons employed by the state¹, or persons having a kinship with persons

employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-

- the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a relationship with

persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.

2. In order to give effect to the above, the following questionnaire must be completed and

submitted with the bid. 2.1 Full Name of bidder or his or her representative: …………………………………………………………. 2.2 Identity Number: ………………………………………………………………………………………………… 2.3 Position occupied in the Company (director, trustee, shareholder²): …………………………………….. 2.4 Company Registration Number: ………………………………………………………………………..……. 2.5 Tax Reference Number:

………………………………………………………………………………….……… 2.6 VAT Registration Number: ………………………………………………………………………………....

2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax

reference numbers and, if applicable, employee / persal numbers must be indicated in paragraph 3 below.

¹“State” means – (a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning

of the Public Finance Management Act, 1999 (Act No. 1 of 1999); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. ²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or

business and exercises control over the enterprise.

Page 25: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 25 of 54

2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? 2.7.1 If so, furnish the following particulars:

Name of person / director / trustee / shareholder/ member: ……....……………………………… Name of state institution at which you or the person connected to the bidder is employed : ……………………………………… Position occupied in the state institution: ……………………………………… Any other particulars: ………………………………………………………………

……………………………………………………………… ………………………………………………………………

2.7.2 If you are presently employed by the state, did you obtain YES / NO

the appropriate authority to undertake remunerative work outside employment in the public sector?

2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NO

document? (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid.

2.7.2.2 If no, furnish reasons for non-submission of such proof:

……………………………………………………………………. ……………………………………………………………………. …………………………………………………………………….

2.8 Did you or your spouse, or any of the company’s directors / YES / NO trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:

………………………………………………………………….. ………………………………………………………………….. …………………………………………………………………...

2.9 Do you, or any person connected with the bidder, have YES / NO any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid?

2.9.1If so, furnish particulars. ……………………………………………………………... …………………………………………………………..….

………………………………………………………………

2.10 Are you, or any person connected with the bidder, YES/NO aware of any relationship (family, friend, other) between

Page 26: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 26 of 54

any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?

2.10.1If so, furnish particulars.

……………………………………………………………… ……………………………………………………………… ………………………………………………………………

2.11 Do you or any of the directors / trustees / shareholders / members YES/NO of the company have any interest in any other related companies whether or not they are bidding for this contract? 2.11.1 If so, furnish particulars: ……………………………………………………………………………. ……………………………………………………………………………. ……………………………………………………………………………. 3 Full details of directors / trustees / members / shareholders.

Full Name Identity

Number

Personal Tax

Reference

Number

State Employee

Number / Persal

Number

4 DECLARATION

I, THE UNDERSIGNED (NAME)………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE. ………………………………….. ..…………………………………………… Signature Date …………………………………. ……………………………………………… Position Name of bidder

Page 27: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 27 of 54

SBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT

REGULATIONS 2017

This preference form must form part of all bids invited. It contains general information and serves as

a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status

Level of Contribution

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL

CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE,

AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); and

- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).

1.2

a) The value of this bid is estimated to exceed/not exceed R50 000 000 (all applicable taxes

included) and therefore the ………….. preference point system shall be applicable; or

b) Either the 80/20 or 90/10 preference point system will be applicable to this tender (delete

whichever is not applicable for this tender).

1.3 Points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contributor.

1.4 The maximum points for this bid are allocated as follows:

POINTS

PRICE

B-BBEE STATUS LEVEL OF CONTRIBUTOR

Total points for Price and B-BBEE must not

exceed

100

1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

Page 28: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 28 of 54

2. DEFINITIONS

(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

(c) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of goods or services, through price quotations, advertised competitive bidding processes or proposals;

(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.

(g) “prices” includes all applicable taxes less all unconditional discounts;

(h) “proof of B-BBEE status level of contributor” means:

1) B-BBEE Status level certificate issued by an authorized body or person;

2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;

3) Any other requirement prescribed in terms of the B-BBEE Act;

(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;

3. POINTS AWARDED FOR PRICE

3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis:

80/20 or 90/10

min

min180

P

PPtPs or

min

min190

P

PPtPs

Where

Ps = Points scored for price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

Page 29: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 29 of 54

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR

4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor

0 0

5. BID DECLARATION

5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1

6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in

paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of

contributor.

