bid description - welcome to etenderpublication | … · · 2016-07-06annexure j: ska site...
TRANSCRIPT
INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS
BID NUMBER:
SKA BUI 001/2016 CLOSING DATE:
17 August 2016 CLOSING TIME
12:00
BID DESCRIPTION
THE APPOINTMENT OF A PROFESSIONAL DESIGN TEAM (LED BY AN ARCHITECT’S FIRM) TO
UNDERTAKE SITE STUDIES, THE DESIGN, DEVELOPMENT OF THE PROCUREMENT INVITATION TO APPOINT A CONSTRUCTION CONTRACTOR, CONSTRUCTION ADMINISTRATION, TEST,
VERIFICATION, COMMISSIONING AND HANDOVER OF THE NEW SKA BUILDING IN CAPE TOWN
Bidders are required to fill in and sign the form of offer (C1.1) in this Invitation
Preferential Procurement System Applicable (points for price: points for procurement preference): 90:10
Briefing Session / Site Visit
Compulsory
Date and Time: 20 July 2016 at 11h00
Location: SKA SA Offices, 2nd floor Auditorium, The Park, Park Road, Pinelands, Cape Town
BID DOCUMENTS ARE TO BE DEPOSITED IN THE BID BOX SITUATED AT:
Square Kilometre Array South Africa
Tender Box located on the 3RD Floor Reception, The Park Building
Park Road
Pinelands
Cape Town
ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE DIRECTED TO: Supply Chain Management: Technical Queries: Rayyan Arnold Tracy Cheetham SKA SA SCM Specialist General Manager: Infrastructure & Site Operations +27(0)21 506 7300 +27(0)11 268 3400
Bidders are required to initial every page of this bid document when submitting to the SKA SA.
Page | 2
SKA BUI 001/2016
Bidders should timeously deliver bids to the correct address. If the bid is late at the SKA SA address, it is not considered.
The bid box is open from 08h00 to 16h30 South African time, 5 days a week, Monday to Friday.
ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS IN THIS INVITATION (NOT TO BE RE-TYPED) WITH ADDITIONAL
INFORMATION ON ATTACHED SUPPORTING SCHEDULES
THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT
REGULATIONS - 2011, THE FIDIC CLIENT/CONSULTANT AGREEMENT, FOURTH EDITION, 2006, WHICH IS APPLICABLE TO THIS
CONTRACT AND WHICH THE BIDDER SHALL PURCHASE, THIS INVITATION AND SPECIAL/PARTICULAR CONDITIONS OF CONTRACT
AS STIPULATED IN THIS INVITATION.
THE FOLLOWING PARTICULARS MUST BE FURNISHED AS LEAD PAGE OF THE BID RESPONSE
BID NUMBER: SKA BUI 001/2016 CLOSING DATE: 17 August 2016
CLOSING TIME 12:00
NAME OF BIDDER
REPRESENTED BY
POSTAL ADDRESS
PHYSICAL ADDRESS
TELEPHONE NUMBER
CODE NUMBER
CELL PHONE NUMBER
CODE NUMBER
FACSIMILE NUMBER
CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION NUMBER:
Page | 3
SKA BUI 001/2016
DESCRIBE PRINCIPAL BUSINESS ACTIVITIES:
TYPE OF COMPANY/FIRM: [Tick applicable box]
Partnership / Joint Venture/Consortium One person business/sole proprietor
Close Corporation Company
(Pty) Limited Other COMPANY CLASSIFICATION: [Tick applicable box]
Manufacturer Supplier
Professional Service Provider Other service providers e.g. transporter, etc.
PREFERENCE CLAIM FORM SUBMITTED FOR PREFERENCE POINTS? FORM C3 (SBD 6.1) YES or NO
A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST SUPPORT PREFERENCE POINTS CLAIMED IF YES, WHO WAS THE B-BBEE CERTIFICATE ISSUED BY
AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)
A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS); OR
A REGISTERED AUDITOR
[Tick Applicable Box]
ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS/SERVICES/WORKS OFFERED?
YES or NO
IF YES ENCLOSE PROOF
SIGNATURE OF BIDDER
NAME OF BIDDER
DATE
CAPACITY UNDER WHICH THIS BID IS SIGNED:
Page | 4
SKA BUI 001/2016
CONTENTS PAGE
1. Bid Invitation………………………………………………………………………………………………………...…1
2. Submission Checklist………………………………………………………………………………………..………..5
3. Background to the NRF & the SKA SA…......................................................................................................12
4. Contextual Analysis……………………………………………………………………………….…..………….…13
5. NRF site overview….....................................................................................................................................17
6. Design Brief (Scope of Work)………………………………………………………………………………….......33
7. Performance Levels…………………………………………………………………………………………………43
8. Bidding Procedure……………………………………………………………………………………………..…....44
9. CIDB Standard Conditions of Tender………………………………………………………………………….….62
10. Returnable Documents………………………………………………………………………………………….….72
11. Pricing Schedule 1……………………………………………………………………………………..…………..135
12. Annexure A: 2 Rivers Avifauna and Plant Species
13. Annexure B: 2 Rivers Traffic Impact Assignment
14. Annexure C: Floodplain and River Corridor Management Policy
15. Annexure D: Management of Urban Stormwater Impacts Policy
16. Annexure E: Urban Design Policy
17. Annexure F: Two River Urban Park Spatial Development Plan
18. Anneuxre G: The Urgan Design Report
19. Annexure H: 2 Rivers Baseline Heritage Study
20. Annexure I: Erf 26423 SG Diagram & Erf 151833 SG Diagram
21. Annexure J: SKA Site Floodline Study & drawings
22. Annexure K: Floodline report, River Club Site
23. Annexure L: Geotechnical Report & Covering Letter, River Club site
24. Annexure M: Erf 26423 SG Diagram
25. Annexure N: South African Observatory Report, May 2010
26. Annexure O: SAAO SAHRA Heritage Consideration
27. Annexure P: SKA Building User Requirements
Page | 5
SKA BUI 001/2016
BID RESPONSE SUBMISSION FORMAT / CHECKLIST No of originals 1 Number of bid pack copies 3
Pack split into “Technical” and “Financial ” Envelopes Yes / No Two envelope system used Yes / No
Proposal – Bidder’s B-BBEE Transformation Program Yes/ No
SUPPLIER ACCREDITATION
Provide documentation that the Bidder is registered on the National Treasury Central Supplier Database -
https://secure.csd.gov.za/ Yes/No
Certified copies of certificate of incorporation (as per entity type) Yes/ No
SUBMISSION CHECKLIST
Stage 1: Compliance Verification (These are all GO/NO Documents that must be submitted)
COMPULSORY RETURNABLE
FORMS AND DOCUMENTS
RESPONSIBILITY
OF:
PURPOSES
REQUIRED
FOR:
TO BE
PLACED IN
ENVELOPE
For Office Use
Only
FULL
COMPLETED
AND
INCLUDED IN
ENVELOPE?
PAGES
IN BID
Covering Letter Bidder including JV
Partners and sub-
contractors
Compliance
Verification
T1 Yes None
Confirmation of registration on
National Treasury central supplier
database
Bidder including JV
Partners and sub-
contractors
SCM
Compliance
T1 Yes None
Original certified 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
Bidder. For a Joint
Venture, a
consolidated original
B-BBEE Certificate is
required and for any
sub-contracting, sub-
contractors must
submit a B-BBEE
certificate
SCM
Compliance
T1 Yes None
Page | 6
SKA BUI 001/2016
COMPULSORY RETURNABLE
FORMS AND DOCUMENTS
RESPONSIBILITY
OF:
PURPOSES
REQUIRED
FOR:
TO BE
PLACED IN
ENVELOPE
For Office Use
Only
FULL
COMPLETED
AND
INCLUDED IN
ENVELOPE?
PAGES
IN BID
Schedule 1: Schedule of Key Design
Engineering Personnel
All key Engineering
personnel’s
information to be
included
Additional
Qualifying
requirement.
Only
personnel
included on
this schedule
will be
assessed in
terms of
qualifying
criteria
T1 Yes 75-78
Schedule 2: Certified copies of
Professional Qualification. Append
to Schedule 1: Key Design &
Engineering Personnel
All key engineering
personnel. Please
attach in the order
that personnel are
listed on the
schedule
Compliance
Verification
T1 Yes 79
Schedule 3: Certified copies of
Professional Registration. Append to
Schedule 1: Key Design &
Engineering Personnel
All key engineering
personnel. Please
attach in the order
that personnel are
listed on the
schedule
Compliance
Verification
T1 Yes 79
Schedule 4: The Curriculum Vitae.
The CVs of each individual must be
appended to the Schedule of Key
Design & Engineering Personnel
(Template for CV provided. All CVs
to be provided in this template)
All key engineering
personnel. Please
attach in the order
that personnel are
listed on the
schedule
Compliance
Verification
T1 Yes 80-82
Page | 7
SKA BUI 001/2016
COMPULSORY RETURNABLE
FORMS AND DOCUMENTS
RESPONSIBILITY
OF:
PURPOSES
REQUIRED
FOR:
TO BE
PLACED IN
ENVELOPE
For Office Use
Only
FULL
COMPLETED
AND
INCLUDED IN
ENVELOPE?
PAGES
IN BID
Schedule 5: References. The
Bidding Entity, its sub-contractors
and JV Partners must each provide
at least three (3) credible, written and
contactable references from Clients
for whom projects have been
undertaken similar to the nature of
the SKA site and building
requirements and have indicated
their willingess to take SKA SA
representatives on such site visit to
such Client premises if requested
Bidder, sub-
contractors & JV
Partners
Compliance
Verification
T1 Yes 83-86
Schedule 6: Evidence of the Bidder,
sub-contractors and JV partners
existing human resource training and
development and socio-economic
development activities & proposed
skills devlopment plan specific for
this contract
Bidder Compliance
Verification
T1 Yes 87-88
Form A1: Authority for signatory Bidder including JV
Partners & sub-
contractors
SCM
Compliance
requirement
T1 Yes 89
Form A2: Tenderer’s bank account
details and financial references
Bidder including JV
Partners &
subcontractors
SCM
Compliance
requirement
T1 Yes 90
Form A3: Certificate of Insurance
Cover (Professional Indemnity)
Bidder, JV Partners &
sub-contractors
SCM
Compliance
requirement
T1 Yes 91
Page | 8
SKA BUI 001/2016
COMPULSORY RETURNABLE
FORMS AND DOCUMENTS
RESPONSIBILITY
OF:
PURPOSES
REQUIRED
FOR:
TO BE
PLACED IN
ENVELOPE
For Office Use
Only
FULL
COMPLETED
AND
INCLUDED IN
ENVELOPE?
PAGES
IN BID
Form A4: Certificate of Authority for
Joint Venture (if applicable)
Bidder, JV Partners SCM
Compliance
requirement
T1 Yes 92
Form A5: Form concerning the
fulfilment of the Construction
Regulations, 2014
Bidder, JV Partners,
sub-contractors
SCM
Compliance
requirement
T1 Yes 93-94
Form A6: Amendments and
Qualification by Bidder
Bidder, JV Partners &
sub-contractors
SCM
Compliance
requirement
T1 Yes 95
Form B1: Certificate of Bidder’s
Attendance at the Compulsory
Meeting
Bidder, JV Partners &
sub-contractors
SCM
Compliance
requirement
T1 Yes 97
Form B2: Record of Addenda to Bid
Documents
Bidder, JV Partners &
sub-contractors
SCM
Compliance
requirement
T1 Yes 98
Form B3: Compulsory Enterprise
Questionnaire
Bidder
JV Partners
Sub-contractors
SCM
Compliance
requirement
T1 Yes 99-101
Form B4: Declaration of Interest
(SBD 4)
Bidder
JV Partners
Sub-contractors
SCM
Compliance
requirement
T1 Yes 102-
104
Form B5: Declaration of Bidder’s
Past Supply Chain Management
Practices (SBD 8)
Bidder
JV Partners
Sub-contractors
SCM
Compliance
requirement
T1 Yes 105-
106
Form B6: Certificate of Independent
Bid Determination (SBD 9)
Bidder
JV Partners
Sub-contractors
SCM
Compliance
requirement
T1 Yes 107-
110
Page | 9
SKA BUI 001/2016
Stage 2: Technical Evaluation
COMPULSORY RETURNABLE
FORMS AND DOCUMENTS
RESPONSIBILITY
OF:
PURPOSES
REQUIRED
FOR:
TO BE
PLACED IN
ENVELOPE
FULL
COMPLETED
AND
INCLUDED IN
ENVELOPE?
PAGE
IN BID
High-level Assessment Report of the
NRF Site
Bidder Required for
technical
evaluation
T1 YES/NO 111-
120
Evaluation of 3D Artist’s impression
of the building, site and surrounding
landscape
Bidder Required for
technical
evaluation
T1 YES/NO 111-
120
Project Management Plan specific to
this project
Bidder Required for
technical
evaluation
T1 YES/NO 111-
120
Health, Safety, Environmental and
Quality Management Plan for the
execution of this Contract
Bidder. Submission
of a health, safety,
environmental and
quality management
plan specific to this
scope of work (no
generic plans will be
accepted) which
address SHEQ
through design,
construction,
handover and
operations
Required for
technical
evaluation
T1 YES/NO 111-
120
Page | 10
SKA BUI 001/2016
Stage 3: Evaluation of Price and B-BBEE status
COMPULSORY RETURNABLE
FORMS AND DOCUMENTS
(CD and hardcopy)
RESPONSIBILITY
OF:
PURPOSES
REQUIRED
FOR:
TO BE
PLACED IN
ENVELOPE
FULL
COMPLETED
AND INCLUDED
IN ENVELOPE?
PAGE
IN BID
Form C1.1 – Form of Offer &
Acceptance in Bid Invitation
Bidder SCM
Compliance
requirement
F2 YES/NO 125-
129
Form C1.2 – Contract Data provided by
Bidder
Bidder SCM
Compliance
requirement
F2 YES/NO 132-
134
Form C2.1 – Pricing Schedule Bidder SCM
Compliance
requirement &
Stage 4
Assessment
F2 YES/NO 135-
145
Form C3: Preference Certificate and
Preference Points Claim in terms of the
Preferential Procurement Regulations,
2001 (SBD 6.1)
Bidder, joint venture
partners, sub-
contractors
SCM
Compliance
requirement &
Stage 4
Assessment
F2 YES/NO 146-
152
T1 – Technical Envelope (1 original, 3 copies in hard copy and soft copy format)
2F – Financial Envelope (1 original, 3 copies in hard copy and soft copy format)
FAILURE TO PROVIDE ALL THE DOCUMENTATION LISTED ABOVE AT TIME OF CLOSURE OF THE BID WILL RESULT IN
YOUR BID BEING DISQUALIFIED.
Page | 11
SKA BUI 001/2016
BIDDERS TO NOTE THE FOLLOWING:
1) The Bidder must be a single legal entity which is an Architectural firm with all other necessary expertise secured via sub-
contract or under a Joint Venture Agreement. The lead (contracting party) will be an architectural firm who will secure the
necessary other professional engineering and specialist resources required to execute the contract. The NRF will enter
into a single contract for the delivery of the work set out in the Scope of Work for this bid;
(3) 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 enterprise that does not qualify for at least the
points that such Bidder qualifies for, unless the intended sub-contractor is an EME that has the capability an ability to
execute the sub-contract.
Page | 12
SKA BUI 001/2016
1. Background to the National Research Foundation and the SKA
The National Research Foundation (“NRF”) is a juristic person established in terms of section 2 of the National Research
Foundation Act, Act 23 of 1998. The NRF supports and promotes research and human capital development through funding, the
provision of National Research Facilities and science outreach platforms and programmes to the broader community in all fields of
science and technology, including natural science, engineering, social science and humanities. The NRF is a Schedule 3A entity in
terms of the Public Finance Management Act of 1999 (Act 1 of 1999 as amended by Act 29 of 2000).
The SKA SA is a business unit of the National Research Foundation and is responsible for the design, construction, operations and
maintenance of the MeerKAT radio telescope, a 64-dish array currently being constructed in the Karoo Radio Astronomy
Observatory. MeerKAT will be operational from 2017.
South Africa and its 8 African partner countries were jointly awarded the SKA together with Australia. The SKA will be Africa's
largest science project which will be a hub for both local and international collaboration. The SKA Organisation has been
established with its headquarters at Jodrell Bank in Manchester, United Kingdom. The five key science projects will that will be
undertaken by the SKA include:
Probing the Dark Ages
Galaxy Evolution
The Origin and Evolution of Cosmic Magnetism
Strong Field Tests of Gravity using Pulsars and Black Holes
The Cradle of Life.
The first phase of the SKA includes the addition of 133 antennas to the 64-dish MeerKAT radio telescope and the second phase of
the project and will include up to 2000 antennas distributed across South Africa and its eight African partner countries. The
construction of the first phase of the SKA is expected to commence in 2019 until 2023/2024.
Further information about SKA SA can be found on www.ska.ac.za and the international SKA on www.skatelescope.org.
The SKA SA is planning to construct its new SKA SA Building in Cape Town. This building will accommodate both the SKA SA
project staff and the international SKA project (SKA Science Operations Centre). The building will accommodate up to 230 people
that includes SKA SA and SKAO staff. Bidders must note the technical complexities of the site which includes flooding, poor
geotechnical conditions, heritage considerations being located next to the SAAO which will be declared a National Heritage site,
site size constraints and environmental constraints.
The Cape Town team is currently located in The Park building in Pinelands (3500m2 over 3 floors with 75 underground parking
bays). The lease at The Park building expires in March 2017 (lease to be extended until the new building is complete). All SKA SA
staff are on permanent contracts. The NRF has requested the SKA SA to move from leasing property in Cape Town to a long-term
strategy of owning land and a building in Cape Town.
Page | 13
SKA BUI 001/2016
The design of the building and bulk civil and electrical infrastructure is expected to take 9 months with construction expected to be
completed within 30 calendar months from commencement of this contract.
2. Contextual Analysis
2.1. Two Rivers Urban Park (TRUP)
The Two Rivers Urban Park (TRUP) is located approximately 5km from the Cape Town Central Business District, at the intersection
of the N2, M5 and N1 freeways and at the confluence of the Black and Liesbeek Rivers.
