90
T02/12-13 TENDER NO. SBM 06/16/17 SALDANHABAY MUNISIPALITEIT MUNICIPALITY Munisipale Kantoor Privaatsak X12 VREDENBURG, 7380 Tel. No.(022) 701-7113 Faks No.(022) 715-1304 Municipal Offices Private Bag X12 VREDENBURG, 7380 Tel. No.(022) 701-7113 Fax No.(022) 715-1304 E-Pos / E-mail: [email protected] PREPARED BY: DEPARTMENT: PROJECT MANAGEMENT UNIT TENDER DOCUMENT (TECHNICAL PROPOSAL) FOR THE PROCUREMENT OF: PROFESSIONAL SERVICES FOR: FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN - RETURNABLE DOCUMENT- 2016 NAME OF TENDERER Contact Details SUBMISSION DETAILS: ADDRESS TENDER BOX, MUNICIPAL OFFICES, BULLER CENTRE, GROUND FLOOR, 15 MAIN ROAD, VREDENBURG CLOSING DATE 26 August 2016 CLOSING TIME 12H00 TENDER BOX MUNICIPAL OFFICES, 15 MAIN ROAD, VREDENBURG ENVELOPE 1 (ONE)

TENDER NO. SBM 06/16/17 SALDANHABAY 1155 IRDP... · irdp erven - returnable document-2016 name of tenderer contact details submission details: address tender box, municipal offices,

Embed Size (px)

Citation preview

T02/12-13

TENDER NO. SBM 06/16/17

SALDANHABAY

MUNISIPALITEIT

MUNICIPALITY

Munisipale Kantoor

Privaatsak X12

VREDENBURG, 7380 Tel. No.(022) 701-7113

Faks No.(022) 715-1304

Municipal Offices

Private Bag X12 VREDENBURG, 7380

Tel. No.(022) 701-7113

Fax No.(022) 715-1304

E-Pos / E-mail: [email protected]

PREPARED BY: DEPARTMENT: PROJECT MANAGEMENT UNIT

TENDER DOCUMENT (TECHNICAL PROPOSAL)

FOR THE PROCUREMENT OF:

PROFESSIONAL SERVICES FOR:

FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

- RETURNABLE DOCUMENT-

2016

NAME OF TENDERER

Contact Details

SUBMISSION DETAILS:

ADDRESS TENDER BOX, MUNICIPAL OFFICES, BULLER CENTRE, GROUND FLOOR, 15 MAIN ROAD,

VREDENBURG

CLOSING

DATE 26 August 2016

CLOSING

TIME 12H00

TENDER

BOX

MUNICIPAL OFFICES,

15 MAIN ROAD, VREDENBURG

ENVELOPE 1 (ONE)

T02/12-13

SALDANHABAY MUNICIPALITY

TENDER NO. SBM 06/16/17

FOR THE PROCURMENT OF:

PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

GENERAL TENDER INFORMATION

TENDER ADVERTISEMENT DATE : 04 August 2016

CLOSING DATE : 26 August 2016

CLOSING TIME : 12h00

CLOSING VENUE : Tender Box: MUNICIPAL OFFICES,

15 MAIN ROAD, VREDENBURG

TENDER SUBMISSION : The Tender Document, fully completed in all respects, together with an original and valid Tax Clearance certificate plus any returnable and additional supporting documentation required, must be submitted in a sealed envelope with the name and address of the tenderer, the tender No. and title and the closing date indicated on the envelope. The sealed envelopes must be inserted into the appropriate official tender box before the closing time. Envelopes must be clearly numbered.

THE TENDER SALDANHABAY MUNICIPALITY PART T1.2

TENDER NO. SBM 06/16/17

PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 1

CONTENTS

Pg. No.

PART T The Tender 2

PART T1 Tender Procedures 2

T1.1 Tender Notice and Invitation to Tender 3 T1.2 Tender Data 4

PART T2 Returnable Documents (All Documents / Schedules are Returnable) 8 T2.1 List of Returnable Schedules Required for Tender Evaluation 9

T2.1 Returnable Schedules 10 T2.2 Other Documents required for Tender Evaluation Purposes 38

T2.3 Returnable Schedules that will be Incorporated in the Contract 46

PART C The Contract 51

PART C1 Agreement & Contract Data 52 C1.1 Form of Offer & Acceptance 54

C1.2 Contract Data 57

C1.4 Forms of Professional Indemnity Insurance 60

PART C2 Pricing Data 61

C2.1 Pricing Instructions 62 C2.2 Schedule of Activities 64

C2.2.2 Offered Fees for Tender 65

PART C3 Scope of Work 66

Appendixes

App.1

App.2

App.3 App.4

App.5 App.6

App.7

App.8 App.9

App.10 App.11

App.12 App.13

App.14

App.15

Company Profile

Company Registration & Shareholding

Authority Of Signatory Previous Experience

Key Personnel – CV’s Infrastructure & Resources

Approach & Methodology

Confirmation of Bank details Attendance of Clarification Meeting

Valid Tax Clearance Certificate CESA & ISO Certification

Professional Indemnity Insurance Record of Addenda

Municipal Information

Pricing Schedule filled-in Example

82

83

84 85

86 87

88

89 90

91 92

93 94

95

96

THE TENDER SALDANHABAY MUNICIPALITY PART T1.2

TENDER NO. SBM 06/16/17

PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 2

The Tender (Part T) PART T1

Tender Procedures

T1.1 Tender Notice and Invitation to Tender T1.2 Tender Data PART T2 Returnable Documents (All documents / schedules are returnable) T2.1 List of Returnable Schedules Required for Tender Evaluation T2.1 Returnable Schedules T2.2 Other documents that will be incorporated into the contract T2.3 Returnable Schedules that will be incorporated in the contract

COMPULSORY COMPLIANCE REQUIREMENTS REGARDING THE TENDER DOCUMENT

Comply It is compulsory to confirm "yes or no" on all line items Yes/NO

The original document collected from the Municipality must be submitted or, If documents are printed from the e-tender website, the original, printed document must be submitted, clearly reflecting all writing and signatures in black ink. Copied documents where the writing and signatures is unclear and/or copied will render the tender non responsive

Print the tender document with a quality printer. If the wording is unclear, the document will be discarded

Printed documents must be binded securely according to page numbers to prevent pages getting lost. Missing pages will render the tender non responsive. Do not staple the pages together.

All Annexures with compulsory attachments must be binded to the back of the document. Supporting documents and specifications not included will render the tender non responsive

No alterations of the document will be accepted. Any alterations will disqualify the tender

Print the Tender document on both sides to save paper and for standardisation

BIND THE DOCUMENTS FROM TOP TO BOTTOM AS FOLLOWS: 1. Envelope 1 (Printed Double sided) 2. Envelope 2 (Printed Double Sided) 3. ANNEXURES (Printed One Sided)

It is compulsory to comply and sign below if the tenderer agrees to the requirements above I accept and approve all of the above. …………………….……………….. SIGNATURE OF TENDERER

THE TENDER SALDANHABAY MUNICIPALITY PART T1.2

TENDER NO. SBM 06/16/17

PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 3

SALDANHABAAI MUNISIPALITEIT

TENDER SBM 06/16/17: PROFESSIONELE

DIENSTE VIR REDENASIE EN ONDERVERDELING,

VERWANTE OMGEWINGSMAGTIGING EN

LANDMETERSERTIFIKAAT DIENSTE VIR

WITTEKLIP 1155 ERWE

Navrae kan gerig word aan Mev N Qolo (Projek

Bestuurseenheid) by 022 701 6905.

Tenderdokumente is beskikbaar vir aflaai op die eTender

publikasie webtuiste www.etenders.gov.za of kan alternatiewelik

opgetel word by Mnr Abri Adonis, Hoofstraat 15, Bullersentrum,

Vredenburg vanaf Maandag, 08 Augustus 2016, tydens

kantoorure (08:00-15:00).

Indien tenders opgetel word, moet ‘n nie-terugbetaalbare tenderdeposito van R171.00 betaal word aan Saldanhabaai Munisipaliteit. Bewys van betaling of n bank-gewaarbogde tjek moet aangebied word vir die verkryging van tender dokumente.

’n Verpligte inligtingsessie sal plaasvind te Projek Bestuurseenheid komitee kamer, Vredenburg op Vrydag 12 Augustus 2016 om 10:00.

Tenders moet in die tenderbus by die Departement Finansies, Bullersentrum, Hoofstraat 15, Vredenburg ingedien word voor 12:00 op 26 Augustus 2016 en moet in 'n toegeplakte koevert wees waarop daar op die buitekant duidelik gemerk is Tender SBM 06/16/17 VOORSIENING VAN PROFESSIONELE INGENIEURSDIENSTE VIR WITTEKLIP 1155 IRDP ERWE. Die Twee-Koevert stelsel sal gebruik word dus moet die koevert duidelik die tenderaar se naam asook “Koevert 1” of “Koevert 2: aantoon. Tenderbus is slegs oop gedurende

werksure (08:00 – 16:30), Maandag tot Vrydag.Na sluitingsuur sal die tenders in die Raadsaal, Munisipale Kantore, Vredenburg oopgemaak word.

Die 90/10 voorkeur puntestelsel soos vervat in Regulasies Nr R502 van 07 Desember 2011 (BBBEE) sal in die prysbeoordeling van hierdie tender gebruik word. 'n Geldige, oorspronklike Inkomstebelasting Uitklaringsertifikaat soos uitgereik deur die Suid Afrikaanse Inkomstediens moet tesame met die tenderdokument ingehandig word.

SaldanhaBaai Munisipaliteit behou die reg voor om geen toekenning in hierdie aangeleentheid te maak nie

Dr LA Scheepers

MUNISIPALE BESTUURDER

Munisipaliteit Saldanhabaai

Privaatsak X 12

VREDENBURG

7380

SALDANHA BAY MUNICIPALITY

TENDER SBM 06/16/17: PROFFESIONAL SERVICES FOR RESONING AND SUBDIVISION,

RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155

ERVEN

Enquiries can be directed to Mrs N Qolo (Project Management Unit) on 022 701 6905.