7. SUB-CONTRACTING

7.1 Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

7.1.1 If yes, indicate:

i) What percentage of the contract will be subcontracted............…………….…………% ii) The name of the sub-contractor………………………………………………………….. iii) The B-BBEE status level of the sub-contractor......................................…………….. iv) Whether the sub-contractor is an EME or QSE

(Tick applicable box)

YES NO

v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of

Preferential Procurement Regulations,2017:

Page 30: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 30 of 54

Designated Group: An EME or QSE which is at last 51% owned by: EME

QSE

Black people

Black people who are youth

Black people who are women

Black people with disabilities

Black people living in rural or underdeveloped areas or townships

Cooperative owned by black people

Black people who are military veterans

OR

Any EME

Any QSE

8. DECLARATION WITH REGARD TO COMPANY/FIRM

8.1 Name of company/firm:…………………………………………………………………………….

8.2 VAT registration number:……………………………………….…………………………………

8.3 Company registration number:…………….……………………….…………………………….

8.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited

[TICK APPLICABLE BOX]

8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

…………………………………………………………………………………………………………

…………………………………………………………………………………………………………

…………………………………………………………………………………………………………

…………………………………………………………………………………………..

8.6 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc.

[TICK APPLICABLE BOX]

8.7 Total number of years the company/firm has been in business:……………………………

8.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm,

certify that the points claimed, based on the B-BBE status level of contributor indicated in

paragraphs 1.4 and 6.1 of the foregoing certificate, qualifies the company/ firm for the

preference(s) shown and I / we acknowledge that:

i) The information furnished is true and correct;

ii) The preference points claimed are in accordance with the General Conditions as

Page 31: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 31 of 54

indicated in paragraph 1 of this form;

iii) In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1.4 and 6.1, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

iv) If the B-BBEE status level of contributor has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

(d) recommend that the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution.

……………………………………….

SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

WITNESSES

1. ……………………………………..

2. …………………………………….

Page 32: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 32 of 54

SBD 6.2

DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED

SECTORS

This Standard Bidding Document (SBD) must form part of all bids invited. It contains general

information and serves as a declaration form for local content (local production and local content are

used interchangeably).

Before completing this declaration, bidders must study the General Conditions, Definitions, Directives

applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations,

2011, the South African Bureau of Standards (SABS) approved technical specification number SATS

1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local

Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D

(Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration:

Supporting Schedule to Annex C)].

1. General Conditions

1.1. Preferential Procurement Regulations, 2011 (Regulation 9) makes provision for the promotion of local production and content.

1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the award of bids local production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process may be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.

1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in accordance with the SABS approved technical specification number SATS 1286: 2011 as follows:

LC = [1 - x / y] * 100

Where

x is the imported content in Rand

y is the bid bid price in Rand excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using the

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

advertisement of the bid as indicated in paragraph 4.1 below.

The SABS approved technical specification number SATS 1286:2011 is accessible on

http:/www.thedti.gov.za/industrial development/ip.jsp at no cost.

Page 33: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 33 of 54

1.6 A bid may be disqualified if –

(a) this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule) are not submitted as part of the bid documentation; and

(b) the bidder fails to declare that the Local Content Declaration Templates (Annex C, D and E) have been audited and certified as correct.

2. Definitions

2.1. “bid” includes written price quotations, advertised competitive bids or proposals;

2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);

2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of state;

2.4. “designated sector” means a sector, sub-sector or industry that has been designated by the Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;

2.5. “duly sign” means a Declaration Certificate for Local Content that has been signed by the Chief Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or individual).

2.6. “imported content” means that portion of the bid price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour or intellectual property costs), plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the imported content, provided that local manufacture does take place;

2.8. “stipulated minimum threshold” means that portion of local production and content as determined by the Department of Trade and Industry; and

2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing another person to support such primary contractor in the execution of part of a project in terms of the contract.

Page 34: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 34 of 54

3. The stipulated minimum threshold(s) for local production and content (refer to Annex A of SATS 1286:2011) for this bid is/are as follows:

Description of services, works or goods Stipulated minimum threshold

_______________________________ _______%

_______________________________ _______%

_______________________________ _______%

4. Does any portion of the services, works or goods offered

have any imported content?