The Two Rivers Urban Park is approximately 300 hectares in extent and includes Western Cape Government-owned properties
such as the Alexandra Psychiatric Hospital; Valkenberg Psychiatric Hospital and Oude Molen. City of Cape Town-owned properties
include Maitland Garden Village, the Maitland Abattoir Site, Diesel Road and land within the Black and Liesbeek river floodplain
corridors.
Figure 1: Extent of the TRUP, Cape Town
The TRUP Programme embodies a collaborative partnership between the Western Cape Government (WCG) and the City of Cape
Town (CoCT) and is jointly managed by the WCDTPW Regeneration Programme and the CoCT’s Development Facilitation Unit
(DFU). This partnership includes engaging with entities such as the Cape Higher Education Consortium (CHEC) who represents
Page | 14
SKA BUI 001/2016
the four Universities in the Cape Town Metropolitan area.
The intention of the TRUP is to enhance the area’s natural and cultural resources and develop the TRUP for residential,
commercial, institutional, manufacturing and recreational activities aimed at generating a wide range of housing, recreation,
business and employment opportunities.
The Western Cape Government has appointed planners to undertake the planning, landscape, architecture, engineering,
environmental and heritage studies for the TRUP with the objective of obtaining planning (development rights), transportation as
well as environmental and heritage authorisations for the TRUP.
The following specialist studies are being undertaken for the TRUP:
1. TRUP Context
1.1. Specialist Study: Pre-Colonial Study and Updated Heritage Study
1.2. Specialist Study: Modelling of Flood Mitigation Options on the Salt River
1.3. Review of TRUP Contextual Framework
2. TRUP Development Framework
2.1. Draft TRUP Development Framework
2.2. Specialist Study: Watercourse Management and Creating a Docking/Waterfront Feature
2.3. Specialist Study: Engineering Service Model
2.4. Specialist Study: Market Potential Analysis
2.5. Specialist Studies: Environmental, Heritage and Traffic Impact Assessments
2.6. Heads of Agreement
2.7. Final Two River Urban Park Development Framework
3. Two Rivers Urban Park Precinct Plans
3.1. Oude Molen Precinct Plan
3.2. Alexandra Precinct Plan
3.3. Ndabeni Precinct Plan
Page | 15
SKA BUI 001/2016
3.4. Two Rivers Urban Park Green Corridor Plan
4. Site Development Plans
4.1. Site Development Plan 1: SKA Priority Release Area 1
4.2. Site Development Plan: CHTP Priority Release Area 2
4.3. Site Development Plan: Maitland Abattoir Priority Release Area 3
A significant amount of research and planning work has been undertaken and completed for the TRUP. Bidders should study the
available documentation and take these into consideration when responding to the Scope of Work. The listed reports are available
from the Western Cape Government / City of Cape Town. Reference can be made to Annexures A – H of this bid.
Research and planning studies completed for the study area include the following:
The Table Bay District Spatial Development Plan and Environmental Management Framework Technical Report (CoCT.
2013) (the Table Bay District SDP). The Table Bay District SDP was approved by the CoCT and considers TRUP as a
significant environmental and heritage asset and a special destination place.
The Two River Urban Park Contextual Framework and Phase 1 Environmental Management Plan. Final Report (CoCT.
Aug 2003)(the TRUP Contextual Framework) was approved by the CoCT and included the following specialist studies:
Two Rivers Urban Park Baseline Heritage Study (Aikman Associates. May 2002.
Two Rivers Urban Park Traffic Impact Assessment (CoCT, December2001).
Avifauna and Flora Study (City of Cape Town. undated).
The TRUP Contextual Framework provides a framework for the environmental management of the area at the confluence of the
Black- and Liesbeek Rivers. Other heritage studies that have relevance for the TRUP are listed in Annexure 9.2 of the Two Rivers
Urban Park Local Area Sustainable Neighbourhood, High Level Development and Urban Design Concept report (WCG, 2012). The
TRUP Contextual Framework concluded that significant investment in utility and road transport infrastructure would be required
for further developments in the TRUP. This includes the need to increase the capacity of the surrounding road, sewerage and water
supply networks.
Two Rivers Urban Park Local Area Sustainable Neighbourhood, High Level Development and Urban Design Concept
(WCG. 2012) (the TRUP Urban Design Concept). The TRUP Urban Design Concept included a vision for the area,
urban design framework, assessment of development potential and proposals for the Oude Molen and Alexandra
Precincts. The purpose of the TRUP Urban Design Concept was to secure high-level support for the initiative and,
communicate key ideas and proposals.
The TRUP High Level Bulk Infrastructure Assessment (GIBB. March 2012). The TRUP Engineering Guidelines Report
(GIBB. Aug 2013). The TRUP Engineering Assessment and Guidelines assessed the capacity of existing bulk utility
services (i.e. the provision of water and electricity and the disposal of sewage and storm water) and transportation
services for the study area. The TRUP Engineering assessment and Guidelines concluded that if the development
proposals as identified in the TRUP Urban Design Concept are pursued, the capacity shortfalls would be substantial. The
road network, in particular, cannot sustain an increase in traffic. Both the TRUP Contextual Framework and TRUP Urban
Design Concept resolved that it would not be possible to recover the anticipated substantial costs associated without
Page | 16
SKA BUI 001/2016
upgrading the required bulk infrastructure through the TRUP Programme, if conventional engineering approaches are
used.
Regeneration: TRUP/Valkenberg Revitalisation Project. Final Draft (Lucien le Grange, Architects and Urban Planners,
May 2013.
The following policy documents exist to guide the management of rivers and stormwater in the City of Cape Town and these have
relevance for the TRUP:
Floodplain and River Corridor Management Policy (CoCT.2009)
Management of Urban Storm Water Impact Policy (CoCT.2009)
The South African Astronomical Observatory and the River Club are located in the TRUP. The area is served by the Southern and
Cape Flats railway lines and has access to at least five stations.
The successful Bidder will be required to engage with the planners / specialists appointed by the Western Cape Government in
order to ensure integrated coordination and planning between the SKA site/building requirements and what is being planned for the
TRUP. If there are studies that are being undertaken by the Western Cape Government which could be utilised to supplement /
reduce the Scope of Work for this bid, this should be identified in the bid response.
Page | 17
SKA BUI 001/2016
2.2. NRF Site
The NRF owns the land at the South African Astronomy Observatory and at the entrance to the River Club (Erf 26423 RE, 26426
and 151833 (26423)).
Figure 2: NRF owned land: South African Astronomy Observatory & NRF-owned land
at the entrance to the River Club
Page | 18
SKA BUI 001/2016
2.2.1. Erf 151833 (-/26423) – “River Club” site
Reference can be made to Annexure I which provides the SG diagram for the site and its extent (5,349m2).
Figure 3: “River Club” site (owned by the NRF)
The site is located at the entrance to the River Club with a prescriptive servitude allowing access between the NRF-owned site and
the River Club clubhouse.
The River Club is planning the re-development of the River Club site into a “work/live/play” theme comprising of 130,000 m2 office
blocks, recreation, hospitality, residential, retail and gym facilities. The developers are undertaking extensive studies of the site
which includes a Scoping Report which will be followed by an Environmental Impact Assessment and includes various specialist
studies, geotechnical investigation, geohydrological investigation, topographical survey etc. Bidders are encouraged to engage
with the developers to determine the extent of what information is currently available on the River Club development including site
studies and investigations which could be re-used in an effort to reduce costs for site studies if the River Club site is selected.
For the purpose of this bid, the costs associated with undertaking various site studies for this site must be included in the response.
Bidders are requested to indicate in the technical evaluation of the site whether any existing site studies can be re-used for the
purposes of this Scope of Work.
In discussion with the River Club developers, they have indicated through their specialist studies that the following site constraints
must be taken into account:
Page | 19
SKA BUI 001/2016
1) Set back 30 metres from the watercourse (note this is only the left hand side as you drive in) – Freshwater Ecology
constraint;
2) Set back from the canalized water on the right hand side as you drive in – Heritage Constraint – undetermined set back
but the heritage consultant wants to maintain visual lines to the South African Astronomy Observatory;
3) Prescriptive servitude for the River Club access along the current Road.
Figure 4: “River Club” site ecology and heritage set-backs
The SKA SA commissioned a desk-top geohydrological investigation (Annexure J) given that the site is prone to flooding. This
desktop study proposes mitigation measures specific to the NRF-owned site at the River Club.
The River Club developers also commissioned a detailed flood line determination for the Salt and Liesbeek Rivers at the River Club
which proposes mitigation measures for the entire River Club site. (Reference can be made to Annexure K). Bidders must note
that the Lisbeek Leisure Properties Trust, Liesbeek Leisure Properties (Pty) Ltd and the River Club are indemnified from any
liabilities arising from the information contained in Annexure K.
The proposed flooding mitigation measures to be considered for this site in the technical evaluation must consider an integrated
mitigation approach between the River Club development and the NRF site whilst taking the TRUP geohydrological modelling and
recommendations into account. This will require the successful bidder to liaise with the River Club development planning team and
the planners appointed by the Western Cape Government undertaking broader specialist studies of the TRUP.
Geotechnical conditions: The River Club developers have undertaken a geotechnical investigation of the site which indicates that
the entire site is on a landfill site. The fill was found to generally consist of highly variable mixtures of refuse and rubble comprising
Page | 20
SKA BUI 001/2016
ash, gravel concrete objects (some massive), boulders, plastic, bottles, organic matter, rusted steel objects, tyres, sections of brick
walling, etc. all very loosely packed in a matrix consisting for the most part of variably silty sand. Reference can be made to
Annexure L of this bid. Bidders must note that the Lisbeek Leisure Properties Trust, Liesbeek Leisure Properties (Pty) Ltd and the
River Club are indemnified from any liabilities arising from the information contained in Annexure K.
The site is currently zoned as Community Zone 1 (CO1) in terms of the City of Cape Town Zoning Scheme, 2012. As part of the
technical evaluation, bidders are required to review the existing zoning for the site and confirm whether rezoning is required.
Environmental Considerations:
Figure 5: “River Club” environmental requirements assessment
An initial assessment by the SKA SA indicates that the construction on the “River Club” site will require a Basic Assessment as
the proposed development impacts are generally known and can easily be managed. The proposed development triggers
activities in Listing 1 and therefore, a Basic Assessment may be applied in this site as an environmental assessment.
Page | 21
SKA BUI 001/2016
Basic Assessment Listing 1 activities triggered
Activity number Activity description Identification of competent authority
11 The construction of:
(i) canals;
(ii) channels;
(iii) bridges;
(iv) dams;
(v) weirs;
(vi) bulk storm water outlet structures;
(vii) marinas;
(viii) jetties exceeding 50 square metres in size;
(ix) slipways exceeding 50 square metres in size;
(x) buildings exceeding 50 square metres in size;
or
(xi) infrastructure or structures covering 50
square metres or more
Where such construction occurs within a
watercourse or within 32 metres of a
watercourse, measured from the edge of a
watercourse, excluding where such construction
will occur behind the development setback line.
The competent authority in respect of the
activities listed in this part of the schedule is the
environmental authority in the province in which
the activity is to be undertaken unless
it is an application for an activity
contemplated in section 24C(2) of the Act, in
which case the competent authority is the
Minister or an organ of state with delegated
powers in terms of section 42(1) of the Act, as
amended.
Page | 22
SKA BUI 001/2016
Activity number Activity description Identification of competent authority
23 The transformation of undeveloped, vacant or
derelict land to-
(i) residential, retail, commercial, recreational,
industrial or institutional use, inside an
urban area, and where the total area to be
transformed is 5 hectares or more, but
less than 20 hectares, or
(ii) residential, retail, commercial, recreational,
industrial or institutional use, outside an urban
area and where the total area to be transformed
is bigger than 1 hectare but less than 20
hectares; - except where such transformation
takes place for linear activities.
24 The transformation of land bigger than 1 000
square metres in size, to residential, retail,
commercial, industrial or institutional use, where,
at the time of the coming into effect of this
Schedule such land was zoned open space,
conservation or had an equivalent zoning.
Page | 23
SKA BUI 001/2016
Listing 1 activities possibly triggered
Activity number Activity description Identification of competent authority
9 The construction of facilities or-infrastructure
exceeding 1 000 metres in length for the
bulk transportation of water, sewage or storm
water -
(i) with an internal diameter of 0,36 metres or
more; or
(ii) with a peak throughput of 120 litres per
second or more,
excluding where:
a) such facilities or infrastructure are for bulk
transportation of water, sewage or
storm water or storm water drainage inside a
road reserve; or
b) where such construction will occur within
urban areas but further than 32 metres from a
watercourse, measured from the edge of the
watercourse.
The competent authority in respect of the
activities listed in this part of the schedule is the
environmental authority in the province in which
the activity is to be undertaken unless
it is an application for an activity
contemplated in section 24C(2) of the Act, in
which case the competent authority is the
Minister or an organ of state with delegated
powers in terms of section 42(1) of the Act, as
amended.
10 The construction of facilities or infrastructure for
the transmission and distribution of
electricity -
(i) outside urban areas or industrial complexes
with a capacity of more than 33 but
less than 275 kilovolts; or
(ii) inside urban areas or industrial complexes
with a capacity of 275 kilovolts or more.
Page | 24
SKA BUI 001/2016
Activity number Activity description Identification of competent authority
37 he expansion of facilities or infrastructure for the
bulk transportation of water, sewage or storm
water where:
(a) the facility or infrastructure is expanded by
more than ·1 000 metres in length; or
(b) where the throughput capacity of the facility
or infrastructure will be increased by 10% or
more
excluding where such expansion:
(i) relates to transportation of water, sewage or
storm water within a road reserve;
or
(ii) where such expansion will occur within urban
areas but further than 32 metres from a
watercourse, measured from the edge of the
watercourse.
38 The expansion of facilities for the transmission
and distribution of electricity where the expanded
capacity will exceed 275 kilovolts and the
development footprint increase.
Water-Use License:
A water use licence will required for the “River Club” site in compliance with section 21 (c) and 21 (i) of the National Water Act (No.
36 of 1998).
Section 21 (c) – Impeding or diverting the flow of water in a watercourse.
Section 21 (i) – Altering the bed, banks, course or characteristics of a watercourse.
In compliance with sections 21(c) and 21(i) the proposed development does not apply for General Authorisation (GA) and is
required to apply for a Water Use Licence (WUL) in order to develop:
Within a 500 metre radius from the boundary of any wetland (Figure 6); and
Within the riparian habitat or 1:100 year flood-line, whichever is the greater distance from the watercourse.
Page | 25
SKA BUI 001/2016
Figure 6: Proximity of both NRF sites to the nearby wetland (red). Both sites fall within 500m of the wetland (pink).
The “River Club” site (Figure 6) is surrounded and in close proximity to water bodies namely the Liesbeek and Salt Rivers and falls
within the 1:100 year flood-line of these rivers as shown by the detailed floodline determination commissioned by the River Club
developers. The River Club is also located within 500m of the wetland (located to the east of the SAAO site) (Figure 6).
South African Astronomy Observatory Considerations:
Reference can be made to Annexure M which provides the SG diagram for the site and its extent (97,620m2). An Observatory
Landscape Framework was prepared on behalf of the SAAO in May 2010 where four developable areas were identified (Annexure
N). These areas are indicated in Figure 7.
Page | 26
SKA BUI 001/2016
Figure 7: “SAAO” site
Heritage: It is the intent of the South African Heritage Resource Agency (SAHRA) to declare part of the South African Astronomical
Observatory (SAAO) as a National Heritage Site. As such the SAAO will be given a Grade 1 grading in line with criteria stipulated in
the National Heritage Resource Act (No. 25 of 1999). A Grade 1 rating is given for resources with qualities so exceptional that they
are of special national significance (Reference can be made to Annexure O).
Page | 27
SKA BUI 001/2016
Bidders are therefore required to consider the following aspects in relation to this site as part of the technical response:
2.2.1.1. Review existing floodline reports and proposed mitigation measures for the “River Club” site. Confirm whether the
mitigation measures are sufficient and what the best integrated solution will be given that the River Club development is
planning site-wide mitigation. Are there opportunities to co-plan and deliver mitigation measures for both developments?
What capital cost savings could be considered by implementing an integrated approach to flooding? How would this be
coordinated with the River Club developers (planning/design; timelines, construction phase, apportionment of costs)?
What building design considerations will need to be considered given the proposed mitigation and further risk of flooding
and how can parking be accommodated on the site? Confirmation that a water-use license will be required given the
proximity to watercourses and given that the site lies within the 1:100 year floodplain.
2.2.1.2. Source relevant information from the City of Cape Town on existing and planned bulk civil infrastructure in the area (water,
sewerage, power) and assess, given the SKA requirements what will be required to provide this bulk infrastructure to the
“River Club” site whilst considering what the River Club developers are planning in terms of the provision of bulk civil
infrastructure. The analysis must include what design work will be required by the successful bidder in terms of the
provision of bulk civil infrastructure versus what the City of Cape Town will be responsible for.
2.2.1.3. Review existing geotechnical investigation reports of the River Club site and provide an assessment of how these
conditions will impact on the design of the building and discuss the potential impact on capital costs of the building (e.g.
piled foundations etc.)
2.2.1.4. Provide an assessment based on the information provided on site constraints which includes ecology, heritage, physical
space, restrictions, servitudes, archeology etc. whilst taking into account the River Club development.
2.2.1.5. List the advantages of the “River Club” site which include visual, access and incorporation into the overall planning and
integration into the TRUP. Other advantages include possible “piggy-backing” on the River Club development
Environmental Impact Assessment process to shorten timelines. Consideration should be given to providing a physical
link (bridge) between the “River Club” site and the SAAO site.
2.2.1.6. Provide an assessment of what planning / construction approvals are required and the timelines for the preparation and
approvals (e.g. Notification of Intention to Develop; basic environmental assessment/EIA; rezoning, water-use
license/general authorisation; City of Cape Town planning approvals).
Page | 28
SKA BUI 001/2016
3. Design Brief (Scope of Work)
3.1. Vision
The new SKA building must reflect a global mega-science project which is leading the development of cutting-edge
engineering, technology, science and innovation in an effort to realise the MeerKAT and SKA science goals.
The building must be inspirational to international and local stakeholders, its users and members of the public and be
reflective of a project which encompasses many member countries and their collaboration on a project of this scale.
Building users must feel part of the building with well-planned open spaces for colloboration whilst taking into
consideration Green Building principles.