Tender documents can be downloaded from the eTender publication portal at www.etenders.gov.za or alternatively can be collected from Mr Abri Adonis, 15 Main Road, Buller Centre, Vredenburg from Monday, 08 August 2016, during office hours (08:00-15:00). If tenders are collected, a non-refundable tender deposit of R 171.00 is payable to Saldanha Bay Municipality. Proof of deposit or bank guaranteed cheque is required for collection of tender documents.

A compulsory information session (Site meeting) will take place at Project Management Unit Committee Room, Vredenburg on Friday 12 August 2016 at 10:00.

Tenders must be placed in the tender box of the Finance Department, Buller Centre, 15 Main Street, Vredenburg, before 12:00 on 26 August 2016, in a sealed envelope that is clearly marked on the outside indicating Tender SBM 06/16/17: PROFFESIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 ERVEN. The Two-Envelope system will be used and thus the envelope must reflect the tenderers name and “Envelope 1” or “Envelope 2” Tender box is only open during working hours (08:00 – 16:30), Monday to Friday.The tenders will be opened in the Council Chamber, Municipal Offices, Vredenburg after the closing hour.

The 90/10 preference point system as contained in Regulations No R502 of 07 December 2011 (BBBEE) will be used in the adjudication of this tender.

A valid, original Tax Clearance Certificate from the South African Revenue Services must be supplied with the tender document.

Council reserves the right not to make any award with regards to this tender.

Dr LA Scheepers

MUNICIPAL MANAGER

Saldanha Bay Municipality

Private Bag X 12

VREDENBURG

7380

T1.1 TENDER NOTICE AND INVITATION TO TENDER

THE TENDER SALDANHABAY MUNICIPALITY PART T1.2

TENDER NO. SBM 06/16/17

PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 4

Tender Data (T1.2)

Clause

number

The conditions of Tender are the Standard Conditions of Tender as contained in

Annexure F Board Notice 86 of 2010 edition of the CIDB Standard for Uniformity in

Construction Procurement. The Standard Conditions of Tender for Procurements 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 Tender. Each item of data given below is cross-

referenced to the clause in the Standard Conditions of Tender to which it mainly applies.

F.1.1 The Employer is:

SALDANHABAY MUNICIPALITY

Department: Civil Services Private Bag X12

Vredenburg 7380

F.1.2 The Tender documents issued by the Employer comprise: The Tender

Part T1: Tender Procedures T1.1 Tender notice and invitation to Tender

T1.2 Tender data Part T2 Returnable Documents

T2.1 List of returnable documents

T2.1 Returnable schedules T2.2 Other documents required for tender evaluation purposes

T2.3. Returnable schedules The Contract

Part C1: Agreement and contract data

C1.1 Form of offer and acceptance C1.2 Contract data

C1.3 Objections and Complainants form C1.4 Forms of Professional Indemnity Insurance Part C2: Pricing data C2.1 Pricing instructions C2.2 Pricing Schedule Part C3: Scope of work C3 Scope of work

F.1.4 The Employer’s agent is:

Name: Miss. N. Qolo / Mr. L. Khuselo

Tel: 022 701 6905

Address:1ST FLOOR STANDARD BANK BUILDING,

MAIN ROAD, VREDENBURG, 7380

THE TENDER SALDANHABAY MUNICIPALITY PART T1.2

TENDER NO. SBM 06/16/17

PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 5

7F.1.6.3.2

.1

1. A Two-envelope System will be followed.

2. Tenderers shall submit both their Technical- & Financial Proposals on the tender closing date.

3. Envelope One (Technical Proposal) will be opened and Tenderers names will be

read out. 4. Responsive Tenderers will be informed for the opening of Envelope Two ( Financial

Proposal & B-BBEE status) after the evaluation process.

F.2.7. A compulsory clarification meeting will be held on 12 August 2016.

F.2.8 Request for clarification of the tender document, if necessary, please notify the employer at least

seven (7) working days before the closing time per e-mail to both the following persons:

Mr. N Qolo / Mr. L. Khuselo

Department: Project Management Unit E-mail: [email protected] /

[email protected]

F.2.13.4 Tenderers are also required to sign each page of the Form of Tender and Form of Acceptance. (Tenderers are requested to furnish the full registration name of the Tendering company/supplier

on the Form of Tender of Acceptance).

F.2.13.6

The Employer’s address for delivery of Tender offers and identification details to be shown on each Tender offer package are:

Location of Tender box: Tender Box at the SALDANHA BAY MUNICIPALITY, 15 Main Road

,Buller Centre, Vredenburg

Physical address: Municipal offices, 15 Main Road, Vredenburg, 7380

Identification details:

“ENVELOPE ONE(TECHNICAL PROPOSAL): SALDANHA BAY TENDER SBM 06/16/17: PROFFESIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED

ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 ERVEN”

“ENVELOPE TWO(FINANCIAL PROPOSAL & B-BEEE STATUS): SALDANHA BAY TENDER SBM 06/16/17: PROFFESIONAL SERVICES FOR RESONING AND SUBDIVISION,

RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 ERVEN

F.2.15 The closing time for submission of Tender offers is 12H00 on 01 July 2016. Note: Telephonic, telegraphic, telex, facsimile or e-mailed Tender offers will not be accepted.

F.2.16 The Tender offer validity period is Ninety (90) days after closing date of tender.

F.2.23 The Tenderer is required to submit with his Tender.

(1) An original valid Tax Clearance Certificate issued by the South African Revenue Services;

THE TENDER SALDANHABAY MUNICIPALITY PART T1.2

TENDER NO. SBM 06/16/17

PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 6

and (2) Qualification certification of proposed project Architect/ team.

(3) Architect to be registered as a professional by SACAP (South African Council for the Architectural Profession.(Proof of registration to be included in Envelope 1)

(4) ISO 9001:2008 Certification (5) B-BBEE Status Certificate (To be included in Envelope Two)

(6) All other relevant certificates applicable to the Architectural and Engineering Field

F.3.4 The time and location for opening of Envelope One (Technical Proposal) is: 12H00 on 26 August 2016, SALDANHA BAY MUNICIPALITY, 15 Main Road, Vredenburg.

F.3.5.2 1. A two-envelope system will be followed.

2. The quality of the Technical Proposals (Envelope One) will be evaluated. 3. Only the Financial Proposals (Envelope Two) of the Tenderers who scored the

minimum of 70% in the pre-evaluation will be opened.

4. Responsive tenderers (obtained the minimum score of 70%) will be informed with a date & time for the announcement of the Technical scores obtained as well the price tendered and

Preference (B-BBEE) claimed. 5. Un-opened Financial Proposals will be returned to those tenderers whose technical proposals

failed to achieve the minimum score of 70% for quality.

F.3.11.3 The procedure for the evaluation of responsive Tenders is method 2 : Financial Offer and Preference

In the case of a financial offer and preferences:

a) Score each tender in respect of the financial offer made and preferences claimed, if any, in

accordance with the provisions of F.3.11.7 and F.3.11.8. b) Calculate the total number of tender evaluation points (TEV) in accordance with the

following formula: TEV=NFO+NP

Where: NFO is the number of tender evaluation points awarded for the financial offer made in accordance with F.3.11.7;

NP is the number of tender evaluation points awarded for preferences claimed in accordance

with F.3.11.8. c) Rank tender offers from the highest number of tender evaluation points to the lowest.

d) Recommend the tenderer with the highest number of tender evaluation points for the award of the contract, unless there are compelling and justifiable reasons not to do so.

e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to

recommend the tenderer with the highest number of tender evaluation points, and recommend the tenderer with the highest number of evaluation points, unless there are

compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated.

THE TENDER SALDANHABAY MUNICIPALITY PART T1.2

TENDER NO. SBM 06/16/17

PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 7

F.3.11.3

PRE-EVALUATION QUALITY CRITERIA – MINIMUM AVERAGE SCORE 70% STAGE 1 PRE–QUALIFICATION

Total Points Awarded: 60 A MINIMUM OF 70% MUST BE SCORED FOR PRE-QUALIFICATION TO BE FURTHER CONSIDERED FOR EVALUATION. The pre-qualification points will be calculated as follows: 1. SPECIFIC PROJECT APPLICABLE EXPERTISE 25 1.1 Infrastructure of Firm to execute project 5 The Firms infrastructure in order to execute projects in this discipline is hereby evaluated. This includes all offices, technological infrastructure, etc. Excellent = 5 Good = 3 Fair = 1 Poor = 0 Refer to Table 1a 1.2 Project experience and qualifications of proposed team in this field 10 The Firm’s key personnel’s experience in projects relating to tariff studies. Proven experience in electrical engineering tariff studies and special achievements in this discipline are looked at. The location of where the proposed key personnel will be based will also be taken into account Excellent = 10 Good = 6 Fair = 2 Poor = 0 Refer to Table 2a

� Proven Quality Management System: 10 Indicate the firm’s internal quality management system (firm’s membership to CESA or ISO 9001 certification will be an advantage) Excellent = 10 Good = 6 Fair = 2 Poor = 0 Refer to Table 3

2. APPROACH AND METHODOLOGY 25

� Understanding of the terms of reference/brief 20 Did the tenderer understand the brief correctly and was his/her proposal up to expectations? (refer to Form 2.1.6 – Schedule of Approach and Methodology) pg.18-24 Yes = 20 Partly = 12 No = 0

� Approach and work plan 5

THE TENDER SALDANHABAY MUNICIPALITY PART T1.2

TENDER NO. SBM 06/16/17

PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 8

The approach and work plan to the problem; Unique and innovative = 5 Workable = 3 Not Acceptable = 0 3. TRACK RECORD 10

Attach proof of previous projects (Past experience) : Good = 10 (4 or more similar studies in past 5 studies) Fair = 5 (2 or more similar studies in past 5 years)

Poor = 1 (Less than similar studies in past 5 years) The previous tariff studies projects where the firm was involved need to be

attached for evaluation purposes.

Table 1a: Rating of firm’s INFRASTRUCTURE (maximum 5 points)

Excellent: Established office Personnel to do tariff study (At least 5 years relevant experience in similar field) Computer hardware (desktop or laptop) 2 x vehicles to be available for the project duration.