(Tick applicable box)

YES NO

4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed

in paragraph 1.5 of the general conditions must be the rate(s) published by SARB for the

specific currency at 12:00 on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.reservebank.co.za.

Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex

A of SATS 1286:2011):

Currency Rates of exchange

US Dollar

Pound Sterling

Euro

Yen

Other

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

5. Were the Local Content Declaration Templates (Annex C, D and E) audited and certified as

correct?

(Tick applicable box)

YES NO

5.1. If yes, provide the following particulars:

(a) Full name of auditor: ……………………………………………………… (b) Practice number: ……………………………………………………………………….. (c) Telephone and cell number: ………………………………………………………………. (d) Email address: ………………………………………………………………………..

(Documentary proof regarding the declaration will, when required, be submitted to the

satisfaction of the Accounting Officer / Accounting Authority)

Page 35: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 35 of 54

6. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum

threshold for local content the dti must be informed accordingly in order for the dti to verify and in

consultation with the AO/AA provide directives in this regard.

LOCAL CONTENT DECLARATION

(REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID NO. ................................................................................. ISSUED BY: (Procurement Authority / Name of Institution): ......................................................................................................................... NB 1 The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder. 2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E) is accessible on http://www.thdti.gov.za/industrial development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept by the bidders for verification purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract. I, the undersigned, …………………………….................................................... (full names), do hereby declare, in my capacity as ……………………………………… ……….. of ...............................................................................................................(name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge. (b) I have satisfied myself that:

(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and

(ii) the declaration templates have been audited and certified to be correct.

(c) The local content percentage (%) indicated below has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E which has been consolidated in Declaration C:

Bid price, excluding VAT (y) R N/A

Page 36: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 36 of 54

Imported content (x), as calculated in terms of SATS 1286:2011 R N/A

Stipulated minimum threshold for local content (paragraph 3 above)

Local content %, as calculated in terms of SATS 1286:2011

If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above. The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E.

(d) I accept that the Procurement Authority / Institution has the right to request that the local content be verified in terms of the requirements of SATS 1286:2011. (e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Institution imposing any or all of the remedies as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000). SIGNATURE: DATE: ___________ WITNESS No. 1 DATE: ___________ WITNESS No. 2 DATE: ___________

Page 37: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 37 of 54

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

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

Page 38: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 38 of 54

4.4.1 If so, furnish particulars:

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 Js365bW

Page 39: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 39 of 54

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).² 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:

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)

Page 40: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 40 of 54

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

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.

Page 41: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 41 of 54

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

Page 42: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 42 of 54

A 1 / B 1 Evaluation Schedule: Relevant Project Experience

The Tenderer shall provide details of his performance on each of the previous relevant projects. Failure to complete the table below will result

in no points awarded. NB: For CIDB Grading Categories 4GB – 6GB; List 3 projects completed in the past three years. For Grading

Categories 6GB – 9GB, list 5 projects completed in the past 5 years.

Item

No.

Name of Project completed and

description of scope of work

Name of Project

Manager &

Telephone No.

Name of Client &

Telephone No.

Value of Project (R)

1

2

3

4

5

Page 43: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 43 of 54

A 2.1 / B 2.1 Evaluation Schedule: Client Reference (Project 1)

The Tenderer shall provide details of his performance on each of the previous projects listed in the

“Project Experience of Firm” returnable schedule. “Client Reference Scorecards” will be completed by

each of the respective Clients for the projects listed in the “Project Experience of Firm” returnable

schedule.

REPORT ON CONTRACTOR’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and Principal Agent and is to be supported in each

case by a letter of award and the completion certificate (Practical completion Or Final Completion).

PROJECT NAME and SCOPE OF WORK:

…………………………………………………………………………………………………………………….

……………………………………………………………………………………………………………………..

Principal agent: .....................................................................................................................................

Client:……………………………………………………………………………………………………......

Contract Amount:…………………..…………………….............

Contract Duration: ....................................................................