The building must meet its functional requirements whilst integrating with the emerging landscape in the TRUP. It should
be a modern, aesthetically pleasing building which will be representative of the future.
The building must have a unique identity but compliment both the River Club development and the South African
Astronomy Observatory.
3.2. Building Requirements
Reference can be made to Annexure P – Requirements for SKA SA and SKA Science Operations Centre, Cape Town, SKA-TEL-
INSA-0005035 Revision 1, T. Cheetham, 11 October 2015 which provides detailed building / site requirements.
The following should be noted:
3.2.1. The building requirements are a first-order estimate (worst-case) and will require space optimisation through design to
reduce the overall size of the building. This requirements estimate for the various building functions will be carried through
the Conceptual Design Phase together with associated construction cost considerations. These implications (size and
cost) will be assessed together with space optimisation in an effort to reduce the building size. Once the CoDR Review
Panel has made a final recommendation on the requirements and where these can be optimised, the detailed design will
proceed based on either (1) retention of existing requirements or (2) reduction in building overall size requirements;
3.2.2. An assumption has been made that the building is a 3-storey building with “basement” parking and outside parking. This
assumption will be verified once the site studies have been undertaken and the geohydrological investigation has been
reviewed whilst considering zoning restrictions and flooding mitigation measures;
3.2.3. Given the proposed hospitality amenities which will be included in the River Club development, the commercial kitchen
can be removed from the requirements. Further opportunities exist to re-use the existing SAAO workshops to reduce
requirements within the SKA building (this will be considered during the Conceptual Design phase as one of the
space/cost optimisation aspects to be considered);
3.2.4. The design must consider furniture layouts but the procurement of any new furniture will be the responsibility of SKA SA;
3.2.5. The building must comply with the South African National Building Regulations and the City of Cape Town requirements;
3.2.6. Exterior and interior building finishes will be agreed upon in discussion with the appointed design team;
3.2.7. Green Building Star status – the green star status will be agreed upon with the appointed design team once trade-off costs
are considered during the design process.
Page | 29
SKA BUI 001/2016
3.3. Site Studies
3.3.1. Topographical Survey (T0 + 1 month)
The topographical survey will include establishing both vertical and horizontal ground control points, generation of the topographic
maps and verification of the “River Club” site and its features both natural and artificial.
The survey shall yield a Topographic Map for the “River Club” site.
The survey shall, as a minimum include, but is not limited to the following:
Determine boundary conditions (site property boundary, temporary and permanent servitude widths and rights-of-way-widths);
Drawing provided at a scale of 1:500 and clearly define each contour at a 0.2m contour interval, identifying all even contours;
Establish elevations. Spot elevations affecting the design and construction of the building shall be provided, such as ground
elevations, elevations on existing utilities, and all visible surface features within the area to be surveyed. Break points or
changes in grades or terrain shall be provided. Ground elevations shall be to the closest 0.01 m as well as all other elevations
(paved roads, railroads, finished floors, utility lines, drainage structures, monitoring wells, etc.);
Perform a field survey clearly showing all existing surface features within the project limits. Surface features include, but are
not limited to, tree type and trunk diameter, drainage channels (including invert and water surface elevations, water bodies
(ditches, streams, creeks, rivers, ponds, etc.)) including invert and water surface elevations, structures, telephone boxes,
fences, gates, and all other surface features. The size and type of all surface features shall be shown;
Survey all existing facilities at the tie in point at Observatory Road e.g. road network, fence line, boundary walls, servitude,
pathways, kerbing, gutters, services etc.; and
Survey all underground features and utilities within the project limits. These include, but are not limited to, sanitary, stormwater,
water, gas, electric, telephone, cable, fibre optic, traffic loops, other services manholes (including top and invert elevation),
utility vaults (including top and invert elevation), valve boxes (water valves, sewer valves, gas valves, and all other valves,
including top and invert elevations), storm inlets, cleanouts, water meters and aboveground piping and valves and surface
drains and centerline elevations for above-ground piping and valves, septic systems, storage tanks, and all other underground
features. The type, size, alignment, depth, and top and invert elevations of the underground features shall be noted. Slopes
and flow lines shall be noted for existing sewer lines. Materials of construction of underground utilities shall be provided where
available.
The survey must be submitted in the following format:
AutoCAD drawings (DWG and DXF) showing all collected data in three dimensional coordinates along with the required pen
setting files;
Drawing files in PDF format;
On the drawings submitted a title showing identification of property, such as lot number, block number, name, etc., city,
country, province, name of surveyor, date of survey, and drawing number, if any;
Small-scale vicinity map showing the general location of the property with relation to major streets and prominent landmarks in
the area;
Page | 30
SKA BUI 001/2016
All drawings submitted are to have a graphic bar scale and scale in words, a north arrow (showing true and grid north) and
inclusion of a complete legend showing all symbols and abbreviations used is a standard requirement;
XYZ coordinate points in ASCII and LAS file formats;
Digital Terrain Model (DTM);
A contour map in CAD and SHP file formats.
3.3.2. Geotechnical Investigation (T0 + 2 months)
The geotechnical investigation shall as a minimum include the following (but not be limited to):
Confirm the soil types and underlying rock on the “River Club” site;
Identify the characteristics and properties of the underlying strata, through visual assessment, profiling and laboratory
testing;
Determine further investigation to be undertaken as part of the building design; and
Compile an interpretative report on the findings of the investigation.
The on-site activities shall include a field investigation which comprises of test pitting, in-situ profiling, rotary core drilling, sampling
and visual assessment of the material, slope stability determination and visual assessment of ground water seepage.
A total of eight (8) test pits shall be excavated using a light backhoe (TLB) or excavator and 3 rotary core drills shall be undertaken.
The locations of the test pits and rotary core drilling positions shall be confirmed in consultation with the SKA SA. The test pits
should be excavated either at the maximum depth of 5m, or to refusal. The sides of the pits shall be sloped or shored where
required. The pit shall not be entered until it has been declared safe.
The following laboratory Tests are required on material recovered at each of the (8) locations and at every 1m depth interval or
where there are changes in the profile horizon:
Grading,
Soil classification and
Atterberg limits;
Consolidation tests; and
Shear box test;
Undertake Unconfined Compressive Strength (UCS) tests with stress/strain curves (three at every rotary core drilling
position to a depth not exceeding 15m).
DELIVERABLES
Data from the field investigations (test pitting and laboratory testing) must be analyzed and interpreted, and a report prepared
wherein the following aspects will be provided as the minimum deliverables:
General geology of the site;
Test pit locations on a layout drawing;
Discussion of the profiling and the visual assessments;
Page | 31
SKA BUI 001/2016
Discussion of the laboratory testing;
Geotechnical considerations that may have an influence on the proposed/ surrounding structures;
Suitability of in situ material for use as engineered fill;
Slope stabilities during excavation;
Profile logging (test pit and rotary core drilling);
In-situ soil improvement solutions;
Elevation of the water table and dealing with groundwater;
Lateral support solutions
Recommendations for foundation type and design criteria, including but not limited to: bearing capacity of natural or
compacted soil and bedrock; provisions to mitigate the effects of expansive soils, differential settlement and varying soil
strength; and the effects of adjacent loads and;
Expected total and differential settlement.
Profiling of test pits shall comply with “SANS 633-2007 – Profiling, percussion borehole and core logging in Southern Africa”.
Upon completion of the investigation, an Interpretative Report consisting of all deliverables will be submitted, firstly as a draft
version for review, and thereafter as a final version for acceptance.
3.3.3. Environmental Assessment (T0 + 6 months) including
application for Water-Use license & approval (T0 + 12 months)
In terms of Regulation 544 of the 2010 EIA Regulations of the National Environmental Management Act, 1998 contains Listing
Notice 1 which are listed activities requiring a Basic Assessment which will include a public participation process. In terms of
Regulation 545 of the 2010 EIA Regulations under the National Environmental Management Act, 1998 contains Listing Notice 2
which is listed activities requiring an Environmental Impact Assessment, associated specialist studies and will include a public
participation process.
The assumption will be made (to be confirmed by Bidders in their technical response) that a Basic Assessment will be required for
the “River Club” site. Should Bidders through the technical assessment identify that a Scoping Report and Environmental Impact
Assessment will be required for the “River Club” site, provision must be made for this in the planning.
Bidders should however note the following:
1) The River Club Developers are undertaking an Environmental Scoping Assessment and various specialist studies which
will culminate in a full EIA being undertaken. Consideration must be given to whether the NRF “River Club”
site/development can be included in this Scoping Assessment/EIA to optimise on timescales. If this is not the case, the
current assumption is that a Basic Assessment would be required for this site (to be confirmed by specialists in response
Page | 32
SKA BUI 001/2016
to the bid when assessing the site). Bidders must take into account the declaration of part of the “SAAO” site and how this
might impact on the environmental authorisations required.
In terms of pricing, the SKA SA has made provision for a Basic Assessment to be undertaken.
In terms of Section 144 of the South African National Water Act, 1998 (Act No. 36 of 1998), the Act states that no
residential/commercial establishment may take place within the flood lines indicating the maxmimum level likely to be reached in
floodwaters, on average, once in every 100 years. As this is the case for the “River Club” site, it is anticipated that a Water-use
license will be required. An assumption can therefore be made that the site will require a Water-Use license from the Department
of Water Affairs. Provision must be made to undertake the necessary public participation process and and prepare the necessary
documentation to obtain a water-use license. The scope will include but not be limited to:
Undertaking the required specialist studies and collating information, modelling etc.;
Public Participation process;
Completion and submission of the Water-Use license to the Department of Water Affairs for approval.
3.3.4. Rezoning ( T0 + 12 months)
Through the assessment of the”River Club” site and its current zoning status, Bidders must confirm (and cost) if rezoning is
required for the site. Should rezoning be required, provision must be made for a townplanner to undertake the rezoning application
and public participation process.
Page | 33
SKA BUI 001/2016
3.4. Design Process, Deliverables and Approvals
The SKA SA will follow a system engineering process to realise the design, construction, test & verification and handover of the
new building.
Figure 8: SKA SA System Engineering process
3.4.1. Review of SKA Building requirements (T0 + 2 weeks)
The design team will undertake a detailed review of the building requirements listed in Annexure I – Requirements for SKA SA and
SKA Science Operations Centre, Cape Town, SKA-TEL-INSA-0005035 Revision 1, T. Cheetham, 11 October 2015. A
Requirements Review (RR) will be held after 2 weeks to clarify any requirements which are unclear / require further discussion and
where requirements can be optimised/reduced. Once the Requirements Review has been concluded, the conceptual design will
commence.
The design team must familiarize themselves with the City of Cape Town / Western Cape Government planning application
requirements and procedures.
The design team will be responsible for submitting a Notification of Intention to Develop on behalf of the SKA SA and any other
documentation in compliance with SANS 10400 that may be required by the City of Cape Town prior to the concept design
commencing. (including Engineers’ appointment form and certificate in terms of SANS 10400).
Page | 34
SKA BUI 001/2016
3.4.2. Conceptual Design (T0 + 5 months)
The conceptual design will include the submission of the following documents/drawings to the SKA SA three weeks prior to the
Conceptual Design Review being held (CoDR).
3.4.2.1. Site Analysis which includes the following:
Location
The site masterplan which considers the River Club development and the SAAO
Site constraints
3.4.2.2. Concept Design
Massing options of the building/s
Workplace concepts & principles
Workplace zoning options (principles, concepts, zoning plan)
Workplace look and feel (including proposed finishes options)
Floor plans, Elevations, Sections, 3D models
Solar study (External courtyards, natural sunlight etc.)
Gardens
Extended workplace (patios)
Design ideas (Roof & access, facades, finishes)
Site approach (existing conditions, proposed route)
Landscape design summary (access road, parking, lighting, courtyards, gardens)
Engineering Design
Structural & Civil Strategy & conceptual drawings
o Review of geotechnical conditions,
o Bulk civil, electrical, sewerage supply to the site,
o Foundation general arrangement including parking,
o Floor slab general arrangements,
o Roof plan general arrangement,
o 3D views,
o Existing access road with passing points and lighting,
o Drainage strategy,
o Footpaths & kerbs,
o Constraints.
Building Services Strategy & conceptual drawings
o ICT & AV equipment
o Incoming Supplies to site
- Electricity
- Water
Page | 35
SKA BUI 001/2016
- Sewerage
o Mechanical Service Systems
- Ventilation (active & passive, server room, toilets etc.)
- Domestic hot & cold water & drainage
- Cooling (active & passive cooling and server room cooling)
- Building Management System (including fire detection, gas suppresion, CCTV, access control)
- RFI shielding for Anechoic Chamber / re-use
o Electrical Service Systems
- LV distribution (single/redundant)
- Lighting and controls
- Emergency lighting
- Back-up power supply
o Access & maintenance strategy
Sustainability Strategy (including renewable energy strategy/options)
o The development aims to minimise energy consumption and reduce carbon emissions where possible
o A Thermal / Energy Model should be produced by the Mechanical and Electrical teams to identify
specific targets in relation to the following:
• Energy Consumption & Performance Targets which will be established: kWh/m2/yr electrical /
kWh/m2/yr fossil fuel.
• An absolute carbon emission target for the SKA Building will be established: kgCO2e/m2. The
model will be updated in line with the iterative design process.
o Low Carbon and Renewable Energy Technologies – feasibility analysis to determine the suitability of
different low and zero carbon/renewable technologies. The appropriate technology for consideration
must be documented for review. A report must be compiled which indicates how the building complies
to different Green Building Star Status’s and what the cost implications will be between the different
ratings. The following must be considered:
Resource Consumption: Prioritisation of natural daylight and where possible, natural ventilation
to improve the internal environment of the building/s and minimise reliance on fossil fuels.
However, this can have inherent trade-offs in relation to issues such as thermal efficiency and
noise attenuation. This must therefore be continually evaluated as part of the initial building
thermal model to inform the design proposals.
Water: The design should aim for a target of 40% reduction in water consumption if possible.
Climate Change: The aim is for the design to enhance the building’s internal environment
through a strategy prioritising natural ventilation (where possible) and improving natural
daylight. The initial building thermal model once complete will inform the project’s initial energy
and carbon reduction strategy. This will include a preliminary check of solar gains and potential
Page | 36
SKA BUI 001/2016
overheating. The geohydryological assessment (flood risk) must address global climate change
to ensure the building/s drainage is resilient to future climate change and does not adversely
impact on flooding risk at the site.
Heritage and Conservation Value: The SAAO site (site adjacent to the “River Club” site) is a
unique site with part of the site being considered to be declared as a National Heritage Site.
The design team must work together to safeguard the heritage assets and to ensure the
heritage setting is not compromised in any way by the new development. The design team will
need to liaise with their heritage specialists appointed to ensure that the heritage aspects are
maintained and enhanced where possible.
Fire Strategy & drawings
o Means of Escape
o Fire Alarm & Sprinklers
o Fire-fighting
o External fire spread
Acoustic Strategy & drawings
o Environmental Noise Levels
o Acoustic Design strategy
o Facades & natural ventilation
o Roofing systems
o Partitions
o Doors
o Glazed screens
o Sound absorbent treatment
o Sound masking systems
During the Concept Design Phase, the design team will be responsible for liaising with the City of Cape Town / Western Cape
Government to ensure that all design/building/application requirements are met as and when required. The design team will be
responsible for submitting the necessary documentation in compliance with the City of Cape Town / Western Cape Government
requirements.
The Concept Design will include the submission of the following for review by a Concept Design Review Panel (CoDR) appointed
by the SKA SA:
1. Written CoDR report in Word and PDF format
2. Building Information Modelling (BIM) drawings in 3D of architectural and engineering discplines to ensure there are no
clashes with services (clash simulation modelling to be undertaken). 3D models will be made available to the Employer
and Construction Contractor in the required formats;
Page | 37
SKA BUI 001/2016
3. Trade-off options & recommendations to be considered for down-selection which includes a reduction in functions/building
sizes, Green Building Status and renewable energy considerations amongst others;
4. Reliability, Availability, Maintainability report on all key components (HVAC, electrical, gas supression & fire detection,
back-up power etc.) and draft Maintenance Strategy;
5. Estimated lifecycle costs of building (capital, operations & maintenance) taking into account the sustainability strategy;
6. Health & Safety Analysis (risk assessment & proposed mitigation through design);
7. Product Assurance and Quality Management plan;
8. Draft Test, Verification, Commissioning plan during construction;
9. Project Management Plan for Construction;
10. Construction Schedule & Deployment strategy;
11. Risk and Opportunity Register.
All reports, drawings and registers will be submitted in the agreed upon format between the SKA SA and the design team (upon
appointment, the SKA SA will provide templates, document numbers, risk methodology requirements, configuration management
requirements etc).
The CoDR panel will review all documentation upon receipt 3 weeks prior to the CoDR. The CoDR panel will through an
Observation Action Register (OAR) raise questions/comments/clarifications which will be submitted to the design team one week
prior to the CoDR. The design team will present their responses to the OAR at the CoDR in an effort to close-out these comments.
The CoDR Panel will publish a report within one week on whether the concept design can proceed to the detailed design phase
and record decisions on down-selected options presented during the concept design phase.
Bi-weekly progress meetings will be held between the design team and the SKA SA at the SKA SA offices in Pinelands, Cape
Town. The Project Manager for the design team will be responsible for minuting the actions from each meeting including Requests
for Information from the SKA SA as and when required.
3.4.3. Detailed Design (T0 + 9 months)
The detailed design will include the submission of the following documents/drawings to the SKA SA three weeks prior to the Critical
Design Review being held (CDR):
1. Written Detailed Design report/s in Word and PDF format;
2. BIM modelling in 3D (if the successful bidder is able to provide models progressed to 4D (timelines for construction), 5D
(costs/cash-flow model for construction) and 6D (operations & maintenance costs), this would be an added advantage. All
models to be provided to the SKA SA and the appointed Construction Contractor for ease of use during construction,
operations & maintenance;
3. Construction Working Drawings in Autocad/REVIT/GIS format and PDF Format (including bending schedules, cable
schedules, detailed specifications) and a detailed Bill of Quantities for construction;
Page | 38
SKA BUI 001/2016
4. Final Reliability, Availability, Maintainability report on all key components (HVAC, electrical, gas suppression & fire
detection, back-up power etc.) and final Maintenance Strategy including complete Asset list (RASCI chart) to be handed
over to the Employer;
5. Final Test, Verification and Commissioning plan for construction of all the building elements and associated bulk
infrastructure;
6. Lifecycle costs of building (capital, operations & maintenance);
7. Final Health & Safety Analysis;
8. Final Product Aassurance and Quality Management Plan for Construction;
9. Project Management Plan for Construction, Test, Verification, Commissioning and Handover;
10. Construction Schedule & Deployment strategy (including integration plan between different building and civil infrastructure
components);
11. Risk and Opportunity Register.
During and after the Detailed Design Phase, the design team will be responsible for submitting all final building design plans to the
City of Cape Town / Western Cape Government for approval prior to construction and obtaining the necessary construction
permits/licenses required for construction.