Good:

Established Office Personnel to do tariff study (At least 3 years relevant experience in similar field ) Computer hardware (desktop or laptops) 1 x vehicle to be available for the project duration

Fair:

Satellite office / Home office based at residence Personnel to do tariff study (At least 1 years relevant experience in similar field ) Computer hardware (desktop or laptop) 1 x vehicle to be available for the project duration

Poor: No Office Personnel to do tariff study (No years relevant experience in similar field ) No Computer hardware(desktop or laptop)

Table 2a: Project Leader (Max 5 pts)

Support Staff

Prof. Reg. and Qual.

Involvement in

Similar projects in

past 5 years

Prof. Reg. and Qual.

Involvement in

comparative projects in past 5

years

THE TENDER SALDANHABAY MUNICIPALITY PART T1.2

TENDER NO. SBM 06/16/17

PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 9

Excellent

PrEng

>5yrs

PrEng/Pr Tech Eng, Deg/Btech

, NQF 7

>5yrs

Good

Pr Tech

3-4yrs

Pr Tech/Pr Techni Eng,

Btech/Dip , NQF 5

3-4yrs

Fair

Pr Tech Eng,

Deg/Btec, NQF 5

3-2yrs

Pr Techni,

Dip

3-2yrs

Poor

n/a

<2yrs

n/a

<2yrs

TABLE 3

CESA & ISO 9001

ISO 9001

CESA

EXCELENT

10

0

0 GOOD

0

6

0

FAIR

0

0

2

NONE

0

0

0

The minimum percentage for the pre-evaluation is 70. Tenderers who attain a score of less than 70% of the points allocated in the pre-evaluation will be declared ineligible to tender. NOTE THAT ONLY THE PRINCIPAL AGENT DOCUMENTATION WILL BE CONSIDERED FOR FUNCTIONAL EVALUATION CRITERIA (NOT SUB-CONSULTANTS).

THE TENDER SALDANHABAY MUNICIPALITY PART T1.2

TENDER NO. SBM 06/16/17

PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 10

4. PRICE 80 Points (Tenders ≤ R 1 000 000) or 90 Points (Tenders> R 1 000 000)

IT MUST BE NOTED THAT ONLY TENDERS PRE-QUALIFYING IN TERMS OF QUALITY WILL BE EVALUATED ON THE PRICE.

For 80/20 Points Scoring: For 90/10 Points Scoring:

min

min180

P

PPtPs

min

min190

P

PPtPs

Where: Ps = Point scored for price of Tender under consideration Pt = Rand value of Tender under consideration Pmin = Rand value of the lowest acceptable Tender

B-BBEE STATUS LEVEL OF CONTRIBUTION

B-BBEE Status Level of Contributors

Number of Points (90/10 System)

Number of Points (80/20 System)

1 10 20

2 9 18

3 8 16

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-Compliant Contributor 0 0

THE TENDER SALDANHABAY MUNICIPALITY PART T1.2

Tender SBM 06/16/17/12-13 11

F3.13 Tender offers will only be accepted if: (a) the Tenderer has in his or her possession an original valid Tax Clearance Certificate issued by the South African Revenue Services; (b) the Tenderer is not in arrears for more than 3 months with municipal rates and taxes and municipal service charges; (c) the Tenderer or any of its directors 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; and (d) the Tenderer has not: (i) abused the Employer's Supply Chain Management System or (ii) failed to perform on any previous contract.

(e) the Tenderer fully completes all required documentation. (Parts T & C)

F.3.17 The number of paper copies of the signed contract to be provided by the Client is 1(one)

The additional conditions of Tender are: 1. SALDANHABAY MUNICIPALITY may also request that the Tenderer provide written evidence that his financial, labour and resources are adequate for carrying out the project 2. The SALDANHABAY MUNICIPALITY reserves the right to appoint a firm of chartered

accountants and auditors and / or execute any other financial investigations on the financial resources of any Tenderer. The Tenderer shall provide all reasonable assistance in such

Investigations. 1. Tenderers must take note that in the case of a false statement or submission of false

information the tender will be disqualified with immediate effect and criminal prosecution may be considered.

RETURNABLE SCHEDULES REQUIRED FOR TENDER EVALUATION

SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 12

Returnable Documents (T2)

(ALL Documents and Schedules MUST BE RETURNED for the TENDER to Qualify)

PART T2 Returnable Documents (All documents / schedules are returnable) T2.1 List of Returnable Schedules Required for Tender Evaluation T2.1 Returnable Schedules T2.2 Other documents that will be incorporated into the contract T2.3 Returnable Schedules that will be incorporated in the contract

RETURNABLE SCHEDULES REQUIRED FOR TENDER EVALUATION

SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 13

List of Returnable Schedules Required

for Tender Evaluation Purposes (T2.1)

Form 2.1.1 General Information

Form 2.1.2 Authority for Signatory

Form 2.1.3 Schedule of Work Carried Out by Tenderer

Form 2.1.4 Proposed Key Personnel

Form 2.1.5 Schedule of Infrastructure and Resources

Form 2.1.6 Schedule of Approach and Methodology

Form 2.1.7 Schedule of Proposed Sub Consultants

Form 2.1.8 Financial References

Form 2.1.9 Preference Point Claim Form (MBD 6.1)

Declaration of Bidder’s past supply chain management services (MBD 8)

Certificate of Independent Bid Determination (MBD 9)

Declaration of Interest (MBD 4)

Contract Form – Rendering of services (MBD 7.2)

Tax Clearance Certificate requirements (MBD 2)

RETURNABLE SCHEDULES REQUIRED FOR TENDER EVALUATION

SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 14

FORM 2.1.1 - GENERAL INFORMATION

1. Name of Tendering Entity:

2. Contact Details

Address:

Tel No: Fax No:

E-mail Address:

3. Legal entity: Mark with an X.

Sole proprietor

Partnership

Close corporation

Company (Pty) Ltd

Joint venture

In the case of a Joint venture, provide details on joint venture members:

Joint venture member Type of entity (as defined above)

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 15

4. Income tax reference number: ___________________________________________________

(in the case of a joint venture, provide for all joint venture members)

5. Regional services area where the enterprise is registered: ____________________________

(In the case of a joint venture, provide for all joint venture members)

6. Regional services levy registration number:__________________________________________

(In the case of a joint venture, provide for all joint venture members)

7. VAT registration number:_________________________________________________________

(In the case of a joint venture, provide for all joint venture members)

8. Company or closed corporation registration number: __________________________________

(In the case of a joint venture, provide for all joint venture members)

9. Details of proprietor, partners, closed corporation members, or company directors, indicating

technical qualifications where applicable (Form on the next page).

10. For joint ventures the following must be attached:

Written power of attorney for authorised signatory.

Pro-forma of the joint venture agreement.

The major partner to satisfy at least 40 percent of the turnover and credit amount

criteria, and each other partner at least 25 percent of the criteria.

Name and Identity Number Relevant qualifications and experience Years of relevant experience

Name of Tendering Entity:

Signature: Date:

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 16

FORM 2.1.2 - AUTHORITY FOR SIGNATORY

DETAILS OF PERSON RESPONSIBLE FOR TENDER PROCESS

Name

Contact Number

Address of Office Submitting the Tender

Tel No. Fax No.

E-mail

Signatories for close corporations and companies shall confirm their authority by attaching to this form

a duly signed and dated original or certified copy of the relevant resolution of their members or

their board of directors, as the case may be.

"By resolution of the board of directors passed on (date) ..............................................................

Mr. ............................................................................................................................................

has been duly authorized to sign all documents in connection with the Tender for Contract Number

………………………………………………………and any Contract which may arise there from on behalf of

(BLOCK CAPITALS)

SIGNED ON BEHALF OF THE

COMPANY

IN HIS CAPACITY AS

DATE

FULL NAME OF SIGNATORY

AS WITNESS 1.

2.

*** Please Attach Confirmation of Authority to Sign Documentation to APPENDIX 3

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 17

FORM 2.1.3 - SCHEDULE OF WORK CARRIED OUT BY TENDERER

Previous experience Provide the following information on relevant previous experience (indicate specifically projects of

similar or larger size and/or which is similar with regard to type of work. In addition to any

requirements, bidders must furnish particulars of:

(a) all consultancy services provided to an organ of state in the last five years; (b) any similar consultancy services provided to an organ of state in the last five years.

This information is material to the award of the Contract.

Description Value (R, VAT

excluded)

Year(s)

executed

Reference

Name Organisation Tel no

Name of Tendering Entity:

Signature: Date:

*** Please Attach Previous work Experience to APPENDIX 4

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 18

FORM 2.1.4 - PROPOSED KEY PERSONNEL

The Tenderer shall list below the key personnel (including first nominee and the second choice

alternate), whom he proposes to employ on the project should his Tender be accepted, both at his

headquarters and on the Site, to direct and for the execution of the work, together with their

qualifications, experience, positions held and their nationalities.

DESIGNATION

NAME OF

NA

TIO

NA

LIT

Y:

SUMMARY OF HDI

Status

Yes/No

(i) NOMINEE

(ii) ALTERNATE

QUALIFICAT-

IONS AND

NQF STATUS

EXPERIENCE AND PRESENT

OCCUPATION

Headquarters

Partner/director

Project manager

Other key staff

(give

designation)

Name of Tendering Entity:

Signature: Date:

*** Please Attach Key Personnel to APPENDIX 5

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 19

FORM 2.1.4 – continued………

DESIGNATION

NAME OF

NA

TIO

NA

LIT

Y:

SUMMARY OF HDI

Status

Yes/No

(i) NOMINEE

(ii) ALTERNATE

QUALIFICAT-

IONS AND

NQF STATUS

EXPERIENCE AND PRESENT

OCCUPATION

CONSTRUCTION

MONITORING

(Engineer on

Site)

Other key staff

(give

designation)

Name of Tendering Entity:

Signature: Date:

*** Please Attach Key Personnel to APPENDIX 5

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 20

FORM 2.1.5 - SCHEDULE OF INFRASTRUCTURE AND RESOURCES

Provide information on the following:

Infrastructure and resources available

Physical facilities

Description Address Area (m²)

Equipment

Provide information on equipment and resources that you have available for this project. *** Please

Attach Infrastructure & Resources to APPENDIX 6.