Actual Contract Duration of the Project:……………………

Description / Performance Very Poor

(1)

Poor (2) Fair (3) Good (4) Excellent

(5)

Quality of office administration

Quality of site management

Competence of foreman

Co-operation during contract

Quality of workmanship

Quality of materials

Project management

Rectification of condemned work

Tidiness of site

Adequacy of equipment

Adequacy of labour force

Procurement of materials

Labour relations

Any other remarks considered necessary to assist in evaluation of the contractor?

…………………………………………………………………………………………………..………………………

………………………………………………………………………………………………..…………………………

Principal Agent Firm:…………………………………………………….…………………………………………

Telephone:…………………………………………………………………..………………………………………..

PA Signature: ......................................................................Date:………………… Stamp

Client Signature:…………………………………………… Date:……………… Stamp

Page 44: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 44 of 54

A 2.2 / B 2.2 Evaluation Schedule: Client Reference (Project 2)

The Tenderer shall provide details of his performance on each of the previous projects listed in the

“Project Experience of Firm” returnable schedule. “Client Reference Scorecards” will be completed by

each of the respective Clients for the projects listed in the “Project Experience of Firm” returnable

schedule.

REPORT ON CONTRACTOR’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and Principal Agent and is to be supported in each

case by a letter of award and the completion certificate (Practical completion Or Final Completion).

PROJECT NAME and SCOPE OF WORK:

…………………………………………………………………………………………………………………….

……………………………………………………………………………………………………………………..

Principal agent: .....................................................................................................................................

Client:……………………………………………………………………………………………………......

Contract Amount:…………………..…………………….............

Contract Duration: ....................................................................

Actual Contract Duration of the Project:……………………

Description / Performance Very Poor

(1)

Poor (2) Fair (3) Good (4) Excellent

(5)

Quality of office administration

Quality of site management

Competence of foreman

Co-operation during contract

Quality of workmanship

Quality of materials

Project management

Rectification of condemned work

Tidiness of site

Adequacy of equipment

Adequacy of labour force

Procurement of materials

Labour relations

Any other remarks considered necessary to assist in evaluation of the contractor?

…………………………………………………………………………………………………..………………………

………………………………………………………………………………………………..…………………………

Principal Agent Firm:…………………………………………………….…………………………………………

Telephone:…………………………………………………………………..………………………………………..

PA Signature: ......................................................................Date:………………… Stamp

Client Signature:…………………………………………… Date:……………… Stamp

Page 45: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 45 of 54

A 2.3 / B 2.3 Evaluation Schedule: Client Reference (Project 3)

The Tenderer shall provide details of his performance on each of the previous projects listed in the

“Project Experience of Firm” returnable schedule. “Client Reference Scorecards” will be completed by

each of the respective Clients for the projects listed in the “Project Experience of Firm” returnable

schedule.

REPORT ON CONTRACTOR’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and Principal Agent and is to be supported in each

case by a letter of award and the completion certificate (Practical completion Or Final Completion).

PROJECT NAME and SCOPE OF WORK:

…………………………………………………………………………………………………………………….

……………………………………………………………………………………………………………………..

Principal agent: .....................................................................................................................................

Client:……………………………………………………………………………………………………......

Contract Amount:…………………..…………………….............

Contract Duration: ....................................................................

Actual Contract Duration of the Project:……………………

Description / Performance Very Poor

(1)

Poor (2) Fair (3) Good (4) Excellent

(5)

Quality of office administration

Quality of site management

Competence of foreman

Co-operation during contract

Quality of workmanship

Quality of materials

Project management

Rectification of condemned work

Tidiness of site

Adequacy of equipment

Adequacy of labour force

Procurement of materials

Labour relations

Any other remarks considered necessary to assist in evaluation of the contractor?

…………………………………………………………………………………………………..………………………

………………………………………………………………………………………………..…………………………

Principal Agent Firm:…………………………………………………….…………………………………………

Telephone:…………………………………………………………………..………………………………………..

PA Signature: ......................................................................Date:………………… Stamp

Client Signature:…………………………………………… Date:……………… Stamp

Page 46: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 46 of 54

B 2.4 Evaluation Schedule: Client Reference (Project 4)

The Tenderer shall provide details of his performance on each of the previous projects listed in the

“Project Experience of Firm” returnable schedule. “Client Reference Scorecards” will be completed by

each of the respective Clients for the projects listed in the “Project Experience of Firm” returnable

schedule.