The CDR panel will review all documentation upon receipt 3 weeks prior to the CDR. The CDR panel will through an Observation
Action Register (OAR) raise questions/comments/clarifications which will be submitted to the design team one week prior to the
CDR. The design team will present their responses to the OAR at the CDR in an effort to close-out these comments. The CDR
Panel will publish a report within one week on whether the detailed design can be submitted for planning approval and the
commencement of the procurement phase.
Bi-weekly progress meetings will be held between the design team and the SKA SA at the SKA SA offices in Pinelands, Cape
Town. The Project Manager for the design team will be responsible for minuting the actions from each meeting including Requests
for Information from the SKA SA as and when required.
3.5. Preparation of tender documentation (end of CDR T0+9 months to
T0+11 months)
The professional design team will be responsible for the preparation of all the tender documentation required to appoint a
construction contractor for the project. This will include the following:
Developing tender specifications in compliance with the National Treasury Regulations and Preferential Procurement
Policy Framework Act, 2000 and the Construction Industry Development Board (CIDB) Conditions of Tender;
Market analysis of potential bidders meeting the required CIDB grading scale;
Detailed Bill of Quantities, inclusion of construction drawings, detailed design reports, specifications, BIM models etc.
Define the health, safety & environmental, quality assurance specifications in the tender documentation;
Define the Contract Participation Goals for the contract and socio-economic upliftment requirements;
Definition of as-built requirements, spares, operations & maintenance manual requirements and consideration of support
through Service Level Agreements for key equipment;
Page | 39
SKA BUI 001/2016
Agree in conjunction with the SKA SA on the type of construction contract to be utilised (SKA SA has a preference for
FIDIC);
Establish the tender evaluation criteria in conjunction with the SKA SA;
Participate in the SKA SA Bid Specification Committee.
3.6. Procurement Phase (End of CDR T0+11 months to T0+15 months)
Lead a compulsory tender briefing session in Cape Town will all bidders;
Participate in the SKA SA Bid Evaluation Committee;
Undertake the financial evaluation of bidders’ responses to confirm errors/ommissions in the bills of quantities.
The professional design team will be responsible for notifying the City of Cape Town / Western Cape Government of the intention
to commence building work timeously and coordinate any inspections required by the City of Cape Town.
3.7. Construction Administration phase
The appointed design professional team will be responsible for executing the following construction administration role:
1) Input into content of contractor appointment letter; insurances; performance guarantee requirements; health, safety and
environmental management plan review and approval prior to construction; quality assurance plan review and approval
prior to construction;
2) Undertaking any environmental walk-throughs required prior to and during construction (e.g. heritage, archaeological);
3) Review and approval of the construction programme including project float, critical path items, holding points and items
identified critical for integration;
4) Convening weekly face to face site coordination meetings with the contractor and appointed sub-contractors to ensure
proper coordination and integration;
5) Undertake the Resident Engineer/Principal Agent role on behalf of the SKA SA to ensure that construction, testing,
verification, commissioning and handover is done within budget, to the required quality and within the approved
construction timeline. (Level 3 construction monitoring in terms of the the Engineering Council of South Africa Guideline
for Services and Processes for Estimating Fees for Persons Registered in terms of the Engineering Profession Act, 2000
(Act No. 46 of 2000), Government Gazette 39480, Board Notice 138 of 2015;
1) Regardless of what contract will be utilised for the construction contractor, the Principal Agent/Resident Engineer will be
required to obtain written approval from the SKA SA prior to any site instructions or variation orders are issued and
providing the SKA SA with any early-warnings of potential delays in the schedule which has an impact on cost;
2) Lead monthly face to face progress meetings including the recording of minutes, action items, review of the construction
schedule, progress on implementing contract participation goals and socio-economic requirements as defined in the
contract;
3) Assessment, approval and submission of monthly payment certificates to the SKA SA for payment;
4) Undertaking health, safety, environmental, quality assurance audits in conjunction with SKA SA team;
5) Ensuring that the required design disciplines are involved in inspections as applicable to their work during construction
(Level 2 construction monitoring of key engineering discplines who undertook the design and will undertake bi-weekly
Page | 40
SKA BUI 001/2016
inspections related to these key disciplines in terms of the the Engineering Council of South Africa Guideline for Services
and Processes for Estimating Fees for Persons Registered in terms of the Engineering Profession Act, 2000 (Act No. 46 of
2000), Government Gazette 39480, Board Notice 138 of 2015;
6) Compiling site inspection reports, non-conformance certificates, requests for waivers as and when required;
7) Providing cash-flow and expenditure reports (Earned value management reporting) on a monthly basis to the SKA SA and
liaising with the contractor to provide a record of the socio-economic benefits acrrued from the project.
8) The following Levels of involvement in terms of the the Engineering Council of South Africa Guideline for Services and
Processes for Estimating Fees for Persons Registered in terms of the Engineering Profession Act, 2000 (Act No. 46 of
2000), Government Gazette 39480, Board Notice 138 of 2015 are expected from key design and engineering discplines
during construction which must be included in Pricing Schedule 1:
Architect: Level 2
Civil Engineer: Level 2
Electrical Engineer: Level 2
Mechanical Engineer: Level 2
Structural Engineer: Level 2
IT Engineer: (Level 1)
RF Engineer: (Level 1)
Resident Engineer/Principal Agent: (Level 3)
SHEQ Specialist: (Level 1)
Quality Assurance Manager: (Level 2)
Quantity Surveyor: (Level 2)
The definition of the Levels is summarised for ease of reference:
(a) Level 1: Periodic Construction Monitoring (Normal Services i.e. no additional services)
The consulting engineer’s staff shall:
(i) Visit the works at a frequency of once every two weeks on average over the duration of the works, with additional visits
for works completion inspections and inspections for works defects lists.
(ii) Review random samples of material and work procedures that will coincide with the normal frequency visits, for
conformity to contract documentation, and review random samples of important completed work prior to covering up, or on
completion, as appropriate.
(b) Level 2: Part-time Construction Monitoring (Normal Services for building structures and additional services involving part-
time staff paid for by the client for other disciplines and projects). The consulting engineer’s staff or part time construction
monitoring staff shall:
(i) Regularly visit the site at a frequency which may vary during the course of the project, and such visits may be daily or
weekly, according to the demands of the project.
(ii) Regularly, review samples of materials and work procedures that may require more frequent visits than required for
Level 1, for conformity to contract documentation, and review regular samples of important completed work prior to
covering up, or on completion, as appropriate.
Page | 41
SKA BUI 001/2016
(iii) Where the consulting engineer is the sole professional service provider or principal agent, carry out such
administration of the project as is necessary on behalf of the client.
(c) Level 3: Full-time Construction Monitoring (Full time staff seconded to the client for the duration of the works and paid for by
the client). The full time construction monitoring staff shall:
(i) Maintain a full time presence on site to constantly review samples of materials and work procedures, for conformity to
contract documentation, and review completed work prior to covering up, or on completion, as appropriate.
(ii) Assist with the preparation of as-built records and drawings to the extent required in the agreement with the client
(iii) Where the consulting engineer is the sole professional service provider or principal agent, carry out such
administration of the project as is necessary on behalf of the client.
3.8. Test, Verification, Commissioning & Handover phase (T0+30
months)
The appointed design professional team will be responsible for executing the following during this phase:
1) Coordinate and undertake test and verification events between the contractor, the professional team and the SKA SA (as
defined in the construction schedule) in compliance with the test, verification and commissioning plan defined during the
design phase (TRR);
2) Lead all site acceptance tests that need to be undertaken by the contractor while being witnessed by the professional
team and SKA SA (SATs);
3) Lead the commissioning/integration plan of major equipment in conjunction with the Contractor and the SKA SA;
4) Compile snag lists, ensure the contractor addresses the snags and issuing completion certificates (interim, practical, final);
5) Liaise with the City of Cape Town to coordinate the required inspections and issuing of the Certificate of Occupancy;
6) Taking overall responsibility for coordinating the compilation of the following as-built documentation between the design
team (appointed bidder) and the Construction Contractor 2 months prior to completion of construction in preparation for
achieving an as-built baseline (ABBL):
- As-built drawings (workshop, construction, other) in PDF, dwg, dxf, Visio & BIM Models in 3D, 4D, 5D and 6D
format both in hard copy and in soft copy. The hard copy must be signed off by the Principal Agent/Resident
Engineer/design team and submitted to the SKA SA;
- All test, verification and commissioning reports must be reviewed and signed by the relevant design engineering
discipline/Architect and submitted to the SKA SA;
- Coordinate and supply of operations and mantainance manuals by all suppliers and contractors as per SKA SA
defined requirements. This shall include the coordination and compilation of the final hand-over package. The
final hand-over package must be submitted in hard and soft copy (PDF, word, dwg, dxf, excel etc.).
- Coordination of the training of operational staff for all equipment as per SKA SA requirements;
- All finishing schedules etc.
- All Certificates of Compliance which are signed off by the design engineers and the contractor;
- Manage the defect-liability period by conducting an inspection on a quarterly basis for the period and prior to final
handover certificates are signed to identify defects which must be addressed by the contractor.
Page | 42
SKA BUI 001/2016
(7) Undertake a post-occupancy evaluation (POE) six months after the completion of construction and provide a written report
of the outcome of this evaluation to assist the SKA SA Facilities Manager with ongoing operations and maintenance.
Page | 43
SKA BUI 001/2016
4. Performance Levels
The SKA SA requires the following levels of performance from the selected Bidder:
Performance Area Required Level of Performance
Site Studies
Topographical survey T0 (Contract kick-off) + 1 month
Geotechnical investigation T0 + 2 months
Environmental Assessment & specialist studies T0 + 6 months
Water-use license studies, application & rezoning
studies, application and approvals
T0 + 12 months
Design Phase
Requirements Review (RR) T0 + 2 weeks
Concept Design Review (CoDR) T0 + 5 months
Detailed Design Review (CDR) T0 + 9 months
Planning Approvals, preparation of tender
documentation to appoint a construction contractor
T0 + 11 months
Tender, Adjudication, Award T0 + 15 months
Construction – As-built baseline (ABBL) T0 + 30 months
Completion of Defects Liability Period T0 + 42 months
NOTES:
(1) Penalties of R10, 000.00 per day will be applied should the professional design team not meet the Required Levels of
Performance defined in the Table above.
(2) The application of penalties for delays during construction will be assessed to confirm whether the delays are a direct
result of delays caused by the construction contractor or delays resultant from the professional design team appointed for
this Contract.
Page | 44
SKA BUI 001/2016
5. Part T1: Bidding Procedure
5.1. T1.1: Bid Notice and Invitation to Bid
SQUARE KILOMETRE ARRAY SOUTH AFRICA (SKA SA) invites bids to appoint a professional design team (led by an
Architect’s firm) to undertake site studies, the design, development of the procurement invitation to appoint a
construction contractor, construction administration, testing, verification, commissioning and handover of the new SKA
building in Cape Town.
Bid documents will be available from Friday, 8th July 2016 during working hours (08h00 to 16h00 Monday to Friday). The
physical address for collection of bid documents is:
Square Kilometre Array South Africa 17 Baker Street, 1st floor Reception Rosebank Johannesburg 2193
Square Kilometre Array South Africa 3rd Floor Reception, The Park, Park Road Pinelands Cape Town 7405
Queries relating to the issuing of these documents may be addressed to:
Supply Chain Management: Technical Queries:
Rayyan Arnold Tracy Cheetham
SKA SA SCM Specialist General Manager: Infrastructure & Site Operations
[email protected] [email protected]
+27(0)21 506 7300 +27(0)11 268 3400
All Bidders must attend a compulsory briefing meeting at the SKA SA offices (2nd floor Auditorium) at The Park, Park
Road (opposite Vincent Palotti Hospital), Pinelands, Cape Town at 11h00 on the 20th July 2016. No more than two (2)
representatives per bidder shall attend the meeting. Failure to attend the briefing meeting will deem the proposal
unresponsive. An opportunity will be provided to the prospective Bidders to visit the “River Club” site after the briefing
session in order to acquaint themselves with the site and its conditions.
This bid is only open to South African bidding entities.
The bid will close at 12h00 on Wednesday, 17th August 2016. Bids must be placed in the Tender Box located at
Reception on the 3rd floor at the SKA SA Office, The Park building, Park Road, Pinelands, Cape Town.
Telegraphic, telephonic, facsimile, email and late bids will not be accepted. Requirements for sealing, addressing,
delivery, opening and assessment of bids are stated in the Tender Data.
Page | 45
SKA BUI 001/2016
5.2. T1.2: Tender Data
The Standard Conditions of Tender makes several references to the Tender Data for details that apply specifically to this bid. 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 Standards Conditions of Tender to which it mainly applies. F1.1 The Employer is: Name: Square Kilometre Array South Africa 17 Baker Street Rosebank JOHANNESBURG South Africa 2193
Contact person: Tracy Cheetham
Tel: +27(0)11 268 3400
Email: [email protected] F1.2 The bid documents issued by the Employer comprise of the following:
THE BID Part T1 Bidding procedures T1.1 Bid notice and invitation to tender T1.2 Bid data Part T2 Returnable documents T2.1 List of Returnable documents T2.2 Returnable Schedules THE CONTRACT Part C1 Agreements and contract data C1.1 Form of offer and acceptance C1.2 Contract data Part C2 Pricing Data C2.1 Pricing Instructions C2.2 Pricing Schedule F.2.3 The arrangements for a compulsory clarification meeting are:
Location: SKA SA Offices, 2nd Floor Auditorium, The Park, Park Road, Cape Town Date: 20 July 2016 Starting time: 11h00
Confirmation of attendance to be notified at least one full working day in advance to: Name: Tracy Cheetham Tel: +27(0)11-268 3400 Email: [email protected]
Bidders must sign the attendance list in the name of the bidding entity. Addenda will be issued and bids will be received only from those tendering entities appearing on the attendance list.
Page | 46
SKA BUI 001/2016
F2.13.1 Not applicable F2.13.3 Part of each bid offer communicated on paper shall be submitted as an original, plus three additional copies,
four documents in total (i.e. four hard copies of the Technical Envelope and four hard copies of the Financial Envelope), plus a CD containing all technical information and another CD containing the financial information.
F2.13.9 Telephonic, telegraphic, telex, facsimile or emailed bid offers will not be accepted. F2.15 The closing time for submission of bid offers is: 12h00 on Wednesday, 17th August 2016 F2.15.1 The Employer’s address for delivery of bid offers and identification details to be shown on each bid offer
package are: Location of tender box: SKA SA Office, 3rd Floor Reception (Tender box location) The Park building Park Road CAPE TOWN South Africa
Identification Details: Contract No SKA BUI 001/2017: Appointment of a professional design team to undertake site studies, design, development of the procurement invitation for the appointment of a construction contractor, construction administration, testing, verification & commissioning of the new SKA building in Cape Town, South Africa
Bidders shall note the specific requirements for packaging for the two envelopes as detailed on Page 5 of this bid
document and in clauses F2.13.6 and F2.13.7 of the Conditions of Tender.
Any proposal that does not adhere to this format, any which does not address each specification and requirement within
the Request for Proposal may be deemed non-responsive and rejected on that basis.
F2.16 The bid offer validity period is 150 calendar days from close of tender.
F2.19 No access for tests and inspection is required during the bidding period.
F2.23 The Bidder is required to submit with his bid:
(1) BBBEE Scorecard verified by a SANAS accredited verification agency, including all of the sub-
contractors;
(2) Proof of registration with the National Treasury Central Supplier Database.
F.3.2 Issue Addenda
If necessary, issue addenda that may amend or amplify the bid documents to each Bbidder during the
period from the date that the bid documents are available until five working days before the bid closing time
stated in the Tender Data. If, as a result a bidder applies for an extension to the closing time stated in the
Tender Data, the Employer may grant such an extension and, shall then notify all Bbidders who drew
documents.
Page | 47
SKA BUI 001/2016
F.3.4 The time and location for opening of the bid offers are:
Technical proposal envelopes will be opened immediately after the submission of Bids at the SKA Project
Office at the address indicated in F.2.15.1 above.
F3.5 A two-envelope procedure will be followed.
The procedure for the evaluations of responsive tenders is Method 2, following a functional/quality
evaluation for Stage 2: Technical Evaluation where a minimum score of 75 points out of 100 points must be
attained by the Bidder and then the Stage 3: Technical Evaluation where the Bidder must also achieve a
minimum of 75 points out of 100 points to proceed to the Stage 4 evaluation: financial and preference. The
preference procedure for evaluation of responsive tender offers shall be the 90/10 point preference system,
in full compliance with the requirements of SKA SA, included in Form C3: Preference Schedules.
Envelope “T”: Compliance & Functionality
Envelope “T” must be clearly marked “Compliance and Functionality” and include the following:
The original tender invitation document completed, signed and bound;
The response to the Terms of Reference. One original and 3 hard copies with one electronic PDF
version saved on CD, each separated in terms of Compliance and Functionality;
Envelope “T” should not include any price proposal, any indication of professional rates or fees or B-
BBEE status..
Envelope “F” must be clearly marked “Price and B-BBEE” and include the following documents:
The price of the project and B-BBEE status of the bidder (For a Joint Venture, a consolidated original B-
BBEE Certificate is required and for any sub-contracting, sub-contractors must submit a B-BBEE
certificate).
Both these envelopes must be clearly marked with the bid reference number and the contact details of the
bidder.
The Bidder must be a single legal entity which is an Architectural firm with all other necessary expertise secured via sub-
contract or under a Joint Venture Agreement. The lead (contracting party) will be an architectural firm who will secure the
necessary other professional engineering and specialist resources required to execute the contract. The NRF will enter
into a single contract for the delivery of the work set out in the Scope of Work for this bid;
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 enterprise that does not qualify for at least the
points that such Bidder qualifies for, unless the intended sub-contractor is an EME that has the capability an ability to
execute the sub-contract.