Description : Equipment owned Number of

units

Description : Computer Hardware Number of

units

Description : Software to be Used Number of

units

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 21

List your current contracts and obligations

Description Value (R) Start date Duration Expected

completed date

Do you have the capacity to supply the goods and services described in this Tender, should the contract be awarded to you?

Yes No

Staffing Profile

Provide information on the staff that you have available to execute this contract (attach a separate

list if the space provided is insufficient)

Permanently employed staff : gender and race Number of staff

Temporary staff to be employed : gender and race Number of staff

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 22

Name of Tendering Entity:

Signature: Date:

*** Please Attach Infrastructure & Resources to APPENDIX 6

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 23

FORM 2.1.6 - SCHEDULE OF APPROACH AND METHODOLOGY/ WORK PLAN

Approach and Methodology Form to be completed

Tender No SBM 06/16/17

Description / Name PROFFESIONAL SERVICES FOR RESONING AND

SUBDIVISION, RELATED ENVIRONMENTAL

AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 ERVEN

Understanding the terms of reference / brief

1. Do you as the consultant understand what is required in terms of the project stated above?

(Tick Appropriate Block)

2. If you answered Yes to question 1 above, please explain briefly your understanding of the project in no more than 50 words

3. Considering questions 1 and 2 above, please provide in summary, details of your proposed approach and work plan to the successful completion of the above project.

4. Briefly state if you have any innovative approach for this particular project mentioned above, that

you feel will be unique but also economically superior to the normal workable approach at presently undertaken as the norm.

Name of Tendering Entity:

Signature: Date:

*** Please Attach Approach & Methodology/Work Plan to APPENDIX 7

Yes No

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 24

FORM 2.1.7 - SCHEDULE OF PROPOSED SUB-CONSULTANTS

NB: Once the brief of a particular project has been agreed, the need for Sub-

Consultants will be ascertained.

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 25

FORM 2.1.8 - FINANCIAL REFERENCES

FINANCIAL STATEMENTS

I/We agree, if required, to furnish an audited copy of the latest set of financial statements together with my/our Directors' and Auditors' report for consideration by the Employer.

DETAILS OF TENDERING ENTITY’S BANK I/We hereby authorize the Employer/Engineer to approach all or any of the following banks for the purposes of obtaining a financial reference:

DESCRIPTION OF

BANK DETAIL BANK DETAILS APPLICABLE TO

TENDERER ’S HEAD OFFICE

Name of Bank

Branch Name

Branch Code

Street Address

Postal Address

Name of Manager

Telephone No. Fax No.

Account Number

TENDERER ’S TAX DETAILS

Tenderer’s VAT Vendor Registration No.

Tenderer’s SARS Tax Reference No.

*** Please Attach Confirmation of Banking Detail to APPENDIX 8

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 26

MBD 6.1

FORM 2.1.9 – PREFERENCE POINTS CLAIMED

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2011

PURCHASES 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: AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2001. 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,

2011.

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 R1 000 000 (all

applicable taxes included); and - the 90/10 system for requirements with a Rand value above R1 000 000 (all applicable

taxes included).

1.2 The value of this bid is estimated to exceed R1 000 000 and therefore the 90/10

system shall be applicable. 1.3 Preference points for this bid shall be awarded for:

(a) Price; and (b) B-BBEE Status Level of Contribution.

1.3.1 The points for this bid are allocated as follows:

POINTS 1.3.1.1 PRICE

1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION

Total Points for Price and B-BBEE must not exceed

90

Possible 10 Points

100

1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE

Verification Certificate from a Verification Agency accredited by the South African

Accreditation System (SANAS) or a Registered Auditor approved by the Independent

Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close

Corporation Act (CCA) together with the bid, will be interpreted to mean that preference

points for B-BBEE status level of contribution are not claimed.

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 27

1.5. 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.

2. GENERAL DEFINITIONS

2.1 “all applicable taxes” includes value-added tax, pay as you earn, income tax,

unemployment insurance fund contributions and skills development levies;

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

2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes

of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

2.4 “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 services, works or goods, through price quotations,

advertised competitive bidding processes or proposals;

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

2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration;

2.7 “consortium or joint venture” means an association of persons for the purpose of

combining their expertise, property, capital, efforts, skill and knowledge in an activity for the

execution of a contract;

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

2.9 “EME” means any enterprise with an annual total revenue of R10 million or less.

2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or

excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or

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

2.11 “functionality” means the measurement according to predetermined norms, as set out in

the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability,

viability and durability of a service and the technical capacity and ability of a bidder;

2.12 “non-firm prices” means all prices other than “firm” prices;

2.13 “person” includes a juristic person;

2.14 “rand value” means the total estimated value of a contract in South African currency,

calculated at the time of bid invitations, and includes all applicable taxes and excise duties;

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 28

2.15 “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; 2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good

Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based

Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

2.17 “trust” means the arrangement through which the property of one person is made over or

bequeathed to a trustee to administer such property for the benefit of another person; and

2.18 “trustee” means any person, including the founder of a trust, to whom property is

bequeathed in order for such property to be administered for the benefit of another person.

3. ADJUDICATION USING A POINT SYSTEM

3.1 The bidder obtaining the highest number of total points will be awarded the contract.

3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into account all factors of non-firm prices and all unconditional discounts;

3.3 Points scored must be rounded off to the nearest 2 decimal places.

3.4 In the event that two or more bids have scored equal total points, the successful bid must be the one scoring the highest number of preference points for B-BBEE.

3.5 However, when functionality is part of the evaluation process and two or more bids have

scored equal points including equal preference points for B-BBEE, the successful bid must be

the one scoring the highest score for functionality.

3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots.

4. POINTS AWARDED FOR PRICE

4.1 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

min180P

PPtPs

or

min

min190P

PPtPs

Where

Ps = Points scored for price of bid under consideration

Pt = Rand value of bid under consideration

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 29

Pmin = Rand value of lowest acceptable bid

5. Points awarded for B-BBEE Status Level of Contribution

5.1 In terms of Regulation 5 (2) and 6 (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 8 16

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by

an Accounting Officer as contemplated in the CCA or a Verification Agency accredited by

SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for

IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE

Status Level Certificates.

5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification

certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a

Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a

legal entity, provided that the entity submits their B-BBEE status level certificate.

5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an

unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard

as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared

for every separate bid.

5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level

certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good

Practice.

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 30

5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid

documents that such a bidder intends sub-contracting more than 25% of the value of the

contract to any other enterprise that does not qualify for at least the points that such a

bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and

ability to execute the sub-contract.

5.8 A person awarded a contract may not sub-contract more than 25% of the value of the

contract to any other enterprise that does not have an equal or higher B-BBEE status level

than the person concerned, unless the contract is sub-contracted to an EME that has the

capability and ability to execute the sub-contract.

6. BID DECLARATION

6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete

the following:

7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS

1.3.1.2 AND 5.1

7.1 B-BBEE Status Level of Contribution: …………. = ……………(maximum of 10

points)

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

paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a

Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an

Accounting Officer as contemplated in the CCA).

8. SUB-CONTRACTING

8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not

applicable)

8.1.1 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? YES / NO (delete which is not

applicable).

9. DECLARATION WITH REGARD TO COMPANY/FIRM 9.1 Name of firm : .....................................................................................

9.2 VAT registration number : .....................................................................................

9.3 Company registration number :……………………………………………………………………...............

*** Please Attach Company Registration & Shareholding to APPENDIX 2

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 31

9.4 TYPE OF FIRM

Partnership

One person business/sole trader Close corporation

Company

(Pty) Limited

[TICK APPLICABLE BOX]

9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

9.6 COMPANY CLASSIFICATION

Manufacturer

Supplier Professional service provider

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

[TICK APPLICABLE BOX]

9.7 MUNICIPAL INFORMATION

State where business is situated:

Registered Municipal Account No:

Stand No:

*** Please Attach Municipal Information to APPENDIX 14

9.8 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

contribution indicated in paragraph 7 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 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 paragraph 7, the contractor may be required to furnish

documentary proof to the satisfaction of the purchaser that the claims are

correct;

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 32

(iv) If the B-BBEE status level of contribution 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) restrict the bidder or contractor, its shareholders and directors, or

only the shareholders and directors who acted on a fraudulent

basis, 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

WITNESSES

SIGNATURE(S) OF BIDDER(S)

1.

2.

Date:

Address:

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 33

MBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES 1. This Municipal Bidding Document must form part of all bids invited.

2. It serves as a declaration to be used by municipalities and municipal entities 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 rejected if that bidder, or any of its directors have:

(a) abused the municipality’s / municipal entity’s supply chain management system or

committed any improper conduct in relation to such system;

(b) been convicted for fraud or corruption during the past five years;

(c) willfully neglected, reneged on or failed to comply with any government, municipal or

other public sector contract during the past five years; or

(d) been listed in the Register for Tender Defaulters in terms of section 29 of the

Prevention and Combating of Corrupt Activities Act (No 12 of 2004).

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 as a company or person 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 National Treasury

after the audi alteram partem rule was applied).

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)?

(To access this Register enter the National Treasury’s website,

www.treasury.gov.za, click on the icon “Register for Tender Defaulters” or submit your written request for a hard copy of the

Register to facsimile number (012) 3265445).

Yes

No

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 34

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 of law outside 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 Does the bidder or any of its directors owe any municipal rates and taxes

or municipal charges to the municipality / municipal entity, or to any

other municipality / municipal entity, that is in arrears for more than

three months?

Yes

No

4.4.1 If so, furnish particulars:

4.5 Was any contract between the bidder and the municipality / municipal

entity or any other organ of state terminated during the past five years on

account of failure to perform on or comply with the contract?