REPORT ON CONTRACTOR’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and Principal Agent and is to be supported in each

case by a letter of award and the completion certificate (Practical completion Or Final Completion).

PROJECT NAME and SCOPE OF WORK:

…………………………………………………………………………………………………………………….

……………………………………………………………………………………………………………………..

Principal agent: .....................................................................................................................................

Client:……………………………………………………………………………………………………......

Contract Amount:…………………..…………………….............

Contract Duration: ....................................................................

Actual Contract Duration of the Project:……………………

Description / Performance Very Poor

(1)

Poor (2) Fair (3) Good (4) Excellent

(5)

Quality of office administration

Quality of site management

Competence of foreman

Co-operation during contract

Quality of workmanship

Quality of materials

Project management

Rectification of condemned work

Tidiness of site

Adequacy of equipment

Adequacy of labour force

Procurement of materials

Labour relations

Any other remarks considered necessary to assist in evaluation of the contractor?

…………………………………………………………………………………………………..………………………

………………………………………………………………………………………………..…………………………

Principal Agent Firm:…………………………………………………….…………………………………………

Telephone:…………………………………………………………………..………………………………………..

PA Signature: ......................................................................Date:………………… Stamp

Client Signature:…………………………………………… Date:……………… Stamp

Page 47: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 47 of 54

B 2.5 Evaluation Schedule: Client Reference (Project 5)

The Tenderer shall provide details of his performance on each of the previous projects listed in the

“Project Experience of Firm” returnable schedule. “Client Reference Scorecards” will be completed by

each of the respective Clients for the projects listed in the “Project Experience of Firm” returnable

schedule.

REPORT ON CONTRACTOR’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and Principal Agent and is to be supported in each

case by a letter of award and the completion certificate (Practical completion Or Final Completion).

PROJECT NAME and SCOPE OF WORK:

…………………………………………………………………………………………………………………….

……………………………………………………………………………………………………………………..

Principal agent: .....................................................................................................................................

Client:……………………………………………………………………………………………………......

Contract Amount:…………………..…………………….............

Contract Duration: ....................................................................

Actual Contract Duration of the Project:……………………

Description / Performance Very Poor

(1)

Poor (2) Fair (3) Good (4) Excellent

(5)

Quality of office administration

Quality of site management

Competence of foreman

Co-operation during contract

Quality of workmanship

Quality of materials

Project management

Rectification of condemned work

Tidiness of site

Adequacy of equipment

Adequacy of labour force

Procurement of materials

Labour relations

Any other remarks considered necessary to assist in evaluation of the contractor?

…………………………………………………………………………………………………..………………………

………………………………………………………………………………………………..…………………………

Principal Agent Firm:…………………………………………………….…………………………………………

Telephone:…………………………………………………………………..………………………………………..

PA Signature: ......................................................................Date:………………… Stamp

Client Signature:…………………………………………… Date:……………… Stamp

Page 48: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 48 of 54

A4 / B4 SCHEDULE OF PLANT AND EQUIPMENT

The following are lists of major items of relevant equipment that I / we presently own or lease and will have

available for this contract if my / our tender is accepted. (Please attach proof of ownership of plant owned)

(a) Details of major equipment owned by me / us and immediately available for this

contract.

DESCRIPTION (type, size, capacity etc)

QUANTITY

YEAR OF

MANUFACTURE

Attach additional pages if more space is required

(b) Details of major equipment that will be hired, or acquired for this contract if my / our

tender is accepted

DESCRIPTION (type, size, capacity etc) QUANTITY HOW ACQUIRED

HIRE/ BUY

SOURCE

Attach additional pages if more space is required

The Tenderer undertakes to bring onto site without additional cost to the Employer any additional plant not

listed but which may be necessary to complete the contract within the specified contract period.

Failure to complete this form properly and correctly, will lead to the conclusion that the tenderer does

not have the necessary plant and equipment resources at his disposal, which will prejudice his tender.

SIGNATURE: …………………………………… IDENTITY NUMBER: ………………………………….

(of person authorised to sign on behalf of the Tenderer) DATE:………………………………………….

Page 49: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 49 of 54

A5 / B5 SCHEDULE OF QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL

In terms of the Project Specification and the Conditions of Tender, unskilled workers may only be brought in

from outside the local community if such personnel are not available locally.