Page | 48
SKA BUI 001/2016
F3.11.3 The quality criteria and maximum score in respect of each of the criteria are as follows:
Selection of Qualified Bidders (Competency)
Bid responses / submissions will be evaluated against the bid invitation specifications. Evaluation of bids will be done
in accordance to published evaluation criteria and the scoring set for each criterion. Bidders will be qualified (short-
listed) progressively on competency in response to site and design proposals through and including presentation of
proposal stage. The selection process is a four- stage process (Stage 1: review of returnable documentation against
GO/NO GO), followed by Stage 2: a site evaluation and building design proposals evaluated by the SKA SA Bid
Evaluation Committee. Bidders meeting 75% or 75 points out of 100 point threshold will be invited to do presentations
(Stage 3). Presentations are required to provide comprehensive information on the High-level assessment of the site
and Artist’s impression of the building / site as well as to demonstrate the competency and capability of the Bidder
through the presentation of a portfolio of projects successfully undertaken. The Bid Evaluation Committee will evaluate
the presentations as defined in the evaluation criteria contained in this bid. Only bidders that meet a minimum of 75%
or a total of 75 points out of 100 points in Stage 3 will proceed to Stage 4: Financial/B-BBEE Evaluation phase.
Qualifying Thresholds for Selection (Stage 1) Evaluation
Where Bbidders do not score “GO” on all “GO/NO” requirements in Stage 1; and score less than the minimum
threshold of 75% or 75 points out of 100 points for Stage 2 will not be considered for the next stage of
evaluation and then 75% or 75 points out of 100 points for Stage 3 will not be considered for the Stage 4
evaluation. Evaluation scoring for all criteria is scored on the following basis unless specified otherwise:
1 2 3 4
Poor Average Meets
requirements
Exceeds
requirements
with value-add
proposition
Total score per evaluation criteria is the points awarded per Bid Evaluation Committee member divided by maximum
points allowable for each criterion multiplied by weighting for each criterion. Individual scores for Bid Evaluation
Committee members are added up for each criterion and divided by the number of committee members to calculate a total
score for each criterion.
Page | 49
SKA BUI 001/2016
SELECTION CRITERIA
Stage Element
1 Covering Letter GO NO GO
Confirmation of registration on National Treasury central supplier
database
GO NO GO
Schedule 1: Schedule confirming compliance to list of Key Design and
Engineering Personnel
GO NO GO
Schedule 2: Certified copies of Professional Qualification for Key Design
and Engineering Personnel (attached to Schedule 1)
GO NO GO
Schedule 3: Certified copies of Professional Registration with the
relevant South African Professional Council for each discipline (attached
to Schedule 1)
GO NO GO
Schedule 4: The Curriculum Vitae of the key Design and Engineering
Personnel which demonstrates their knowledge, experience and track
record in projects similar to the scope of work for this bid and has
provided substantiating evidence of their involvement in projects similar
to this bid
GO NO GO
Schedule 5: The bidding entity (including its sub-contractors and joint
venture partners) have provided at least three (3) credible, written and
contactable references each from the clients for whom projects have
been undertaken similar to the nature of the SKA building requirements
and footprint and have indicated their willingness to take SKA SA
representatives on such site visits to such client premises if requested by
the SKA SA.
GO NO GO
Schedule 6: Evidence of the Bidder, sub-contractors and JV partners
existing human resource training and development and socio-economic
development activities & proposed skills devlopment plan specific for this
contract
GO NO GO
Page | 50
SKA BUI 001/2016
Bidders are required to comply with all of the Stage 1 documents / forms / schedules requested in the Table above. A “GO” means
that the Bidder has submitted each document/schedule and a “NO GO” means a document / schedule has not been submitted
which will declare the Bidder non-responsive.
Bidders must ensure that ALL the above Forms and Schedules are submitted to ensure that the bid is declared responsive
and can proceed to the Stage 2 Evaluation.
Stage Element
1 Form A1: Authority for signatory GO NO GO
Form A2: Tenderer’s bank account details and financial references GO NO GO
Form A3: Certificate of Insurance Cover GO NO GO
Form A4: Certificate of Authority for Joint Venture (if applicable) GO NO GO
Form A5: Form concerning the fulfilment of the Construction Regulations,
2014 GO NO GO
Form A6: Amendments and Qualification by Bidder GO NO GO
Form B1: Certificate of Bidder’s Attendance at the Compulsory Meeting GO NO GO
Form B2: Record of Addenda to Bid Documents GO NO GO
Form B3: Compulsory Enterprise Questionnaire GO NO GO
Form B4: Declaration of Interest (SBD 4) GO NO GO
Form B5: Declaration of Bidder’s Past Supply Chain Management
Practices (SBD 8) GO NO GO
Form B6: Certificate of Independent Bid Determination (SBD 9) GO NO GO
Page | 51
SKA BUI 001/2016
Stage 2 Technical Evaluation Weighting
1. High-level assessment report of NRF site which addresses the following aspects: (Bidders must achieve a minimum averaged score of 3 by all BEC members for each criteria 1.1 to 1.5 as these are GO/NO GO criteria which Bidders have to comply with in their response)
30 (Total)
1.1. Proposed site and building mitigation measures to address flooding which takes into account the River Club development mitigation measures and how this can be coordinated
10
1.2. Overview of existing bulk civil, sewer and electrical infrastructure in close proximity to site with a statement on how the design will connect to the existing bulk infrastructure and what will be considered and how these connections will be expedited through the design process
5
1.3. Review of existing geotechnical conditions and how this will impact the design of the building and cost associated with the building
2
1.4. Description of site constraints identified (ecology, archaeology, heritage, physical space, servitudes, restrictions, zoning etc.) and how these will be addressed through the design of the landscape and building
10
1.5. Description of construction license approvals required which includes planning approvals, water-use license, environmental authorisation, rezoning and the timelines associated with these applications and approvals. Opportunities for shortening timeframes to be considered in terms of planning / studies already undertaken by the River Club developers
3
2. Evaluation of 3D Artist’s impression of the building, site and surrounding landscape based on the following aspects: (Bidders must achieve a minimum averaged score of 3 by all BEC members for each criteria 2.1. to 2.2. as these are GO/NO GO criteria which Bidders have to comply with in their response)
45 (Total)
2.1. Appeal and creativity / innovation of the Concept proposed 25
2.2. Demonstration of effective use of the space on the site which includes access routes, provision of parking and other bulk infrastructure considerations and adequacy of the site to accommodate the SKA building requirements
20
3. Project Management Plan specific to this project which addresses the following (Bidders must achieve a minimum averaged score of 3 by all BEC members for each criteria 3.1. to 3.4. as these are GO/NO GO criteria which Bidders have to comply with in their response):
15 (Total)
3.1. Proposed Management Plan for the execution of this Contract project management (cost, schedule, reporting, performance measurement) system engineering, sub-contractor management, information & document management, engineering management, risk management & project implementation strategy
4
Page | 52
SKA BUI 001/2016
Stage 2 Technical Evaluation Weighting
3.2. Organogram indicating key engineering disciplines, responsibilities, resource allocation and estimated time required for design disciplines during the design, procurement and construction phase
3
3.3. Clear description of how integration will be managed during the design phase, construction, testing and commissioning and how the design team, construction administration team, construction contractor integration will be mangaed
4
3.4. Communication plan between the professional team, the SKA SA, construction contractor, approval authorities etc. will be undertaken
4
4. Health, Safety, Environmental and Quality Management Plan for the execution of this Contract (Bidders must achieve a minimum averaged score of 3 by all BEC members for criteria 4 as this is a GO/NO GO criteria which Bidders have to comply with in their response)
15 (Total)
TOTAL 100
All Bidders with bids that have been successful at the Stage Two level by meeting the minimum of 75% or a total of 75 points out of 100 points will be invited to make a presentation to the SKA SA Bid Evaluation Committee for further consideration.
Stage 3 Technical Evaluation Weighting
1. Presentation (approx. 45 minutes) to the SKA SA Bid Evaluation Committee which further demonstrates the capacity and capability of the Bidder:
100 (Total)
1.1. Presentation of Technical Assessment of “River Club” site and proposed design concept submitted highlighting the key opportunities and risks associated with both the site and the building
30
1.2. Portfolio of projects already executed by the Bidder, Joint Venture Partners and sub-contractors which are similar in size/nature/function to the SKA building
40
1.3 Description of Summary of skills development plan / skills transfer, mentorship / CSI implementation specific to this project
30
TOTAL 100
Page | 53
SKA BUI 001/2016
Selection of Qualified Bidders (Proposal and shortlisting) (Stage 3)
Bidders must achieve a minimum of 75% or 75 points out of 100 points during this stage (Stage 3) to proceed to the Stage 4
Financial/B-BBEE evaluation.
2. Awarding of the Contract (Stage 4)
Bids will be compared on a fair and equal basis taking into account all financial aspects of the proposals including professional fees
percentage/ratio and any discounts thereon.
The contract award criterions are:
1. Price – with the lowest comparatively priced bid on an equal and fair comparison basis receiving the highest price score as set out in the 2011 Preference Regulations
2. Preference – preference points as claimed in the preference claim form are added to the price scores and the highest
combined score is nominated for the contract award
3. Administration - Contracts are awarded where bidders have supplied the relevant administration documentation.
Preference System Applicable
In terms of the PPPFA Regulations 2011, the preference system used is the 90 (price): 10 point system, utilising the B-BBEE
Transformation Levels as award base. Preference points will be awarded in accordance with the bidders signed claim for SBD 6.1.
Price and Preference Scoring:
Price and Preference scores shall be calculated and determined as per Table below. The Bidder, and all the proposed sub-
consultants are required to submit a copy of its Broad-Based Black Economic Empowerment Certificate, issued by a
South African National Accreditation System (SANAS) accredited verification agency (as per form SBD 6.1.).
Price and Preference Evaluation 100
Price 90
Preference 10
Page | 54
SKA BUI 001/2016
Evaluation Criteria 90 points towards Price 10 points for Preference
Score
Price 100% of 90 points will count towards price. The Lowest Acceptable Bid will earn full marks and any higher Bids will proportionately earn fewer points. The formula used in determining points for price will be:
Ps 90 1Pt Pmin
Pmin
Where Ps = Points scored for price of bid under consideration Pt = Rand value of bid under consideration Pmin = Rand value of lowest acceptable bid submitted
90 points
Preference Points Preference points will be awarded to bidders attaining their B-BBEE status level of contribution in accordance with the table below:
B-BBEE Contribution Level Points
1 10
2 9
3 8
4 5
5 4
6 3
7 2
8 1
Non-compliant contributor 0
10 points
TOTAL 100
F3.13 Bid offers will only be accepted if:
(a) The Bidder or any of its directors/shareholders 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 either;
(b) The Bidder has not: (i) Abused the Employer’s Supply Chain Management System; or (ii) Failed to perform on any previous contract and has been given a written notice to this effect;
(c) The Bidder has completed the Compulsory Enterprise Questionnaire and there are no conflicts of interest which may impact on the Bidder’s ability to perform the contract in the best interests of the Employer or potentially compromise the bid process and persons in the employ of the State are not permitted to submit bids or participate in the contract;
(d) The Bidder is registered and in good standing with the compensation fund or with a licensed compensation insurer;
Page | 55
SKA BUI 001/2016
(e) The following Stage 1 compliance verification supporting documentation is submitted:
(1) Covering Letter
The Bidder must include a Covering Letter whereby the following are stated:
Acceptance of the rules of bidding, evaluation of bids, and bid evaluation criteria set out in the Terms of
Reference;
Provide full contact details of the Bidder;
Providing the Bidder’s VAT Registration Number;
(2) Confirmation of Registration on National Treasury Central Supplier Database
Proof that the Bidder is registered on the National Treasury Central Supplier Database
(3) Schedule 1: Schedule of Key Design and Engineering Personnel
In order to be considered for an appointment in terms of this bid, the Bidder must submit a schedule of
the key Design and Engineering Personnel required to execute this project (as per Table 1) in its
permanent employment for the duration of the project. Alternatively, the Bidder needs to have entered
into sub-contractor agreements and or joint ventures. These agreements will need to be appended to
the compulsory completed and returnable ‘Schedule 1: Schedule Key Design and Engineering
Personnel’. Bidders should note that the names submitted for the key design and engineering
disciplines for the successful Bidder may not be changed without prior written approval by the SKA SA
in the implementation of this Scope of Work.
(4) Schedule 2: Professional Qualification
Certified copies of professional qualification of each Team Member must be attached to Schedule 1: Key
Design and Engineering Personnel.
(5) Schedule 3: Professional Registration
Certified copies of professional registration certificates (where relevant Councils’ exist) of each individual
Team Member must be attached to the Schedule 1: Schedule of Key Design and Engineering
Personnel.
Page | 56
SKA BUI 001/2016
(6) Schedule 4: Curriculum Vitae
CVs must be submitted in the required format;
Only include CV’s for the required personnel as listed in the above table and in the format of the
template as per Schedule 4. Please attach in the order that the key Design and Engineering Personnel
are listed on the schedule;
Do NOT include CVs for support staff.
Please Note:
The Bidder should respond to the requirements listed in Table 1 below and insert the details of the
required personnel in the Schedule of Key Design and Engineering Personnel and attach the supporting
documentation and sub-contracting agreements (where applicable);
The Bidder must clearly indicate in the Table where one person can fulfil various roles;
The names listed in Table 1 for the Key Design and Engineering discplines will be those personnel that
carry design responsibility for the respective design engineering discipline;
Do not include support staff in the Schedule of Key Design and Engineering Personnel. Only key
personnel will be assessed. Support staff with therefore not be assessed. It is however the
responsibility of the Bidder to ensure that the project is provide with adequate support capacity;
Where there are no names next to the suggested Key Design and Engineering Personnel, it will be
assumed that the Bidder does not have the personnel included in the professional team;
In order to qualify, the team must include all the Key Design and Engineering Personnel (or indicate
where one person fulfils other roles) and each Team Member must meet the minimum requirements in
relation to qualification, registration and number of years’ experience as stated in Table 1.
The Key Design and Engineering personnel must be registered with their respective related regulatory
bodies and have recognised qualifications. Registration with Councils, for those professions where
Councils exist, and with Associations or Institutes for those professions where only Associations and / or
Institutes exist is required.
Page | 57
SKA BUI 001/2016
Table 1: Key Design and Engineering Personnel, Qualifications and Registration
Key Design &
Engineering Personnel
Minimum Academic
Qualification Required
Professional
Registration
required
Required minimum years of
experience, skills pre-requisites and
knowledge in the profession relevant
to this project, calculated from date
of qualification in that specific
professional role
Architect Architecture Degree or
equivalent with post-
graduate degree an added
advantage
Yes 10 years from date of registration
designing offices/multi-use spaces which
are similar in nature to the SKA
site/building requirements which
incorporates the surrounding landscape
Project / Contract
Manager
Built Environment Degree
or equivalent
Yes 7 years experience from date of
registration with demonstrated
experience in project managing
contracts of a similar nature and
ensuring integration of various built
environment / specialist disciplines
during design and construction
Hydrologist Engineering degree or
equivalent specialising in
hydrology
Yes 10 years experience from date of
registration in assessing, modelling
flooding risks and mitigation through
design & providing technical input for
water-use license applications
Civil Engineer: Bulk
infrastructure
Civil Engineering Degree
or equivalent
Yes 7 years experience from date of
registration in designing bulk civil
infrastructure to sites which include
water, sewerage, stormwater
Electrical/Power Engineer Electrical Engineering
Degree or equivalent
Yes 7 years experience from date of
registration in designing bulk electrical
supply to a site/building/facilitating
access from Local Authority to connect
bulk power supply
Page | 58
SKA BUI 001/2016
Key Design &
Engineering Personnel
Minimum Academic
Qualification Required
Professional
Registration
required
Required minimum years of
experience, skills pre-requisites and
knowledge in the profession relevant
to this project, calculated from date
of qualification in that specific
professional role
Mechanical Engineer
(mechanical services)
Mechanical Engineering
Degree or equivalent
(HVAC, lifts etc)
Yes 7 years experience from date of
registration in designing &
commissioning HVAC systems
(including CFD modelling for data
centres) and other mechanical services
like lifts
Building Electrical
Engineer
Electronic Engineering
Degree or equivalent
(facility management)
Yes 7 years experience from date of
registration in designing internal building
electrical reticulation & oversight during
construction
Building Wet Services /
Fire Engineer
Civil Engineering degree or
equivalent
Yes 7 years experience from date of
registration in designing building wet
services, fire detection & gas
suppression services for typical data
centre applications & oversight during
construction
Structural Engineer Structural Engineering
Degree or equivalent
Yes 10 years experience from date of
registration in designing concrete and
steel structures and oversight during
construction
Environmental Practitioner Environmental degree or
equivalent
Yes 7 years experience in undertaking
environmental impact assessments for
environmental authorisations, water-use
licenses and leading public participation
processes etc, oversight during
construction
Page | 59
SKA BUI 001/2016
Key Design &
Engineering Personnel
Minimum Academic
Qualification Required
Professional
Registration
required
Required minimum years of
experience, skills pre-requisites and
knowledge in the profession relevant
to this project, calculated from date
of qualification in that specific
professional role
Heritage Practioner Relevant degree and/or
post-graduate heritage
qualification
Yes 7 years experience in undertaking
heritage impact assessments as an
input to environmental authorisations
and oversight during construction
Archeologist Relevant degree
specialising in archeology
or equivalent
If relevant 5 years experience in undertaking walk-
throughs prior to and during construction
Townplanner Townplanning degree or
equivalent
Yes 5 years experience from date of
registration in undertaking townplanning
schemes and rezoning applications
Green technology
specialist
Tertiary qualification on
alternative / green
technology or equivalent
Yes 5 years in introducing green building
alternatives into building design &
modelling & analysis of building life-
cycle costs & oversight during
construction
Traffic Engineer Civil Engineering degree or
equivalent
Yes 5 years experience from date of
registration in undertaking traffic impact
assessment and designing traffic access
routes etc.