Yes

No

4.5.1 If so, furnish particulars:

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 35

CERTIFICATION

I, THE UNDERSIGNED (FULL NAMES) …………….……………………………………………

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 PROVEN TO BE FALSE.

-----------------------------------------------------------------

-----------------------------------------------------------

Signature Date

-----------------------------------------------------------------

-----------------------------------------------------------

Position Name of Bidder

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 36

MBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

1. This Municipal Bidding Document (MBD) 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 per se prohibition meaning that it cannot be justified under any grounds.

3. Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must

provide measures for the combating of abuse of the supply chain management system, and must enable the accounting officer, among others, to:

(a) take all reasonable steps to prevent such abuse;

(b) reject the bid of any bidder if that bidder or any of its directors has abused the supply chain management system of the municipality or municipal entity or has committed any

improper conduct in relation to such system; and

(c) cancel a contract awarded to a person if the person committed any corrupt or fraudulent act during the bidding process or the execution of the contract.

4. This MBD 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 (MBD9) must

be completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete,

secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to

acquire goods and / or services through a bidding process.

Bid rigging is, therefore, an agreement between competitors not to compete.

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 37

MBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

TENDER SBM 06/16/17

PROFFESIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR

WITTEKLIP 1155 ERVEN

in response to the invitation for the bid made by:

- SALDANHA BAY MUNICIPALITY -

do hereby make the following statements that I certify to be true and complete in every

respect:

I certify, on behalf of: ________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying

bid, on behalf of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the

bidder to determine the terms of, and to sign, the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not

affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their

qualifications, abilities or experience; and

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 38

(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.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise,

property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

Name of Tendering Entity:

Signature: Date:

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 39

MBD 7.2

CONTRACT FORM - RENDERING OF SERVICES

NB: THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE SERVICE PROVIDER

(PART 1) AND THE PURCHASER (PART 2). BOTH FORMS MUST BE SIGNED IN THE

ORIGINAL SO THAT THE SERVICE PROVIDER AND THE PURCHASER WOULD BE IN

POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR THEIR RESPECTIVE

RECORDS.

PART 1 (TO BE FILLED IN BY THE SERVICE PROVIDER)

1. I hereby undertake to render services described in the attached bidding documents to (name

of the institution)……………………………………. in accordance with the requirements and task

directives / proposals specifications stipulated in Bid Number………….……….. at the price/s

quoted. My offer/s remain binding upon me and open for acceptance by the Purchaser during the validity period indicated and calculated from the closing date of the bid.

2. The following documents shall be deemed to form and be read and construed as part of this agreement:

(i) Bidding documents, viz

- Invitation to bid; - Tax clearance certificate;

- Pricing schedule(s); - Filled in task directive/proposal;

- Preference claims for Broad Based Black Economic Empowerment Status

Level of Contribution in terms of the Preferential Procurement Regulations 2011;

- Declaration of interest; - Declaration of Bidder’s past SCM practices;

- Certificate of Independent Bid Determination; - Special Conditions of Contract;

(ii) General Conditions of Contract; and

(iii) Other (specify)

3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the

price(s) and rate(s) quoted cover all the services specified in the bidding documents; that the price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s)

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

4. I accept full responsibility for the proper execution and fulfillment of all obligations and conditions devolving on me under this agreement as the principal liable for the due fulfillment

of this contract.

5. I declare that I have no participation in any collusive practices with any bidder or any other

person regarding this or any other bid.

6. I confirm that I am duly authorized to sign this contract.

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 40

Name (Print) Witnesses

Capacity 1.

Signature 2

Name o Firm Date:

Date

THE TENDER SALDANHABAY MUNICIPALITY PART T2.1

Tender SBM 06/16/17/12-13 41

MBD 7.2

CONTRACT FORM - RENDERING OF SERVICES PART 2 (TO BE FILLED IN BY THE EMPLOYER)

1. I……………………………………………. in my capacity as……………………...…………………………

accept your bid under reference number ………………dated………………………for the rendering

of services indicated hereunder and/or further specified in the annexure(s).

2. An official order indicating service delivery instructions is forthcoming.

3. I undertake to make payment for the services rendered in accordance with the terms and

conditions of the contract, within 30 (thirty) days after receipt of an invoice.

DESCRIPTION OF SERVICE

PRICE (ALL APPLICABLE

TAXES INCLUDED)

COMPLETION DATE

B-BBEE STATUS LEVEL OF

CONTRIBUTION

MINIMUM THRESHOLD FOR LOCAL

PRODUCTION AND CONTENT (if applicable)

4. I confirm that I am duly authorized to sign this contract.

SIGNED AT ……………………………………………….… ON …………………………………………………………..

Name (Print)

Official Stamp

Signature

Witnesses

1.

2.

Date:

OTHER DOCUMENS REQUIRED FOR TENDER EVALUATION PURPOSES

SALDANHABAY MUNICIPALITY PART T2.2

TENDER NO. SBM 06/16/17

PROFFESIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR

WITTEKLIP 1155 ERVEN

Tender SBM 06/16/17/12-13 42

Other Document Required for Tender Evaluation Purposes (Part T2.2)

(ALL Documents and Schedules MUST BE RETURNED for the TENDER to Qualify)

PART T2.2 Returnable Documents (All documents / schedules are returnable) T2.2.1 Certificate of Tenderer’s Attendance at the Site / Clarification T2.2.2 Tax Clearance Certificate Requirements – TCC001 T2.2.3 Proof of Professional registration with the Engineering Council of South Africa. T2.2.4 Declaration of interest

OTHER DOCUMENS REQUIRED FOR TENDER EVALUATION PURPOSES

SALDANHABAY MUNICIPALITY PART T2.2

Tender SBM 06/16/17/12-13 43

FORM 2.2.1 - CERTIFICATE OF TENDERER’S ATTENDANCE AT THE COMPULSORY SITE/CLARIFICATION MEETING.

This is to certify that I, .............................................................................................................. ,

representative of (Tenderer) .......................................................................................................

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

of (address) ...............................................................................................................................

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

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

Telephone number .....................................................................................................................

Fax number ...............................................................................................................................

(visited and examined the Site)/ Attended Clarification Meeting on (date) .....................................

in the company of (SALDANHABAY MUNICIPALITY / Employer’s Representative) ...........................

NB: Tenderers are requested to submit the minutes received at above-mentioned compulsory site/clarification meeting with their Tender documents. (Non-

submission of this information may lead to rejection of this Tender)

TENDERERS’S REPRESENTATIVE

SALDANHABAY MUNICIPALITY / EMPLOYER’S REPRESENTATIVE

OTHER DOCUMENS REQUIRED FOR TENDER EVALUATION PURPOSES

SALDANHABAY MUNICIPALITY PART T2.2

Tender SBM 06/16/17/12-13 44

MBD 2

TAX CLEARANCE CERTIFICATE REQUIREMENTS It is a condition of bid that the taxes of the successful bidder must be in order, or

that satisfactory arrangements have been made with South African Revenue Service (SARS)

to meet the bidder’s tax obligations.

1. In order to meet this requirement bidders are required to complete in full the form TCC

001 “Application for a Tax Clearance Certificate” and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders

/ individuals who wish to submit bids.

2. Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za.

3. SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of

1 (one) year from the date of approval.

4. An original Tax Clearance Certificate must be submitted together with the bid. Copies of the Tax Clearance Certificate will only be valid if the bidder is registered on the SALDANHABAY

MUNICIPALITY’s accredited supplier database, which will contain the original Tax Clearance Certificate. Failure to submit the original and valid Tax Clearance Certificate will result in the

invalidation of the bid.

5. In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate.

6. Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use

this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.

*** Please Attach Valid Tax Clearance Certificate to APPENDIX 10

OTHER DOCUMENS REQUIRED FOR TENDER EVALUATION PURPOSES

SALDANHABAY MUNICIPALITY PART T2.2

Tender SBM 06/16/17/12-13 45

FORM 2.2.3 PROOF OF PROFFESSIONAL REGISTRATION (ECSA) (Engineering Council of South Africa)

The Tenderer is to affix to this page:

Written proof of Tenderers registration/membership with ECSA ,and the key personnel must

be registered with their professional councils, i.e. SACPMP, ECSA, SACAP, SACQSP, SACPLAN,

SACLAP, etc. The registration numbers of these individuals must be indicated on Appendix 11. The Curriculum Vitae of all key personnel (including sub-consultants), must be submitted

with the tender submission

NB: Failure to affix Proof of professional membership to the various professional bodies indicated shall result in this Tender not being further considered for the award of

the contract.

*** Please Attach professional registration to APPENDIX 11

OTHER DOCUMENS REQUIRED FOR TENDER EVALUATION PURPOSES

SALDANHABAY MUNICIPALITY PART T2.2

Tender SBM 06/16/17/12-13 46

MBD 4

FORM 2.2.4 - DECLARATION OF INTEREST

DECLARATION OF INTEREST

1. No bid will be accepted from persons in the service of the state*.

2. Any legal person, 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. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons

connected with or related to persons in the service of the state, it is required that the bidder

or their authorised representative declare their position in relation to the evaluating/adjudicating authority and/or take an oath declaring his/her interest.

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

submitted with the bid.

3.1 Full Name

3.2 Identity Number

3.3 Company Registration Number

3.4 Tax Number Reference Number

3.5 VAT Registration Number

3.6 CIDB Registration Number Grading

3.7 Are you presently in service of the state* YES / NO

3.7.1 If so, furnish particulars.

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

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

3.8 Have you been in the service of the state for the past YES / NO

twelve months?

3.8.1 If so, furnish particulars.

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

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

3.9 Are you connected with any persons in the service of YES / NO

the state?

3.9.1 If so, state particulars.

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

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

OTHER DOCUMENS REQUIRED FOR TENDER EVALUATION PURPOSES

SALDANHABAY MUNICIPALITY PART T2.2

Tender SBM 06/16/17/12-13 47

3.10 Do you, have any relationship (family, friend, other) with YES / NO

persons in the service of the state and who may be

involved with the adjudication of this bid?

3.10.1 If so, state particulars.

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

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

3.11 Are you, aware of any relationship (family, friend, other) YES / NO between the bidder and any person employed by the

state who may be involved with the evaluation and or

adjudication of this bid?