The Tenderer shall list below the personnel which he intends to utilize on the Works, including key personnel

which may have to be brought in from outside if not available locally.

Category of Employee

Number of Persons

Key Personnel, Part

of the Contractor’s

Organisation

Key Personnel to be imported if not

available locally

Unskilled Personnel to be recruited from

local community

Site Agent, Project Managers

Foremen, Quality Control and Safety Personnel

Technicians, Surveyors, etc

Artisans and other Skilled workers

Plant Operators

Unskilled Workers

Others:

......................................

......................................

......................................

......................................

......................................

…………

…………

…………

…………

…………..

…………

…………

…………

…………

…………..

…………

…………

…………

…………

………….

……………

……………

……………

……………

……………

…………

…………

…………

…………

………….

…………

…………

…………

…………

………….

NB: Attach a separate sheet if above is insufficient

SIGNATURE: .............................................…... DATE: …......................... (of person

authorised to sign on behalf of the Tenderer)

Page 50: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 50 of 54

CURRICULUM VITAE FORMAT OF KEY PERSONNEL

Name: Date of birth:

Profession: Nationality:

Qualifications: (Attach copies of qualifications)

Professional Registration Number:

Name of Employer (firm):

Current position: Years with firm:

Employment Record:

Experience Record Pertinent to Required service:

Certification:

I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly describes

me, my qualifications and my experience.

.................................................................. ..........................

Signature of person named in the schedule Date

Page 51: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 51 of 54

PART C1: AGREEMENT AND CONTRACT DATA

Page 52: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 52 of 54

Independent Development Trust

Glenwood Office Park Cnr. Oberon & Sprite Streets

Faerie Glen 0043 PO Box 73000, Lynnwood Ridge 0040

Tel: (012) 845-2000

Website: www.idt.org.za

RFP: IDT-PBC 10/2017

C1.2 Contract Data

Clause No. PART 1: DATA PROVIDED BY EMPLOYER

CONDITIONS OF CONTRACT

Following successful placement in the panel of building contractors, and

only upon awarding of a project, the successful Tenderer will be expected

to sign a Joint Building Contracts Committee (JBCC) Principal Building

Agreement Edition 4.1 Code 2101 March 2005; Public Sector Compatible.

Page 53: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 53 of 54

PART C3: SCOPE OF WORK

Page 54: RFP: IDT-PBC 10/2017 - Independent Development Trust IDT-PBC 10/2017 PANEL OF BUILDING CONTRACTORS FOR INFRASTRUCTURE PROJECTS OF THE INDEPENDENT DEVELOPMENT TRUST FOR A PERIOF OF

RFP: IDT-PBC 10/2017

Page 54 of 54

Independent Development Trust

Glenwood Office Park Cnr. Oberon & Sprite Streets

Faerie Glen 0043 PO Box 73000, Lynnwood Ridge 0040

Tel: (012) 845-2000

Website: www.idt.org.za

RFP: IDT-PBC 10/2017

C3 SCOPE OF WORK

C3.1 The Independent Development Trust (IDT) is a Schedule 2 Major Public Entity, governed by a

Deed of Trust, the Public Finance Management Act (Act No. 1 of 1999), as amended by Act

No. 29 of 1999 (PFMA) and other relevant legislative frameworks, reporting to parliament

through the Ministry of Public Works. The mandate of the IDT is to implement social

infrastructure programmes on behalf of various Government Departments.

C3.2 The relationship between the IDT and Government -Departments, in the implementation of

social infrastructure programmes, is governed by the Memorandum of Agreement between the

Parties, which gives the IDT the authority to utilize its own Supply Chain Management (SCM)

Policy and procedures in the appointment of the service providers. The IDT SCM policy is

informed by the relevant pieces of legislations.

C3.3 The scope of work, typically include construction of new social infrastructure facilities, additions

refurbishment as well as maintenance. The scope of work can generally be classified as shown

in the table below.

ITEM NO. CATEGORY / TYPES OF WORK

1

General Repairs, Renovations and Additions

2

Libraries

3

Clinics

4

Water and Sanitation

5

Schools

6

Administration blocks

7

Laboratories

-------------------- End of Document --------------------