Geotechnical Engineer Civil Engineering degree or
equivalent specialising in
geology/geotechnical
Yes 10 years experience from date of
registration in undertaking geotechnical
investigations and providing
recommendations in structural civil /
building design
Page | 60
SKA BUI 001/2016
Key Design &
Engineering Personnel
Minimum Academic
Qualification Required
Professional
Registration
required
Required minimum years of
experience, skills pre-requisites and
knowledge in the profession relevant
to this project, calculated from date
of qualification in that specific
professional role
Information Technology
Engineer
IT degree or equivalent
(local area networks, AV
equipment etc.)
Yes 7 years experience from date of
registration in designing building internal
local area networks (cabling, routing,
WiFI, AV) & oversight during
construction
RF Engineer Degree in RF engineering
or equivalent, RFI
specialist, earthing &
lightning protection
Yes 10 years experience from date of
registration specialising in radio-
frequency interference design including
earthing, lightning protection
Quantity Surveyor Quantity Surveying degree
or equivalent
Yes 10 years experience from date of
registration in preparing detailed bills of
quantities in coordination with other built
environment disciplines and undertaking
financial evaluation of bids to ensure
correctness and compiling payment
certificates
Resident
Engineer/Principal Agent
Built Environment degree
or equivalent
Yes 10 years experience from date of
registration as a Principal
Agent/Resident Engineer on
construction projects of a similar nature
which includes conducting site meetings,
recordal of meetings, issuing site
instructions, variation orders, completion
certificates
Page | 61
SKA BUI 001/2016
Key Design &
Engineering Personnel
Minimum Academic
Qualification Required
Professional
Registration
required
Required minimum years of
experience, skills pre-requisites and
knowledge in the profession relevant
to this project, calculated from date
of qualification in that specific
professional role
Occupational Health,
Safety & Environmental
specialist
Relevant degree / diploma Yes, with
relevant body
10 years in drafting health and safety
specifications, implementation plans and
undertaking health, safety &
environmental audits
Quality Assurance
Manager
Relevant degree or
equivalent
Yes, with
relevant body
7 years experience in developing QA
plans, monitoring implementation and
undertaking QA audits on construction
contractor
Land Surveyor Degree in land surveying or
equivalent
Yes 7 years experience in undertaking
topographical surveys
Acoustic Engineer/
Specialist
Relevant degree or
equivalent
Yes, with
relevant body
7 years experience in undertaking
acoustic designs for offices and
auditoriums
Landscape Architect Landscape Architecture
Degree or Equivalent
Yes 5 years experience from date of
registration in landscape architecture for
office buildings
F3.17 The number of paper copies of the signed contract to be provided by the Employer is two (2).
Page | 62
SKA BUI 001/2016
F.1 GENERAL F1.1 Actions F.1.1.1 The employer and each tenderer submitting a tender offer shall comply with these conditions of tender. In their dealings with each other, they shall discharge their duties and obligations as set out in F.2 and F.3, timeously and with integrity, and behave equitably, honestly and transparently, comply with all legal obligations and not engage in anticompetitive practices. F.1.1.2 The employer and the tenderer and all their agents and employees involved in the tender process shall avoid conflicts of interest and where a conflict of interest is perceived or known, declare any such conflict of interest, indicating the nature of such conflict. Tenderers shall declare any potential conflict of interest in their tender submissions. Employees, agents and advisors of the employer shall declare any conflict of interest to whoever is responsible for overseeing the procurement process at the start of deliberations relating to the procurement process as soon as they become aware of such conflict, and abstain from any decisions where such conflict or recuse themselves from the procurement process, as appropriate. Note: 1) A conflict of interest may arise due to a conflict of roles which might provide an incentive for improper acts in some circumstances. A conflict of interest can create an appearance of impropriety that can undermine confidence in the ability of that person to act properly in his or her position even in no improper acts result. a) Conflicts of interest in respect of those engaged in the procurement process include direct, indirect or family interests in the tender or outcome of the procurement process and any personal bias, inclination, obligation, allegiance or loyalty which would in any way affect any decisions taken. F.1.1.3 The employer shall not seek and a tenderer shall not submit a tender without having a firm intention and the capacity to proceed with the contract. F.1.2 Tender Documents The documents issued by the employer for the purpose of a tender offer are listed in the tender data. F.1.3 Interpretation F.1.3.1 The tender data and additional requirements contained in the tender schedules that are included in the returnable documents are deemed to be part of these conditions of tender. F.1.3.2 These conditions of tender, the tender data and tender schedules which are only required for tender evaluation purposes, shall not form part of any contract from the invitation to tender. F1.3.3 For the purposes of these conditions of tender, the following definitions apply: a) conflict of interest means any situation in which: i) someone in a position of trust has competing professional or personal interests which make it difficult to fulfill his or her duties impartially; ii) an individual or organization in a position to exploit a professional or official capacity in some way for their personal or corporate benefit; or iii) incompatibility or contradictory interests exist between an employee and the organization which employs the employee. b) comparative offer means the tenderer’s financial offer after all tendered parameters that will affect the value of the financial offer have been taken into consideration in order to enable comparisons to be made between offers on a comparative basis c) corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of the employer or his staff or agents in the tender process; and CIDB Standard Conditions of Tender 30 January 2009
Page | 63
SKA BUI 001/2016
d) fraudulent practice means the misrepresentation of the facts in order to influence the tender process or the award of a contract arising from a tender offer to the detriment of the employer, including collusive practices intended to establish prices at artificial levels e) organization means a company, firm, enterprise, association or other legal entity, whether incorporated or not, or a public body f) quality (functionality) means the totality of features and characteristics of a product or service that bear on its ability to satisfy stated or implied needs F.1.4 Communication and employer’s agent Each communication between the employer and a tenderer shall be to or from the employer’s agent only, and in a form that can be read, copied and recorded. Communications shall be in the English language. The employer shall not take any responsibility for non-receipt of communications from or by a tenderer. The name and contact details of the employer’s agent are stated in the tender data. F.1.5 The employer’s right to accept or reject any tender offer F.1.5.1 The employer may accept or reject any variation, deviation, tender offer, or alternative tender offer, and may cancel the tender process and reject all tender offers at any time before the formation of a contract. The employer shall not accept or incur any liability to a tenderer for such cancellation and rejection, but will give written reasons for such action upon written request to do so. F.1.5.2 The employer may not subsequent to the cancellation or abandonment of a tender process or the rejection of all responsive tender offers re-issue a tender covering substantially the same scope of work within a period of six months unless only one tender was received was returned unopened to the tenderer. F.1.6 Procurement procedures F.1.6.1 General Unless otherwise stated in the tender data, a contract will, subject to F.3.13, be concluded with the tenderer who in terms of F.3.11 is the highest ranked or the tenderer scoring the highest number of tender evaluation points, as relevant, based on the tender submissions that are received at the closing time for tenders. F.1.6.2 Competitive negotiation procedure F.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed, tenderers shall submit tender offers in response to the proposed contract in the first round of submissions. Notwithstanding the requirements of F.3.4, the employer shall announce only the names of the tenderers who make a submission. The requirements of F.3.8 relating to the material deviations or qualifications which affect the competitive position of tenderers shall not apply. F.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in terms of the evaluation method and evaluation criteria stated in the tender data, shall be invited in each round to enter into competitive negotiations, based on the principle of equal treatment and keeping confidential the proposed solutions and associated information. Notwithstanding the provision of F.2.17, the employer may request that tenders be clarified, specified and fine-tuned in order to improve a tenderer’s competitive position provided that such clarification, specification, fine-tuning or additional information does not alter any fundamental aspects of the offers or impose substantial new requirements which restrict or distort competition or have a discriminatory effect. F.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the employer to make a fresh tender offer, based on the same evaluation criteria, with or without adjusted weightings. Tenderers shall be advised when they are to submit their best and final offer. F.1.6.2.4 The contract shall be awarded in accordance with the provisions of F.3.11 and F.3.13 after tenderers have been requested to submit their best and final offer. F.1.6.3 Proposal procedure using the two stage-system F.1.6.3.1 Option 1 Tenderers shall in the first stage submit technical proposals and, if required, cost parameters around which a contract may be negotiated. The employer shall evaluate each responsive submission in terms of the method of CIDB Standard Conditions of Tender 30 January 2009
Page | 64
SKA BUI 001/2016
evaluation stated in the tender data, and in the second stage negotiate a contract with the tenderer scoring the highest number of evaluation points and award the contract in terms of these conditions of tender. F.1.6.3.2 Option 2 F.1.6.3.2.1 Tenderers shall submit in the first stage only technical proposals. The employer shall invite all responsive tenderers to submit tender offers in the second stage, following the issuing of procurement documents. F.1.6.3.2.2 The employer shall evaluate tenders received during the second stage in terms of the method of evaluation stated in the tender data, and award the contract in terms of these conditions of tender. F.2 Tenderer’s obligations F.2.1 Eligibility F.2.1.1 Submit a tender offer only if the tenderer satisfies the criteria stated in the tender data and the tenderer, or any of his principals, is not under any restriction to do business with employer. F.2.1.2 Notify the employer of any proposed material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used by the employer as the basis in a prior process to invite the tenderer to submit a tender offer and obtain the employer’s written approval to do so prior to the closing times for tenders. F.2.2 Cost of tendering Accept that, unless otherwise stated in the tender data, the employer will not compensate the tenderer for any costs incurred in the preparation and submission of a tender offer, including the costs of any testing necessary to demonstrate that aspects of the offer complies with requirements. F.2.3 Check documents Check the tender documents on receipt for completeness and notify the employer of any discrepancy or omission. F.2.4 Confidentiality and copyright of documents Treat as confidential all matters arising in connection with the tender. Use and copy the documents issued by the employer only for the purposes of preparing and submitting a tender offer in response to the invitation. F.2.5 Reference documents Obtain, as necessary for submitting a tender offer, copies of the latest version of standards, specifications, conditions of contract and other publications, which are not attached but which are incorporated into the tender documents by reference. F.2.6 Acknowledge addenda Acknowledge receipt of addenda to the tender documents, which the employer may issue, and if necessary apply for an extension to the closing time stated in the tender data, in order to take the addenda into account. F.2.7 Clarification meeting Attend, where required, a clarification meeting at which tenderers may familiarize themselves with aspects of the proposed work, services or supply and raise questions. Details of the meeting(s) are stated in the tender data. F.2.8 Seek clarification Request clarification of the tender documents, if necessary, by notifying the employer at least five working days before the closing time stated in the tender data. F.2.9 Insurance Be aware that the extent of insurance to be provided by the employer (if any) might not be for the full cover required in terms of the conditions of contract identified in the contract data. The tenderer is advised to seek qualified advice regarding insurance. CIDB Standard Conditions of Tender 30 January 2009
Page | 65
SKA BUI 001/2016
F.2.10 Pricing the tender offer F.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value Added Tax (VAT), and other levies payable to the successful tenderer, such duties, taxes and levies being those applicable 14 days before the closing time stated in the tender data. F.2.10.2 Show VAT payable by the employer separately as an addition to the tendered total of the prices. F.2.10.3 Provide rates and prices that are fixed for the duration of the contract and not subject to adjustment except as provided for in the conditions of contract identified in the contract data. F.2.10.4 State the rates and prices in Rand unless instructed otherwise in the tender data. The condition of contract identified in the contract data may provide for part payment in other currencies. F.2.11 Alterations to documents Do not make any alterations or additions to the tender documents, except to comply with the instructions issued by the employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial all such alterations. Erasure and the use of masking fluid are prohibited. F.2.12 Alternative tender offers F.2.12.1 Unless otherwise stated in the tender data, submit alternative tender offers only if a main tender offer, strictly in accordance with all the requirements of the tender documents, is also submitted as well as a schedule that compares the requirements of the tender documents with the alternative requirements that are proposed. F.2.12.2 Accept that an alternative tender offer may be used only on the criteria stated in the tender data or criteria otherwise acceptable to the employer. F.2.13 Submitting a tender offer F.2.13.1 Submit one tender offer only, either as a single tendering entity or as a member in a joint venture to provide the whole of the works, services or supply identified in the contract data and described in the scope of works, unless stated otherwise in the tender data. F.2.13.2 Return all returnable documents to the employer after completing them in their entirety, either electronically (if they were issued in electronic format) or by writing legibly in non-erasable ink. F.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number of copies stated in the tender data, with an English translation of any documentation in a language other than English, and the parts communicated electronically in the same format as they were issued by the employer. F.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data. The employer will hold all authorized signatories liable on behalf of the tenderer. Signatories for tenderers proposing to contract as joint ventures shall state which of the signatories is the lead partner whom the employer shall hold liable for the purpose of the tender offer. F.2.13.5 Seal the original and each copy of the tender offer as separate packages marking the packages as “ORIGINAL” and “COPY”. Each package shall state on the outside the employer’s address and identification details stated in the tender data, as well as the tenderer’s name and contact address. F.2.13.6 Where a two-envelope system is required in terms of the tender data, place and seal the returnable documents listed in the tender data in an envelope marked “financial proposal” and place the remaining returnable documents in an envelope marked “technical proposal”. Each envelope shall state on the outside the employer’s address and identification details stated in the tender data, as well as the tenderer’s name and contact address. F.2.13.7 Seal the original tender offer and copy packages together in an outer package that states on the outside only the employer’s address and identification details as stated in the tender data. F.2.13.8 Accept that the employer will not assume any responsibility for the misplacement or premature opening of the tender offer if the outer package is not sealed and marked as stated. F.2.13.9 Accept that the tender offers submitted by facsimile or e-mail will be rejected by the employer, unless stated otherwise in the tender data. CIDB Standard Conditions of Tender 30 January 2009
Page | 66
SKA BUI 001/2016
F.2.14 Information and data to be completed in all respects Accept that tender offers, which do not provide all the data or information requested completely and in the form required, may be regarded by the employer as non-responsive. F.2.15 Closing time F.2.15.1 Ensure that the employer receives the tender offer at the address specified in the tender data not later than the closing time stated in the tender data. Accept that proof of posting shall not be accepted as proof of delivery. F.2.15.2 Accept that, if the employer extends the closing time stated in the tender data for any reason, the requirements of these conditions of tender apply equally to the extended deadline. F.2.16 Tender offer validity F.2.16.1 Hold the tender offer(s) valid for acceptance by the employer at any time during the validity period stated in the tender data after the closing time stated in the tender data. F.2.16.2 If requested by the employer, consider extending the validity period stated in the tender data for an agreed additional period with or without any conditions attached to such extension. F.2.16.3 Accept that a tender submission that has been submitted to the employer may only be withdrawn or substituted by giving the employer’s agent written notice before the closing time for tenders that a tender is to be withdrawn or substituted. F.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with the requirements of F.2.13 with the packages clearly marked as “SUBSTITUTE”. F.2.17 Clarification of tender offer after submission Provide clarification of a tender offer in response to a request to do so from the employer during the evaluation of tender offers. This may include a breakdown of rates or prices and correction of arithmetic errors by the adjustment of certain rates or item prices (or both). No change in the competitive position of tenderers or substance of the tender offer is sought, offered, or permitted. F.2.18 Provide other material F.2.18.1 Provide, on request by the employer, any other material that has a bearing on the tender offer, the tenderer’s commercial position (including notarized joint venture agreements), preferencing arrangements, or samples of materials, considered necessary by the employer for the purpose of a full fair risk assessment. Should the tenderer not provide the material, or a satisfactory reason as to why it cannot be provided, by the time for submission stated in the employer’s request, the employer may regard the tender offer as non-responsive. F.2.18.2 Dispose of samples of materials provided for evaluation by the employer, where required. F.2.19 Inspections, test and analysis Provide access during working hours to premises for inspections, tests and analysis as provided for in the tender data. F.2.20 Submit securities, bonds, policies, etc. If requested, submit for the employer’s acceptance before formation of the contract, all securities, bonds, guarantees, policies and certificates of insurance required in terms of the conditions of contract identified in the contract data. F.2.21 Check the final draft Check the final draft of the contract provided by the employer within the time available for the employer to issue the contract. CIDB Standard Conditions of Tender 30 January 2009
Page | 67
SKA BUI 001/2016