3.11.1 If so, state particulars.

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

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

3.12 Are any of the company’s directors, managers, principle YES / NO shareholders or stakeholders in service of the state?

3.12.1 If so, furnish particulars.

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

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

3.13 Are any spouse, child or parent of the company’s YES / NO directors, managers, principle shareholders or

stakeholders in service of the state?

3.13.1 If so, furnish particulars.

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

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

3.14 Do you or any of the directors, trustees, managers,

principle shareholders, or stakeholders of this company

have any interest in any other related companies or

business whether or not they are bidding for this contract. YES / NO

3.14.1 If yes, furnish particulars: …………………………………………………………………………….. ……………………………………………………………………………..

OTHER DOCUMENS REQUIRED FOR TENDER EVALUATION PURPOSES

SALDANHABAY MUNICIPALITY PART T2.2

Tender SBM 06/16/17/12-13 48

4. Full details of directors / trustees / members / shareholders.

Full Name Identity Number State Employee

Number

DECLARATION

I, THE UNDERSIGNED (NAME) ……………..………………....................……………………………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ………………………………….. …….………………………… Signature Date …………………………………… ………………………………. Position Name of bidder *MSCM Regulations: “in the service of the state” means to be- (a) a member of – (i) any municipal council; (ii) any provincial legislature; or (iii) the national Assembly or the national Council of provinces; (b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity; (d) an employee of 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); (e) a member of the accounting authority of any national or provincial public entity; or (f) an employee of Parliament or a provincial legislature.

RETURNABLE SCHEDULES THAT WILL BE INCORPORATED INTO CONTRACT

SALDANHABAY MUNICIPALITY PART T2.3

TENDER SBM 06/16/17

PROFFESIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR

WITTEKLIP 1155 ERVEN

Tender SBM 06/16/17/12-13 49

Central Supplier Database Registration

Paragraph 14(1)(a) of the Municipal Supply Chain Management Policy states that the

municipality must keep a list of accredited prospective providers of goods and services that

must be used for the procurement requirements. Saldanha Bay Municipality has decided to

accept an invitation from Provincial Treasury to join the Western Cape Supplier Database

(WCSD) with the view of using one centralized database. This decision was taken based

on the advantages it holds for our suppliers as well as our organization’s procurement

processes. All prospective providers of municipal goods and/or services are hereby

requested to register their business with the WCSD.

Application forms and relevant documents for registration are available on the website

(www.saldanhabay.co.za). Registration on the WCSD is at no cost for a supplier.

The usage of the WCSD will come into effect from 01 July 2015. REGISTRATION WILL BE

COMPULSORY IN ORDER TO CONDUCT BUSINESS WITH SALDANHA BAY MUNICIPALITY.

The database will be used to verify the accreditation of a supplier before an award can be

made.

All prospective suppliers should be aware of the amended codes of good practice under

section 9 (1) of the Broad-Based Black Economic Empowerment Act as issued by the

Minister of Trade and Industry (Gazette No.36928) on 11 October 2013.

Also note that on 01 July 2016 the Municipality will move to the Centralised

Supplier Database and all prospective suppliers are hereby advised to register to

be considered for evaluation.

Enquiries can be made to Mr C de Bruyn and Mr B Louw at 022-701 6940.

WCSD registration number (if registered) ………………………………….

Ariba

Direct enquiries to the Western Cape Supplier Database

Helpdesk - Tel: 0861 – 225577 or 021 – 680 4666 Fax: 021 – 441 1288

Email: [email protected]

SAP Africa, 4 Waterford Place, 2nd Floor, Century City, Cape Town

PO Box 1207, Cape Town, 8000

RETURNABLE SCHEDULES THAT WILL BE INCORPORATED INTO CONTRACT

SALDANHABAY MUNICIPALITY PART T2.3

TENDER SBM 06/16/17

PROFFESIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR

WITTEKLIP 1155 ERVEN

Tender SBM 06/16/17/12-13 50

Returnable Schedules that will be Incorporated in the Contract (Part T2.3)

(ALL Documents and Schedules MUST BE RETURNED for the TENDER to Qualify)

PART T2.3 T2.3.1 Record of Addenda to Tender Documents T2.3.2 Preference Schedules

RETURNABLE SCHEDULES REQUIRED FOR TENDER EVALUATION

SALDANHABAY MUNICIPALITY PART T2.3

Tender SBM 06/16/17/12-13 51

FORM 2.3.1 - RECORD OF ADDENDA TO TENDER DOCUMENTS We confirm that the following communications received from the Employer before the submission of

this Tender offer, amending the Tender documents, have been taken into account in this Tender

offer:

No. Date Title or Details

1

2

3

4

5

6

7

8

9

10

Signed: Date:

Name: Position:

SIGNED ON BEHALF OF TENDERER:

*** Please Attach Record of Addenda to APPENDIX 13

RETURNABLE SCHEDULES REQUIRED FOR TENDER EVALUATION

SALDANHABAY MUNICIPALITY PART T2.3

Tender SBM 06/16/17/12-13 52

1. Infrastructure and resources available Evaluation of the following in terms of the size, nature and complexity of goods and/or

services required:

Physical facilities

Infrastructure and resources available for the contract owned by the Tenderer

Infrastructure and resources the Tenderer intends renting, should the contract be

awarded to him.

2. Size of enterprise and current workload Evaluation of the Tenderer’s position in terms of:

Previous and expected current annual turnover

Current contractual obligations

Capacity to execute the contract

3. Staffing profile

Evaluation of the Tenderer’s position in terms of:

Staff available for this contract being Tendered for

Qualifications and experience of key staff to be utilized on this contract.

4. Previous experience

Evaluation of the Tenderer’s position in terms of his previous experience. Emphasis will be

placed on the following: Experience in the relevant technical field

Experience in the design of fire brigade stations in accordance to

Experience of contracts of similar size

Some or all of the references will be contacted to obtain their input.

5. Financial ability to execute the contract

Evaluation of the Tenderer’s financial ability to execute the contract. Emphasis will be placed

on the following: Professional indemnity

Contact the Tenderer’s bank manager to assess the Tenderer’s financial ability to execute

the contract and the Tenderer hereby grants his consent for this purpose.

6. Good standing with SA Revenue Services

Determine whether an original valid tax clearance certificate has been submitted. The Tenderer must affix an original valid Tax Clearance Certificate to Appendix 11 of

the Tender document.

If the Tender does not meet the requirements contained in the SALDANHABAY

MUNICIPALITY Procurement Policy, and the mentioned framework, it will be rejected by the Council, and may not subsequently be made acceptable by correction or withdrawal of the

non-conforming deviation or reservation.

RETURNABLE SCHEDULES REQUIRED FOR TENDER EVALUATION

SALDANHABAY MUNICIPALITY PART T2.3

Tender SBM 06/16/17/12-13 53

7. Penalties

The SALDANHABAY MUNICIPALITY will if upon investigation it is found that a preference in

terms of the Act and these regulations has been obtained on a fraudulent basis, or any specified goals are not attained in the performance of the contract, on discretion of the

Departmental Head, one or more of the following penalties will be imposed:

Cancel the contract and recover all losses or damages incurred or sustained from the

Tenderer.

Impose a financial penalty of twice the theoretical financial preference associated with

the claim, which was made in the Tender. Restrict the Tenderer, its shareholders and directors on obtaining any business from the

SALDANHABAY MUNICIPALITY for a period of 5 years.

RETURNABLE SCHEDULES REQUIRED FOR TENDER EVALUATION

SALDANHABAY MUNICIPALITY PART T2.3

Tender SBM 06/16/17/12-13 54

Good standing with SA Revenue Services

Attach a valid original tax clearance certificate to Appendix 11 of the Tender document

NB: In case of a Joint Venture, the valid original tax clearance certificate/s of all the

partners in the Joint Venture, must be submitted with the Tender document.

ONLY THE VALID ORIGINAL TAX CLEARANCE CERTIFICATE/S FROM SARS WILL BE ACCEPTED, CERTIFYING THAT THE

TAXES OF THAT PERSON TO BE IN ORDER, OR THAT SUITABLE ARRANGEMENTS HAVE BEEN MADE WITH SARS.

Compliance with Employment Equity Act 55 of 1998

Attach a valid certificate from the Department of Labour, or a declaration (Refer to Equity Ownership

Table) by the designated EMPLOYER, that the EMPLOYER complies with the relevant chapters of the Employment Equity Act.

A failure to comply with the above is sufficient ground for rejection of any offer to conclude an

agreement or for cancellation of the agreement.

Definitions in terms of the last mentioned Act.

“designated EMPLOYER means-

a) a EMPLOYER who employs 50 or more employees;

b) a EMPLOYER who employees fewer than 50 employees, but has a total annual turnover that is equal to or above the applicable annual turnover of a small

business in terms of Schedule 4 to this Act.” “Schedule 4”

TURNOVER THRESHOLD APPLICABLE TO DESIGNATED EMPLOYERS

Sector or sub sector in accordance with the Standard Industrial Classification

Total annual turnover

Agriculture R 2,00 m

Mining and Quarrying R 7,50 m

Manufacturing R 10,00 m

Electricity, Gas and Water R 10,00 m

Construction R 5,00 m

Retail and Motor Trade and Repair Services R 15,00 m

Wholesale Trade, Commercial Agents and Allied Services R 25,00 m

Catering, Accommodation and other Trade R 5,00 m

Transport, Storage and Communications R 10,00 m

Finance and Business Services R 10,00 m

Community, Social and Personal Services R 5,00 m

THE CONTRACT

SALDANHABAY MUNICIPALITY PART C

TENDER NO. SBM 06/16/17

PROFFESIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 ERVEN

Tender SBM 06/16/17/12-13 55

The Contract (Part C)

(ALL Documents and Schedules MUST BE RETURNED for the TENDER to Qualify)

PART C Part C1 Agreement and Contract Data Part C2 Pricing Data Part C3 Scope of Works

AGREEMENT & CONTRACT DATA

SALDANHABAY MUNICIPALITY PART C1

TENDER NO. SBM 06/16/17

PROFFESIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR

WITTEKLIP 1155 ERVEN

Tender SBM 06/16/17/12-13 56

The Contract (Part C1)

(ALL Documents and Schedules MUST BE RETURNED for the TENDER to Qualify)

PART C1 Part C1 .1 Form of Offer & Acceptance Part C1.2 Contract Data Part C1.3 Objections and Complainants Form Part C1.4 Form of Professional Indemnity Insurance

FORM OF OFFER & ACCEPTANCE

SALDANHABAY MUNICIPALITY PART C1.1

TENDER NO. SBM 06/16/17

PROFFESIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORIZATION AND LAND SURVEYOR SERVICES FOR

WITTEKLIP 1155 ERVEN

Tender SBM 06/16/17/12-13 57

FORM OF OFFER & ACCEPTANCE - (PART C1.1)

(AGREEMENT)

OFFER

The Employer, identified in the Acceptance signature block, has solicited offers to enter into

a contract for the procurement of:

PROFESSIONAL ENGINEERING SERVICES FOR THE CONSTRUCTION 1155 IRDP ERVEN

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

The Tenderer, identified in the Offer signature block below, has examined the documents

listed in the Tender Data and addenda thereto as listed in the Tender schedules, and by

submitting this Offer has accepted the Conditions of Tender.

By the representative of the Tenderer, deemed to be duly authorised, signing this apart of

this Form of Offer and Acceptance, the Tenderer offers to perform all of the obligations and

liabilities of the Service Provider under the Contract including compliance with all its terms

and conditions according to their true intent and meaning for an amount to be determined

in accordance with the Conditions of Contract identified in the Contract Data.

THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VALUE ADDED TAX CARRIED

FORWARD FROM THE SCHEDULE OF ACIVITIES IS:

TENDER SM-T02/12-13: ..............................................................................................

....................................................... rand (in words); R ............................... (in figures)

Name of Tendering Entity:

Signature: Date:

FORM OF OFFER & ACCEPTANCE

SALDANHABAY MUNICIPALITY PART C1.1

Tender SBM 06/16/17/12-13 58

ACCEPTANCE

By signing this part of this Form of Offer and Acceptance, the Employer identified below accepts the

Tenderer’s Offer. In consideration thereof, the Employer shall pay the Service Provider the amount

due in accordance with the, Conditions of Contract identified in the Contract Data. Acceptance of the

Tenderer’s Offer shall form an agreement, between the Employer and the Tenderer upon the terms

and conditions contained in this Agreement and in the Contract that is the subject of this Agreement.

The terms of the contract are contained in

Part C1 Agreements and Contract Data, (which includes this Form of Offer

and Acceptance)

Part C2 Pricing Data

Part C3 Scope of Work

and drawings and documents or parts thereof, which may be incorporated by reference into Parts C1 to C3 above. The Tenderer shall within two weeks after receiving a completed copy of this Agreement, contact the

Employer's representative (whose details are given in the Contract Data) to arrange the delivery of

any bonds, guarantees, proof of insurance and any other documentation to be provided in terms of

the, Conditions of Contract identified in the Contract Data. Failure to fulfil any of these obligations in

accordance with those terms shall constitute a repudiation of this Agreement.

Notwithstanding anything contained herein, this Agreement comes into effect on the date when the

Tenderer receives one fully completed original copy of this document, including the Schedule of

Deviations (if any). Unless the Tenderer (now Contractor) within five working days of the date of

such receipt notifies the Employer in writing of any reason why he cannot accept the contents of this

Agreement, this Agreement shall constitute a binding contract between the parties.

Signature(s)

Name(s)

Capacity

(Name & Address of Organisation)

FORM OF OFFER & ACCEPTANCE

SALDANHABAY MUNICIPALITY PART C1.1

Tender SBM 06/16/17/12-13 59

It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the Tender documents and the receipt by the Tenderer of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this Agreement. FOR THE TENDERER:

Signature(s)

Name(s)

Capacity

(Name & Address of Organisation) FOR THE EMPLOYER:

Signature(s)

Name(s)

Capacity

(Name & Address of Organisation)

CONTRACT DATA

SALDANHABAY MUNICIPALITY PART C1.2

Tender SBM 06/16/17/12-13 60

Contract Data - (Part C1.2)

CONDITIONS OF CONTRACT The Standard Professional Services Contract (Second Edition, September 2005) published by the Construction Industry Development Board, are applicable to this. Copies of these Conditions of Contract may be obtained from the Construction Industry Development Board’s website www.cidb.org.za. PART 1: DATA PROVIDED BY THE EMPLOYER The following contract specific data are applicable to this Contract:

Clause

The Employer is the SALDANHABAY MUNICIPALITY

3.4 and

4.3.2

The Authorised and Designated representative of the Employer is:

Name: Mr. G. Smith or his nominee

The Employer's address for receipt of communications is:

Physical address

15 Main Road

Buller Centre

Vredenburg

Postal address:

SALDANHABAY MUNICIPALITY

Private Bag X12

Vredenburg

7380

Telephone: 022 701 7113

Fax: 022 715 1304

E-mail: [email protected]

1 The Tender is for the Provision of specialist: Professional services for resoning and subdivision, related environmental authorization and land surveyor

services for WITTEKLIP 1155 IRDP erven.

3.6 The Service Provider may release public or media statements or publish material related to the Services or Project subject to the approval of the Employer.

CONTRACT DATA

SALDANHABAY MUNICIPALITY PART C1.2

Tender SBM 06/16/17/12-13 61

3.14 The Service provider shall include a provisional project programme with respect to each project. This programme must contain identifiable milestones coupled to specific time frames. Upon appointment of the consultant this programme will be agreed to with the client and this programme may then be used as basis to apply penalties. Tenderer must have sufficient resources to complete project programme as agreed upon between the client & tenderer. Programmes will be discussed at briefing session with successful tenderer.

5.1.1 and 5.1.2

The Service Provider is required to provide the Service with all reasonable care, diligence and skill in accordance with generally accepted professional techniques and standards. Where services include the powers to certify, decide or otherwise exercise discretion in regard to a contractor agreement between the Employer and others then the Service provider shall act in respect of that contract/agreement as an independent

5.4.1 The Service Provider is required to provided the following insurances:

1. Insurance against Risk in performing professional services

(Professional Indemnity cover) (Please attach

to Appendix 12)

Cover is: Min of R2,000,000/claim but not less than the

project value

Period of cover: Duration of Project

Deductibles are: None

5.5 The Service Provider is required to obtain the Employer’s prior approval in writing before taking any of the following actions:

1. Appointing Sub Consultants for the performance of any part of the Services.

2. Three (3) written quotation must be submitted to Employer for approval before any commencement of services rendered by sub-contractor.

Additional Clause to be added

The Employer will not be responsible for any overtime worked by or overtime payments made to personnel, or any additional costs not specified in the tender submitted by the Tenderer.

9.1 Copyright of documents prepared for the Project shall be vested with SALDANHABAY MUNICIPALITY

Additional Clause to be added

Where not specifically indicated, all tendered prices, rates, tariffs, fees, etcetera are to include 14% VAT

CONTRACT DATA

SALDANHABAY MUNICIPALITY PART C1.2

Tender SBM 06/16/17/12-13 62

PART 2: DATA PROVIDED BY THE SERVICE PROVIDER

Clause

5.3 The authorized and designated representative of the Service Provider is:

Name:

The Service Provider's address for receipt of communications is

Physical address:

Postal address:

Telephone:

Fax:

E-mail:

FORM OF PROFESSIONAL INDEMNITY INSURANCE

SALDANHABAY MUNICIPALITY PART C1.4

TENDER NO. SBM 06/16/17

PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIROMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES

FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 63

FORM OF PROFESSIONAL INDEMNITY INSURANCE – PART C1.4

The Tenderer must affix proof of Professional Indemnity Insurance to Appendix 12 and refer to which tender the PI insurance is applicable.

NB: Minimum value of PI Insurance R 2 000 000/Claim but not less than the project value with number of claims unlimited. In cases where the project value is greater than R 2 000 000 the PI Insurance will be negotiated with the Consultant.

*** Please Professional Indemnity Insurance to APPENDIX 12

PRICING DATA

SALDANHABAY MUNICIPALITY PART C2

TENDER NO. SBM 06/16/17

PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIROMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES

FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 64

PRICING DATA (Part C2)

(ALL Documents and Schedules MUST BE RETURNED for the TENDER to Qualify)

PART C2 Part C2 .1 Pricing Instruction Part C2.2 Schedule of Activities

PRICING INSTRCTIONS

SALDANHABAY MUNICIPALITY PART C2.1

TENDER NO. SBM 06/16/17

PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIROMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES

FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 65

Pricing Instructions (Part C2.1) C2.1 PRICING INSTRUCTIONS Please take note of the following extracted guidelines and use this guideline to gauge your Tender price for professional services offered. The fee proposal must be based on the Engineering Council of South Africa Board Notice 138 of 2015: Guideline for Services and Processes for Estimating Fees for Persons Registered in terms of the Engineering Profession Act 2000 (Act No.46 of 2000) 1. The Schedule of Activities comprises items covering the Consultant's profit and

costs of general liabilities and includes costs of all services. Table D of Pricing Schedule: Please note that this appointment will be made with Vredenburg as base and travelling cost, time and accommodation/subsistence expenses should be included in the offer. No additional costs will be claimable in this regard. This is for the recoverable expenses such as disbursements that include for expenses such as travel, accommodation, typing, copying, printing, additional testing etc. that will be required during the project. Any over and above items that the Tenderer is of the opinion must be considered for remuneration must be mentioned. Should no mention be made of a specific provisional amount, it will be accepted that the cost for such an over and above item has been included in the professional and services fees. The actual fee that will be paid for such service will be determined in accordance with the ECSA Guidelines. The amounts and rates to be inserted in the Schedule of Activities shall be the full inclusive amounts to the Employer for the work described under the various payment items. Such amounts shall cover all the costs and expenses that may be required for the professional services described, and shall cover the costs of all general risks, profits, liabilities, insurance and obligations set forth or implied in the Tender documents. For the purposes of this Schedule of Activities, the following words shall have the meanings hereby assigned to them: Unit : The unit of measurement for each item of Service provided as defined

in the Standardized, Project or Particular Specifications. Quantity : The number of units of work/service provision for each item.