F.2.22 Return of other tender documents If so instructed by the employer, return all retained tender documents within 28 days after the expiry of the validity period stated in the tender data. F.2.23 Certificates Include in the tender submission or provide the employer with any certificates as stated in the tender data. F.3 The employer’s undertakings F.3.1 Respond to requests from the tenderer F.3.1.1 Unless otherwise stated in the tender Data, respond to a request for clarification received up to five working days before the tender closing time stated in the Tender Data and notify all tenderers who drew procurement documents. F.3.1.2 Consider any request to make a material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used to prequalify a tenderer to submit a tender offer in terms of previous procurement process and deny any such request if as a consequence: a) an individual firm, or a joint venture as a whole, or any individual member of the joint venture fails to meet any of the collective or individual qualifying requirements; b) the new partners to a joint venture were not prequalified in the first instance, either as individual firms or as another joint venture; or c) in the opinion of the Employer, acceptance of the material change would compromise the outcome of the prequalification process. F.3.2 Issue Addenda If necessary, issue addenda that may amend or amplify the tender documents to each tenderer during the period from the date that the tender documents are available until three days before the tender closing time stated in the Tender Data. If, as a result a tenderer applies for an extension to the closing time stated in the Tender Data, the Employer may grant such an extension and, shall then notify all tenderers who drew documents. F.3.3 Return late tender offers Return tender offers received after the closing time stated in the Tender Data, unopened, (unless it is necessary to open a tender submission to obtain a forwarding address), to the tenderer concerned. F.3.4 Opening of tender submissions F.3.4.1 Unless the two-envelope system is to be followed, open valid tender submissions in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data. Tender submissions for which acceptance reasons for withdrawal have been submitted will not be opened. F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venue indicated in the tender data, the name of each tenderer whose tender offer is opened and, where applicable, the total of his prices, preferences claimed and time for completion for the main tender offer only. F.3.4.3 Make available the record outlined in F.3.4.2 to all interested persons upon request. F.3.5 Two-envelope system F.3.5.1 Where stated in the tender data that a two-envelope system is to be followed, open only the technical proposal of valid tenders in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data and announce the name of each tenderer whose technical proposal is opened. F.3.5.2 Evaluate the quality of the technical proposals offered by the tenderers, then advise tenderers who remain in contention for the award of the contract of the time and place when the financial proposals will be opened. Open only the financial proposals of tenderers, who score in the quality evaluation more than the minimum number of points for quality stated in the tender data, and announce the score for the technical proposals and the total price and any preferences claimed. Return unopened financial proposals to tenderers whose technical proposals failed to achieve the minimum number of points for quality. CIDB Standard Conditions of Tender 30 January 2009
Page | 68
SKA BUI 001/2016
F.3.6 Non-disclosure Not disclose to tenderers, or to any other person not officially concerned with such processes, information relating to the evaluation and comparison of tender offers, the final evaluation price and recommendations for the award of a contract, until after the award of the contract to the successful tenderer. F.3.7 Grounds for rejection and disqualification Determine whether there has been any effort by a tenderer to influence the processing of tender offers and instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corrupt or fraudulent practices. F.3.8 Test for responsiveness F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received: a) complies with the requirements of these Conditions of Tender, b) has been properly and fully completed and signed, and c) is responsive to the other requirements of the tender documents. F.3.8.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender documents without material deviation of qualification. A material deviation or qualification is one which, in the Employer’s opinion, would: a) detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope of Work, b) significantly change the Employer’s or the tenderer’s risks and responsibilities under the contract, or c) affect the competitive position of other tenderers presenting responsive tenders, if it were to be rectified. Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or withdrawal of the non-conforming deviation or reservation. F.3.9 Arithmetical errors, omissions and discrepancies F.3.9.1 Check responsive tenders for discrepancies between amounts in words and amounts in figures. Where there is a discrepancy between the amounts in figures and the amount in words, the amount in words shall govern. F.3.9.2 Check the highest ranked tender or tenderer with the highest number of tender evaluation points after the evaluation of tender offers in accordance with F.3.11 for: a) the gross misplacement of the decimal point in any unit rate; b) omissions made in completing the pricing schedule or bills of quantities; or c) arithmetic errors in: i) line item totals resulting from the product of a unit rate and a quantity in bills of quantities or schedules of prices; or ii) the summation of the prices. F.3.9.3 Notify the tenderer of all errors or omissions that are identified in the tender offer and either confirm the tender offer as tendered or accept the corrected total of prices. F.3.9.4 Where the tenderer elects to confirm the tender offer as tendered, correct the errors as follows: a) If bills of quantities or pricing schedules apply and there is an error in the line item total resulting from the product of the unit rate and the quantity, the line item total shall govern and the rate shall be corrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted shall govern, and the unit rate shall be corrected. b) Where there is an error in the total of the prices either as a result of other corrections required by this checking process or in the tenderer’s addition of prices, the total of the prices shall govern and the tenderer will be asked to revise selected item prices (and their rates of quantities apply) to achieve the tendered total of the prices. F.3.10 Clarification of a tender offer Obtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arising from the tender offer. CIDB Standard Conditions of Tender 30 January 2009
Page | 69
SKA BUI 001/2016
F.3.11 Evaluation of tender offers F.3.11.1 General Appoint an evaluation panel of not less than three persons. Reduce each responsive tender offer to a comparative offer and evaluate them using the tender evaluation methods and associated evaluation criteria and weightings that are specified in the tender data. F.3.11.2 Method 1: Financial offer In the case of a financial offer: a) Rank tender offers from the most favourable to the least favourable comparative offer. b) Recommend the highest ranked tenderer for the award of the contract, unless there are compelling and justifiable reasons not to do so. c) Re-rank all tenderers should there be compelling and justifiable reasons not to recommend the highest ranked tenderer and recommend the highest ranked tenderer, unless there are compelling and justifiable reasons not to do so and the process set out in this subclause is repeated. F.3.11.3 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 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 tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this subclause is repeated. F.3.11.4 Method 3: Financial offer and quality In the case of a financial offer and quality: a) Score each tender in respect of the financial offer made and the quality offered in accordance with the provisions of F.3.11.7 and F.3.11.9, rejecting all tender offers that fail to score the minimum number of points for quality stated in the tender data, if any. b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula: TEV = NFO + NQ where: NFO is the number of tender evaluation points awarded for the financial offer made in accordance with F.3.11.7; NQ is the number of tender evaluation points awarded for quality offered in accordance with F.3.11.9. c) Rank tender offers from the highest number of tender evaluation points to the lowest. d) Recommend 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 tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this subclause is repeated. CIDB Standard Conditions of Tender 30 January 2009
Page | 70
SKA BUI 001/2016
F.3.11.5 Method 4: Financial offer, quality and preferences In the case of a financial offer, quality and preferences: a) Score each tender in respect of the financial offer made, preference claimed, if any, and the quality offered in accordance with the provisions of F.3.11.7to F.3.11.9, rejecting all tender offers that fail to score the minimum number of points for quality stated in the tender data, if any. b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula, unless otherwise stated in the Tender Data: TEV = NFO + NP + NQ 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. NQ is the number of tender evaluation points awarded for quality offered in accordance with F.3.11.9. c) Rank tender offers from the highest number of tender evaluation points to the lowest. d) Recommend 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 tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this subclause is repeated. F.3.11.6 Decimal places Score financial offers, preferences and quality, as relevant, to two decimal places. F.3.11.7 Scoring Financial Offers Score the financial offers of remaining responsive tender offers using the following formula: NFO = W1 x A where: NFO is the number of tender evaluation points awarded for the financial offer. W1 is the maximum possible number of tender evaluation points awarded for the financial offer as stated in the Tender Data A is a number calculated using the formula and option described in Table F.1 as stated in the Tender Data. Table F.1: Formulae for calculating the value of A
Formula Comparison aimed at achieving Option 1a Option 2a
1 Highest price or discount A = (1 +(P – Pm)) Pm
A = P / Pm
2 Lowest price or percentage commission / fee
A = (1 –(P – Pm)) Pm
A = Pm / P
a Pm is the comparative offer of the most favorable comparative offer. P is the comparative offer of the tender offer under consideration.
F.3.11.8 Scoring preferences Confirm that tenderers are eligible for the preferences claimed in accordance with the provisions of the tender data and reject all claims for preferences where tenderers are not eligible for such preferences. Calculate the total number of tender evaluation points for preferences claimed in accordance with the provisions of the tender data. F.3.11.9 Scoring quality Score each of the criteria and subcriteria for quality in accordance with the provisions of the Tender Data. Calculate the total number of tender evaluation points for quality using the following formula: CIDB Standard Conditions of Tender 30 January 2009
Page | 71
SKA BUI 001/2016
NQ = W2 x SO / MS
where: SO is the score for quality allocated to the submission under consideration; MS is the maximum possible score for quality in respect of a submission; and W2 is the maximum possible number of tender evaluation points awarded for the quality as stated in the tender data F.3.12 Insurance provided by the employer If requested by the proposed successful tenderer, submit for the tenderer’s information the policies and / or certificates of insurance which the conditions of contract identified in the contract data, require the employer to provide. F.3.13 Acceptance of tender offer Accept the tender offer, if in the opinion of the employer, it does not present any unacceptable commercial risk and only if the tenderer: a) is not under restrictions, or has principals who are under restrictions, preventing participating in the employer’s procurement; b) can, as necessary and in relation to the proposed contract, demonstrate that he or she possesses the professional and technical qualifications, professional and technical competence, financial resources, equipment and other physical facilities, managerial capability, experience and reputation, expertise and the personnel, to perform the contract, c) has the legal capacity to enter into the contract, d) is not insolvent, in receivership, bankrupt or being wound up, has his affairs administered by a court or a judicial officer, has suspended his business activities, or is subject to legal proceedings in respect of any of the foregoing, e) complies with the legal requirements, if any, stated in the tender data, and f) is able, in the opinion of the employer, to perform the contract free of conflicts of interest. F.3.14 Prepare contract documents F.3.14.1 If necessary, revise documents that shall form part of the contract and that were issued by the employer as part of the tender documents to take account of: a) addenda issued during the tender period, b) inclusion of some of the returnable documents, and c) other revisions agreed between the employer and the successful tenderer. F.3.14.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any. F.3.15 Complete adjudicator’s contract Unless alternative arrangements have been agreed or otherwise provided for in the contract, arrange for both parties to complete formalities for appointing the selected adjudicator at the same time as the main contract is signed. F.3.16 Notice to unsuccessful tenderers F.3.16.1 Notify the successful tenderer of the employer’s acceptance of his tender offer by completing and returning one copy of the form of offer and acceptance before the expiry of the validity period stated in the tender data, or agreed additional period. F.3.16.2 After the successful tenderer has been notified of the employer’s acceptance of the tender, notify other tenderers that their tender offers have not been accepted. F.3.17 Provide copies of the contracts Provide to the successful tenderer the number of copies stated in the Tender Data of the signed copy of the contract as soon as possible after completion and signing of the form of offer and acceptance. F.3.18 Provide written reasons for actions taken Provide upon request written reasons to tenderers for any action that is taken in applying these conditions of tender, but withhold information which is not in the public interest to be divulged, which is considered to prejudice the legitimate commercial interests of tenderers or might prejudice fair competition between tenderers. CIDB Standard Conditions of Tender 30 January 2009
Page | 72
SKA BUI 001/2016
6. Part T2: Returnable Documents
6.1. T2.1: List of Returnable Documents
The Bidder must complete the following returnable documents: 1 Returnable Schedules required for bid evaluation purposes
SCHEDULE 1: SCHEDULE OF KEY DESIGN AND ENGINEERING PERSONNEL SCHEDULE 2: CERTIFIED COPIES OF PROFESSIONAL QUALIFICATIONS OF KEY DESIGN AND
ENGINEERING PERSONNEL SCHEDULE 3: CERTIFIED COPIES OF PROFESSIONAL REGISTRATION OF KEY DESIGN AND
ENGINEERING PERSONNEL SCHEDULE 4: CURRICULUM VITAE OF KEY DESIGN AND ENGINEERING PERSONNEL SCHEDULE 5: 3 CREDIBLE REFERENCES OF THE BIDDING ENTITY, SUBCONTRACTORS AND JOINT
VENTURE PARTNERS SCHEDULE 6: EVIDENCE OF THE BIDDER, SUBCONTRACTOR & JV PARTNERS EXISTING HUMAN
RESOURCE TRAINING & DEVELOPMENT AND SOCIO-ECONOMIC ACTIVITIES AND WHAT WILL BE IMPLEMENTED SPECIFIC TO THIS CONTRACT
FORM A1: AUTHORITY FOR SIGNATORY FORM A2: TENDERER’S BANK DETAILS AND FINANCIAL REFERENCES FORM A3: CERTIFICATE OF INSURANCE COVER FORM A4: CERTIFICATE OF AUTHORITY FOR JOINT VENTURE (IF APPLICABLE) FORM A5: FORM CONCERNING THE FULFILMENT OF THE CONSTRUCTION REGULATIONS, 2014 FORM A6: AMENDMENT AND QUALIFICATION BY BIDDER
2 Other documents required for bid evaluation purposes FORM B1: CERTIFICATE OF BIDDER’S ATTENDANCE AT THE COMPULSORY SITE CLARIFICATION MEETING FORM B2: RECORD OF ADDENDA TO BID DOCUMENTS FORM B3: COMPULSORY ENTERPRISE QUESTIONNAIRE FORM B4: DECLARATION OF INTEREST (SBD 4) FORM B5: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (SBD 8) FORM B6: CERTIFICATE OF INDEPENDENT BID DETERMINATION (SBD 9)
Page | 73
SKA BUI 001/2016
3 Returnable Schedules for Technical Evaluation Purposes 3.1. High-level assessment report of the “River Club” site 3.2. Evaluation of 3D Artist’s impression of the building, site and surrounding landscape 3.3. Project Management Plan specific to this Contract 3.4. Proposed Health, Safety, Environmental and Quality Management Plan for the execution of the Scope of Work
for this Contract. 4 Returnable Schedules which will form part of the Contract FORM C1.1 – FORM OF OFFER AND ACCEPTANCE IN BID INVITATION FORM C1.2 – CONTRACT DATA PROVIDED BY BIDDER FORM C2.1. – PRICING SCHEDULE FORM C3 – PREFERENCE CERTIFICATE AND PREFERENCE POINTS CLAIM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS (SBD 6.1)
6.2. T2.2: Returnable Schedules
The tenderer must complete the following returnable documents.
T2.2.1 RETURNABLE SCHEDULES REQUIRED FOR BID EVALUATION PURPOSES
T2.2.2 OTHER DOCUMENTS REQUIRED FOR BID EVALUATON PURPOSES
T2.2.3 RETURNABLE SCHEDULES FOR TECHNICAL EVALUATION PURPOSES
T2.2.4. RETURNABLE SCHEDULES THAT WILL BE INCORPORATED INTO THE CONTRACT
Page | 74
SKA BUI 001/2016
T2.2.1 RETURNABLE SCHEDULES REQUIRED FOR BID EVALUATION PURPOSES
SCHEDULE 1: SCHEDULE OF KEY DESIGN AND ENGINEERING PERSONNEL
SCHEDULE 2: CERTIFIED COPIES OF PROFESSIONAL QUALIFICATIONS OF KEY DESIGN AND ENGINEERING PERSONNEL
SCHEDULE 3: CERTIFIED COPIES OF PROFESSIONAL REGISTRATION OF KEY DESIGN AND ENGINEERING
PERSONNEL
SCHEDULE 4: CURRICULUM VITAE OF KEY DESIGN AND ENGINEERING PERSONNEL
SCHEDULE 5: 3 CREDIBLE REFERENCES OF THE BIDDING ENTITY, SUBCONTRACTORS AND JOINT VENTURE
PARTNERS
SCHEDULE 6: EVIDENCE OF THE BIDDER, SUBCONTRACTOR & JV PARTNERS EXISTING HUMAN RESOURCE TRAINING & DEVELOPMENT AND SOCIO-ECONOMIC ACTIVITIES AND WHAT WILL BE IMPLEMENTED SPECIFIC TO THIS CONTRACT
FORM A1: AUTHORITY FOR SIGNATORY
FORM A2: BIDDER’S BANK DETAILS AND FINANCIAL REFERENCES
FORM A3: CERTIFICATE OF INSURANCE COVER
FORM A4: CERTIFICATE OF AUTHORITY FOR JOINT VENTURE (IF APPLICABLE)
FORM A5: FORM CONCERNING THE FULFILMENT OF THE CONSTRUCTION REGULATIONS, 2014
FORM A6: AMENDMENT AND QUALIFICATION BY BIDDER
Page | 75
SKA BUI 001/2016
SCHEDULE 1: SCHEDULE OF KEY DESIGN AND ENGINEERING PERSONNEL
Key Design &
Engineering
Personnel
Name Qualifications Registration Number No of years experience in
terms of required skills
Company Name & Physical address and
contact details of local office
Architect
Project / Contract
Manager
Hydrologist
Civil Engineer: Bulk
infrastructure
Electrical/Power
Engineer
Mechanical
Engineer
(mechanical
services)
Building Electrical
Engineer
Page | 76
SKA BUI 001/2016
Key Design &
Engineering
Personnel
Name Qualifications Registration Number No of years experience in
terms of required skills
Company Name & Physical address and
contact details of local office
Building Wet
Services / Fire
Engineer
Structural Engineer
Environmental
Practitioner
Heritage Practioner
Archeologist
Townplanner
Green technology
specialist
Traffic Engineer
Geotechnical
Engineer
Page | 77
SKA BUI 001/2016
Key Design &
Engineering
Personnel
Name Qualifications Registration Number No of years experience in
terms of required skills
Company Name & Physical address and
contact details of local office
Information
Technology
Engineer
RF Engineer
Quantity Surveyor
Resident
Engineer/Principal
Agent
Occupational
Health, Safety &
Environmental
specialist
Quality Assurance
Manager
Page | 78
SKA BUI 001/2016
Key Design &
Engineering
Personnel
Name Qualifications Registration Number No of years experience in
terms of required skills
Company Name & Physical address and
contact details of local office
Land Surveyor
Acoustic Engineer/
Specialist
Landscape
Architect
Page | 79
SKA BUI 001/2016
NOTE: SCHEDULE 2 & SCHEDULE 3: CERTIFIED COPIES OF PROFESSIONAL QUALIFICATIONS AND PROFESSIONAL
REGISTRATION OF KEY DESIGN AND ENGINEERING PERSONNEL TO BE APPENDED TO SCHEDULE 1
Page | 80
SKA BUI 001/2016
SCHEDULE 4: CURRICULUM VITAE TEMPLATE OF KEY DESIGN AND ENGINEERING PERSONNEL LISTED IN SCHEDULE
1
NAME OF COMPANY
1. Surname (and maiden name
In brackets where applicable):
2. First name/s:
3. Date of birth:
4. Nationality:
5. Education and Specialist training:
Qualification Institution Date Obtained
6. Membership of Professional Bodies
Body:
Registration Number:
Page | 81
SKA BUI 001/2016
7. Key Qualifications relevant to this project:
8. Key skills and expertise relevant to this project:
9. High-level overview of professional experience directly related to the role of the team member in this project:
Date (From – To)
Client
Location
Position in firm or project
role
High-level description of
duties or responsibilities
in position or project team
Date (From – To)
Client
Page | 82
SKA BUI 001/2016
Location
Position in firm or project
role
Date (From – To)
Client
Location
Position in firm or project
role
High-level description of
duties or responsibilities
in position or project team
10. References:
Name:
Position:
Tel:
Email:
Page | 83
SKA BUI 001/2016
SCHEDULE 5: REFERENCE TEMPLATE (MINIMUM OF 3) FOR THE BIDDING ENTITY, FOR SUB-CONTRACTORS AND
JOINT VENTURE PARTNERS
1.1. References for Bidding Entity, Sub-contractors and Joint Venture Partners
The bidding entity, its sub-contractors and joint venture partners must provide at least three (3) credible, written and contactable
references each from the clients for whom projects have been undertaken similar to the nature of the SKA building requirements
and footprint and has indicated their willingness to take SKA SA representatives on such site visits to such client premises. The
references must be provided in the following format:
Company
Client Point of Contact & Tel
Number
Date of Project (From – To)
Description of Project
Role of bidder in project
Page | 84
SKA BUI 001/2016
Professionalism (please justify
reasons for scoring in columns
adjacent)
Poor
Score 1
Average
Score 2
Met requirements
Score 3
Exceeded requirements
Score 4
Was the project delivered on
time? If not, why not?
Poor
Score 1
Average
Score 2
Met requirements
Score 3
Exceeded requirements
Score 4
Was the project delivered
within budget? If not, why not?