PRICING INSTRCTIONS

SALDANHABAY MUNICIPALITY PART C2.1

TENDER NO. SBM 06/16/17

PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIROMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES

FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 66

Rate : The payment per unit of work/provision of services at which the tenderer Tenders to do the work. Amount : The quantity of an item multiplied by the Tendered rate of the (same) item. Sum : An amount Tendered for an item, the extent of which is described in the schedule of activities, the scope of works or elsewhere, but of which the quantity of work is not measured in units

SCHEDULE OF ACTIVITIES

SALDANHABAY MUNICIPALITY PART C2.2

TENDER NO. SBM 06/16/17

PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIROMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES

FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 67

Schedule of Activities - (C2.2)

C 2.2.1 - FEE PROPOSAL GUIDELINES

Please take note of the following extracted guidelines and use this guideline to gauge your Tender price for professional services offered. The fee proposal must be based on the Engineering Council of South Africa Board Notice 138 of 2015: Guideline for Services and Processes for Estimating Fees for Persons Registered in terms of the Engineering Profession Act 2000 (Act No.46 of 2000)

SCHEDULE OF ACTIVITIES

SALDANHABAY MUNICIPALITY PART C2.2

Tender SBM 06/16/17/12-13 68

2.2.2 - Offered Fees for Tender SBM 06/16/17 The following is a schedule that takes note of the prices that the Tenderer is offering to render professional services required on Tender SBM 06/16/17. Please take note of the guidelines in order to provide Tenderer with a basis for prices offered.

SCOPE OF WORKS

SALDANHABAY MUNICIPALITY PART C3

TENDER NO. SBM 06/16/17

PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIROMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES

FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 69

SCOPE OF WORKS

C 3.1 DESCRIPTIONS OF WORKS C 3.1.1 PROJECT BACKGROUND:

A Multidisciplinary Professional Service Provider is required to provide the professional services necessary to implement this project, which, in terms of the Municipal Finance Management Act, 2003 and the Municipal Supply Chain Management Regulations, 2005, must be procured through a competitive bidding process. The purpose of this document is to invite tenders from suitably qualified and experienced consulting firms for Tender 56/2016: PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIRONMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES FOR WITTEKLIP 1155 IRDP ERVEN which will be evaluated using a financial offer and preferences based system as described in the tender data. C 3.1.2 Brief

C 3.1.2.1 Terms of Reference

The purpose of this contract is to provide professional engineering services necessary to

implement the Employer’s objective of Witteklip 1155 IRDP Erven.

The Consulting Engineer will act as the principle consultant for this project.

The other professional services will be sub-consultants as listed below, but not limited to:

Environmental Consultant (Sub-consultant) Land Surveyor (Sub-consultant) LUPA

Item under envelope two (Pricing schedule on Page 7) of Project Management will include all functions cost required for this work. C 3.1.3 Extent of the Works

The work to be performed by the Professional Service Provider is as stated below under the

following categories, namely:

o LUPA process for the proposed development;

o Environmental Impact Authorisation process and

o Land surveyor and general plan;

SCOPE OF WORKS

SALDANHABAY MUNICIPALITY PART C3

TENDER NO. SBM 06/16/17

PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIROMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES

FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 70

C 3.1.3.1 LUPA process

To determine project viability before proceeding to detailed planning and design layout

stage by undertaking a feasibility study that covers the following basic requirements (if

applicable):

o Investigate landownership, servitudes, mineral rights, locality, title deed restrictions, and

zoning;

o Site details/inspections;

o Floodline Certificates;

o Physical activities;

o Topography;

o Social amenities;

o Transportation network;

o Surrounding uses;

o Municipal plans alignment to Integrated Development Plan and Spatial Development

Framework;

o Investigate work conducted previously by appointed consultants;

o Preliminary identification of target communities and community consultation;

o Preliminary environmental investigation;

o Registration of issue and/or constraints with Department of Environmental Affairs and

Development Planning;

C 3.1.3.2 Environmental Authorisation Process

The Environmental Assessment Practitioner must produce a portfolio on similar projects.

In the event that specialists are required, the specialist must be registered to a scientific

body

C 3.1.3.2.1 Environmental Investigations

Environmental Impact Assessment (EIA) as per guidelines of the competent authority (If

Applicable):

o Public participation and application to competent authority;

o Conduct Basic Assessment;

o Conduct Environmental Scoping;

o Conduct Environmental Impact Assessment;

SCOPE OF WORKS

SALDANHABAY MUNICIPALITY PART C3

TENDER NO. SBM 06/16/17

PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIROMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES

FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 71

C 3.1.3.3 Land surveyor and general plan

C 3.1.3.3.1 Planning and design to obtain:

o Environmental approval

o Aerial photography and Topographical Survey;

C 3.1.3.3.2 Obtain Land Developments Rights

The Professional Service Provider must ensure that the township layout and formal land use

application for this project meets the following principles (if applicable):

o Integration and continuity of mobility routes, public hard open spaces and green systems

to promote better use of land;

o Integrated neighbourhoods for greater access for a larger number of people;

o Concentration and development along key access routes;

o Provides for different types of development areas;

o Creation of positive environments where public space is defined;

o Provide for human scale in terms of size, distance and height;

o Provides for social amenities;

o Provides for efficient use of infrastructure;

o Supporting preliminary bulk and internal engineering services designs.

The following elements are necessary for this stage of the process:

o Layout Plan (Erven sub-divisional diagram);

o Surveyor General Fees;

o Diagram Fees;

o General plan Fees;

o General plan Approval;

SCOPE OF WORKS

SALDANHABAY MUNICIPALITY PART C3

TENDER NO. SBM 06/16/17

PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIROMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES

FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 72

C 3.1.4 Format of communication

All requests for formal approval from the Employer, or any other body, shall be submitted in

writing in hardcopy format. Interim payment claims shall be submitted in the same format,

accompanied by an original tax invoice. Ad-hoc communication between the Employer

and the Service Provider may be conducted per facsimile or in electronic format (e-mail).

All plans and contract documents submitted for approval shall be in hardcopy format.

C 3.1.5 Management Meetings

C 3.1.5.1 Management Meetings

During the initial stages of this project (Planning, Studies, Investigations and Assessments

and Viability;) the Service Provider will be expected to attend monthly management

meetings with the Employer’s project management team (PMT), convened for the purpose

of managing this project. The Service Provider will present its proposals at these meetings,

and take direction from the PMT in this regard.

C 3.1.5.2 Community Stakeholder Meetings

The Service Provider will also be expected to contribute to and attend

community/stakeholder meetings, particularly with regard to Environmental (EIA), Heritage

(HIA) and Traffic (TIA) Impact Assessments, presenting proposals at these forums, and

taking cognisance of input from the various interested and affected parties in the conceptual

and detail design development, where possible. It is not anticipated that it will be necessary

to continue with community/stakeholder participation through the construction period, other

than to respond to any individual queries/concerns that may be raised.

C 3.1.5.3 Supply Chain Management Meetings

During the course of the Documentation and Procurement stage, the Service Provider shall

attend and participate in Bid Specification (BSC) and Bid Evaluation (BEC) Committee

meetings to present the draft contract documents and tender evaluation report, respectively,

to the Employer.

C 3.1.5.4 Ad-hoc Meetings

The Service Provider will be expected to attend ad hoc meetings from time to time, with the

Employer, stakeholder groups, or service or other authorities, in order to address specific

issues as and when the need arises.

SCOPE OF WORKS

SALDANHABAY MUNICIPALITY PART C3

TENDER NO. SBM 06/16/17

PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIROMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES

FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 73

C 3.1.5.5 General

The Service Provider shall be represented at all meetings by at least one of the

key personnel, preferably the project leader. The service provider shall provide secretarial

services (for record keeping purposes) at all management, community/stakeholder,

site/technical, and ad-hoc meetings.

C 3.1.6 Employers Right to Recover Costs

The Employer reserves the right to recover, by way of a deduction from any amount due to

the Service Provider, any additional cost which the Employer incurs arising out of non-

performance/negligence of the Service Provider.

SCOPE OF WORKS

SALDANHABAY MUNICIPALITY PART C3

TENDER NO. SBM 06/16/17

PROVISION OF PROFESSIONAL SERVICES FOR RESONING AND SUBDIVISION, RELATED ENVIROMENTAL AUTHORISATION AND LAND SURVEYOR SERVICES

FOR WITTEKLIP 1155 IRDP ERVEN

Tender SBM 06/16/17/12-13 74

APPENDIX 1

COMPANY PROFILE (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 75

APPENDIX 2

COMPANY REGISTRATION & SHAREHOLDING (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 76

APPENDIX 3

AUTHORITY OF SIGNATORY (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 77

APPENDIX 4

PREVIOUS EXPERIENCE (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 78

APPENDIX 5

KEY PERSONNEL – CV’s (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 79

APPENDIX 6

INFRASTRUCTURE & RESOURCES (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 80

APPENDIX 7

APPROACH & METHODOLOGY (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 81

APPENDIX 8

CONFIRMATION OF BANKING DETAILS (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 82

APPENDIX 9

ATTENDANCE OF CLARIFICATION MEETING (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 83

APPENDIX 10

VALID TAX CLEARANCE CERTIFICATE (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 84

APPENDIX 11

ECSA & ISO CERTIFICATION (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 85

APPENDIX 12

PROFESSIONAL INDEMITY INSURANCE (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 86

APPENDIX 13

RECORD OF ADDENDA (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 87

APPENDIX 14

MUNICIPAL INFORMATION (Principal Agent)

APPENDIXES

SALDANHABAY MUNICIPALITY

Tender SBM 06/16/17/12-13 88

APPENDIX 15

PRICING SCHEDULE

Refer to Page 8 on Envelope 2 (Two)