Poor
Score 1
Average
Score 2
Met requirements
Score 3
Exceeded requirements
Score 4
Page | 85
SKA BUI 001/2016
Was the project delivered to the
required satisifaction/quality to
the Client? If not, why not?
Poor
Score 1
Average
Score 2
Met requirements
Score 3
Exceeded requirements
Score 4
Were there contract variations
in the project? If yes, list them
and the reason for them
Role of bidder in project
Poor
Score 1
Average
Score 2
Met requirements
core 3
Exceeded requirements
Score 4
Page | 86
SKA BUI 001/2016
Would you use the Bidder/Sub-contractors/JV Partners again?
Yes
No (reasons)
Overall Impression:
…………………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………
Company Representative: ……………………………………………………………..
Position in Company: …………………………………………………………………………
Company Stamp and Date (Reference must be done in 2016):
Page | 87
SKA BUI 001/2016
SCHEDULE 6: EVIDENCE OF THE BIDDER, SUB-CONTRACTORS AND JOINT VENTURE PARTNERS HUMAN RESOURCE TRAINING & DEVELOPMENT PROGRAMME AND SOCIO-ECONOMIC DEVELOPMENT ACTIVITIES AND PROPOSED ACTIVITIES SPECIFIC TO THIS PROJECT
The bidder, joint venture partners and sub-contractors must provide evidence of the entities implementing skills development, and
/or mentorhsip programmes and corporate social investment programmes within each entity and the value of all entities investment
into skills development and /or mentorship programmes. The bidder must provide information on these programmes as part of its
response to this bid as well as what skills development programme / corporate social investment programme will be proposed for
the scope of this project. The response must be provided in the following format:
Bidder Name / Joint Venture
Name / Subcontractor
Description of skills
development programme/s &
number of staff participating
Description of mentorship
programmes (if any) and
number of people in
programme
Monetary value of programmes
to date & awards
Description of corporate social
investment (CSI) programmes
implemented by bidding
entitites
Page | 88
SKA BUI 001/2016
Number of people impacted by
implementation of CSI
programme
Total monetary value of CSI
programmes implemented
Description of what the Bidder
and partners propose in terms
of skills development /
corporate social investment for
this project
Page | 89
SKA BUI 001/2016
FORM A1: AUTHORITY FOR SIGNATORY
Signatories for close corporations and companies shall confirm their authority by attaching to this form a duly signed and dated copy of the relevant resolution of their members or their board of directors, as the case may be. Notes to Bidder: 1. In the event that the Bidder is a joint venture, a certificate is required from each member of the joint venture,
clearly setting out:
- authority for signatory, - undertaking to formally enter into a joint venture contract should an award be made to the joint venture, - name of designated lead member of the intended joint venture
An example for a company is shown below: “By resolution of the board of directors passed on (date)………………………………………………… Mr ………………………………………………………………………………………………………………. has been duly 89authorized to sign all documents in connection with the Tender for Contract No ………………………………....................... 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 NAMES OF SIGNATORY : ........................................................................................ AS WITNESSES : 1 .................................................................................. : 2 ..................................................................................
Page | 90
SKA BUI 001/2016
FORM A2: BIDDER’S BANK DETAILS AND FINANCIAL REFERENCES Notes to Bidder: 1. The Bidder shall attach to this form a letter from the bank at which he declares he conducts his account. The
contents of the bank’s letter must state the credit rating that it, in addition to the information required below, accords to the tenderer for the business envisaged by this tender. Failure to provide the required letter with the tender submission may render the Bidder’s offer unresponsive.
2. The Bidder’s banking details as they appear below shall be completed.
3. In the event that the tenderer is a joint venture enterprise, details of all the members of the joint venture shall be similarly provided and attached to this form.
The tenderer shall provide the following: (i) Name of Account Holder: .......................................................................................................................... (ii) Account Number: .......................................................................................................................................
(iii) Bank name: ...............................................................................................................................................
(iv) Branch Number: ........................................................................................................................................
(v) Bank and branch contact details: ..............................................................................................................
.................................................................................................................................................................. SIGNED ON BEHALF OF BIDDER: ....................................................................................................................
Page | 91
SKA BUI 001/2016
FORM A3: CERTIFICATE OF INSURANCE COVER Note to Bidder: In the event of the Bidder being a joint venture/consortium the details of the individual members must also be provided. Refer to Particular Conditions of Tender. Professional Indemnity Insurance must be a minimum of double the contract value for this contract. The Bidder shall provide the following details of this insurance cover: (i) Name of Bidder: ........................................................................................................................................ (ii) Period of Validity: ...................................................................................................................................... (iii) Value of Insurance:
Insurance for Works and Bidder’s Equipment:
Company: ...........................................................................................................................................
Value: ..................................................................................................................................................
Insurance for Bidder’s Personnel:
Company: ........................................................................................................................................... Value: ..................................................................................................................................................
Motor Vehicles liability
Company: ........................................................................................................................................... Value: ..................................................................................................................................................
Third Party liability:
Company: ........................................................................................................................................... Value: .................................................................................................................................................. The successful Bidder shall take full responsibility to restore any damaged existing NRF (SKA SA) infrastructure to the status it was prior to damage. SIGNED ON BEHALF OF BIDDER: ....................................................................................................................
Page | 92
SKA BUI 001/2016
FORM A4: CERTIFICATE OF AUTHORITY FOR JOINT VENTURE (if applicable)
This Returnable Schedule is to be completed by joint ventures.
We, the undersigned, are submitting this bid offer in Joint Venture and hereby authorised Mr/Ms ...........................................
..................................................................................... , authorised signatory of the company ...............................................
.............................................................................................................................................. ............. , acting in the capacity of
lead partner, to sign all documents in connection with the tender offer and any contract resulting from it on our behalf.
NAME OF FIRM
ADDRESS DULY AUTHORISED SIGNATORY
Lead partner: Participation: %
Signature ............................................ Name ................................................... Designation .........................................
Partner 2: Participation: %
Signature ............................................. Name ................................................... Designation .........................................
Partner 3: Participation: %
Signature ............................................. Name ................................................... Designation .........................................
Partner 4: Participation: %
Signature ............................................. Name ................................................... Designation .........................................
Signed: Date:
Name: Position:
Bidder:
The Bidder must be a single legal entity which is an Architectural firm with all other necessary expertise secured via subcontract or
under a Joint Venture arrangement. The lead (contracting party) will be an architectural firm who will secure the necessary other
professional engineering and specialist resources required to execute the contract. The NRF will enter into a single contract for the
delivery of the work set out in the Scope of Work for this bid. The bid is only open to South African companies.
SIGNED ON BEHALF OF BIDDER: …………………………………………………………………………….
Page | 93
SKA BUI 001/2016
FORM A5: FORM CONCERNING THE FULFILMENT OF THE CONSTRUCTION REGULATIONS, 2014
In terms of regulation 4(3) of the Construction Regulations, 2014, as amended (hereinafter referred to as the Regulations),
promulgated on 18 July 2003 in terms of Section 43 of the Occupational Health and Safety Act, 1993 (Act No 85 of 1993) the
Employer shall not appoint a contractor to perform construction work unless the Contractor can satisfy the Employer that his/her
firm has the necessary competencies and resources to carry out the work safely and has allowed adequately in his/her tender for
the due fulfilment of all the applicable requirements of the Act and the Regulations.
1 I confirm that I am fully conversant with the Regulations and that my company has (or will acquire/procure) the necessary
competencies and resources to timeously, safely and successfully comply with all of the requirements of the Regulations.
2 Proposed approach to achieve compliance with the Regulations (Tick)
Own resources, competent in terms of the Regulations (refer to 3 below)
Own resources, still to be hired and/or trained (until competency is achieved)
Specialist subcontract resources (competent) - specify:
............................................................................................................................................................
............................................................................................................................................................
3 Provide details of proposed key persons, competent in terms of the Regulations, who will form part of the team as specified
in the Regulations (CVs to be attached):
..............................................................................................................................................................................
..............................................................................................................................................................................
..............................................................................................................................................................................
..............................................................................................................................................................................
4 Provide details of proposed training (if any) that will be undergone:
..............................................................................................................................................................................
..............................................................................................................................................................................
..............................................................................................................................................................................
..............................................................................................................................................................................
5 Potential key risks identified and measures for addressing risks:
..............................................................................................................................................................................
..............................................................................................................................................................................
..............................................................................................................................................................................
..............................................................................................................................................................................
..............................................................................................................................................................................
YES
NO
Page | 94
SKA BUI 001/2016
6 I have fully included in my tendered rates and prices (in the appropriate payment items provided in the Schedule of
Quantities) for all resources, actions, training and any other costs required for the due fulfilment of the Regulations for the
duration of the construction and defects repair period.
Signed: Date:
Name: Position:
Bidder:
SIGNED ON BEHALF OF BIDDER: ....................................................................................................................
YES
NO
(Tick)
(Tick)
Page | 95
SKA BUI 001/2016
FORM A6: AMENDMENTS AND QUALIFICATION BY BIDDER
Refer to General Conditions of Contract
PAGE
DESCRIPTION
SIGNED ON BEHALF OF BIDDER: ....................................................................................................................
Page | 96
SKA BUI 001/2016
T2.2.2 OTHER DOCUMENTS REQUIRED FOR BID EVALUATION PURPOSES
FORM B1: CERTIFICATE OF BIDDER’S ATTENDANCE AT THE COMPULSORY SITE CLARIFICATION
MEETING
FORM B2: RECORD OF ADDENDA TO BID DOCUMENTS
FORM B3: COMPULSORY ENTERPRISE QUESTIONNAIRE
FORM B4: DECLARATION OF INTEREST (SBD 4)
FORM B5: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (SBD 8)
FORM B6: CERTIFICATE OF INDEPENDENT BID DETERMINATION (SBD 9)
Page | 97
SKA BUI 001/2016
FORM B1: CERTIFICATE OF BIDDER’S ATTENDANCE AT THE COMPULSORY CLARIFICATION MEETING
This is to certify that I, ………………………………………………………………………………. Representative of (Bidder) ……………………………………………………………………… ………………………………………………………………………………………………………… of (address) …………………………………………………………………………………………. ………………………………………………………………………………………………………... ………………………………………………………………………………………………………... Telephone number ………………………………………………………………………………… Fax number ………………………………………………………………………………………… Visited and examined the Site on (date) ……………………………………………………….. In the company of (Employer) …………………………………………………………………… BIDDER’S REPRESENTATIVE ………………………………………………………….. EMPLOYER’S REPRESENTATIVE …………………………………………………………...
Page | 98
SKA BUI 001/2016
FORM B2: RECORD OF ADDENDA TO BID DOCUMENTS
We confirm that the following communications issued by the Employer before the submission of this bid offer, amending the bid documents, have been taken into account in this bid offer:
Date
Title or details
1
2
3
4
5
6
7
8
9
10
11
Attach additional pages if more space is required. Signed ……………………………………………. Date: …………………………………….. Name: …………………………………………….. Position: …………………………………. SIGNED ON BEHALF OF BIDDER: ....................................................................................................................
Page | 99
SKA BUI 001/2016
FORM B3: COMPULSORY ENTERPRISE QUESTIONNAIRE The following particulars must be furnished. In the case of a joint venture, separate enterprise questionnaires in respect of each partner must be completed and submitted. Section 1: Name of enterprise: ................................................................................................................ Section 2: VAT registration number, if any: ........................................................................................... Section 3: Association membership, if any: .......................................................................................... Section 4: Particulars of sole proprietors and partners in partnerships
Name* Identity number* Personal income tax
number*
*Complete only if sole proprietor or partnership and attach separate page if more than 3 partners. Section 5: Particulars of companies and close corporations Company registration number: ............................................................................................................................. Close corporation number: Tax reference number: Section 6: Record in the service of the state Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently, or has been within the last 12 months, in the service of any of the following:
□ a member of any municipal council □ a member of any provincial legislature □ a member of the National Assembly or
the National Council of Province □ a member of the board of directors of
any municipal entity □ an official of any municipality or
municipal entity
□ an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)
□ a member of an accounting authority of any national or provincial public entity
□ an employee of Parliament or a provincial legislature
Page | 100
SKA BUI 001/2016
If any of the above boxes are marked, disclose the following: *
Name of sole proprietor, partner, director, manager, principal shareholder or stakeholder
Name of institution, public office, board or organ of state
and position held
Status of service (tick appropriate column)
Current Within last 12
months
*Insert separate page if necessary. Section 7: Record of spouses, children and parents in the service of the state Indicate by marking the relevant boxes with a cross, if any spouse, child or parent or a sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently, or has been within the last 12 months, in the service of any of the following:
□ a member of any municipal council □ a member of any provincial legislature □ a member of the National Assembly or the National
Council of Province □ a member of the board of directors of any municipal
entity □ an official of any municipality or municipal entity
□ an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)
□ a member of an accounting authority of any national or provincial public entity
□ an employee of Parliament or a provincial legislature
*
Name of spouse, child or parent Name of institution, public office,
board or organ of state and position held
Status of service (tick appropriate column)
Current Within last 12 months
*Insert separate page if necessary. The undersigned, who warrants that he/she is duly authorized to do so on behalf of the enterprise: a) to obtain a tax clearance certificate from the South African Revenue Services that my/our tax matters are in order;
b) confirms that neither the name of the enterprise or the name of any partner, manager, director or other person, who wholly or
partly exercises, or may exercise, control over the enterprise appears on the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;
c) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise, control over the enterprise, has within the last five years been convicted of fraud or corruption;
Page | 101
SKA BUI 001/2016
d) confirms that I/we are not associated, linked or involved with any other tendering entities submitting tender offers and have no other relationship with any of the tenderers or those responsible for compiling the scope of work that could cause or be interpreted as a conflict of interest; and
e) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my belief both true
and correct. Signed ………………………………………………… Date Name ……………………………………………….. Position ....................................................... Enterprise name ...................................................................................................................................................
Page | 105
SKA BUI 001/2016
FORM B5: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (SBD 8)
Page | 111
SKA BUI 001/2016
T2.2.3. RETURNABLE SCHEDULES FOR TECHNICAL EVALUATION PURPOSES
Stage 2 Technical Evaluation Weighting
1. High-level assessment report of NRF site which addresses the following aspects: (Bidders must achieve a minimum averaged score of 3 by all BEC members for each criteria 1.1 to 1.5 as these are GO/NO GO criteria which Bidders have to comply with in their response)
30 (Total)
1.1. Proposed site and building mitigation measures to address flooding which takes into account the River Club development mitigation measures and how this can be coordinated
10
1.2. Overview of existing bulk civil, sewer and electrical infrastructure in close proximity to site with a statement on how the design will connect to the existing bulk infrastructure and what will be considered and how these connections will be expedited through the design process
5
1.3. Review of existing geotechnical conditions and how this will impact the design of the building and cost associated with the building 2
1.4. Description of site constraints identified (ecology, archaeology, heritage, physical space, servitudes, restrictions, zoning etc.) and how these will be addressed through the design of the landscape and building
10
1.5. Description of construction license approvals required which includes planning approvals, water-use license, environmental authorisation, rezoning and the timelines associated with these applications and approvals. Opportunities for shortening timeframes to be considered in terms of planning / studies already undertaken by the River Club developers
3
2. Evaluation of 3D Artist’s impression of the building, site and surrounding landscape based on the following aspects: (Bidders must achieve a minimum averaged score of 3 by all BEC members for each criteria 2.1. to 2.2. as these are GO/NO GO criteria which Bidders have to comply with in their response)
45 (Total)
2.1. Appeal and creativity / innovation of the Concept proposed 25
2.2. Demonstration of effective use of the space on the site which includes access routes, provision of parking and other bulk infrastructure considerations and adequacy of the site to accommodate the SKA building requirements
20
3. Project Management Plan specific to this project which addresses the following (Bidders must achieve a minimum averaged score of 3 by all BEC members for each criteria 3.1. to 3.4. as these are GO/NO GO criteria which Bidders have to comply with in their response):
15 (Total)
3.1. Proposed Management Plan for the execution of this Contract which includes project management (cost, schedule, reporting, performance measurement) system engineering, sub-contractor management, information & document management, engineering management, risk management & project implementation strategy
4
3.2. Organogram indicating key engineering disciplines, responsibilities, resource allocation and estimated time required for design disciplines during the design, procurement and construction phase
3
3.3. Clear description of how integration will be managed during the design phase, construction, testing and commissioning and how the design team, construction administration team, construction contractor integration will be mangaed
4
3.4. Communication plan between the professional team, the SKA SA, construction contractor, approval authorities etc. will be undertaken 4
Page | 112
SKA BUI 001/2016
Stage 2 Technical Evaluation Weighting
4. Health, Safety, Environmental and Quality Management Plan for the execution of this Contract (Bidders must achieve a minimum averaged score of 3 by all BEC members for criteria 4 as this is a GO/NO GO criteria which Bidders have to comply with in their response)
15 (Total)
TOTAL 100
All Bidders with bids that have been successful at the Stage Two level by meeting the minimum of 75% or a total of 75 points out of 100 points will be invited to make a presentation to the SKA SA Bid Evaluation Committee for further consideration.
The Bid Evaluation Committee will use the following prompts in evaluating Bidders’ responses to the Quality Criteria defined for this bid:
Page | 113
SKA BUI 001/2016
Stage 2 Technical Evaluation
Technical Criteria Weighting Score 1 Score 2 Score 3 Score 4
1. High-level assessment report of NRF site which addresses the following aspects: (Bidders must achieve a minimum averaged score of 3 by all BEC members for each criteria 1.1 to 1.5 as these are GO/NO GO criteria which Bidders have to comply with in their response)
30 Total
1.1. Proposed site and building mitigation measures to address flooding which takes into account the River Club development mitigation measures and how this can be coordinated
10 Poor quality report/chapter which does not address the proposed flooding mitigation
measures
The report/chapter on the flooding risk & proposed
mitigation measures is average but there is still concerns
around whether the mitigation measures are sufficient
The report/chapter assessing the flooding risk and proposed mitigation measures meets the
requirements (quality report which demonstrates the
Bidder’s understanding of the current circumstances and
proposes a good solution for the site and considerations for
the building)
The report/chapter exceeds the requirements requested and
proposes value-add mitigation considerations (excellent quality report; excellent
understanding demonstrated; innovative yet cost-effective flooding mitigation measures
proposed for the site and consideration given to impact
on the building design
1.2. Overview of existing bulk civil, sewer and electrical infrastructure in close proximity to site with a statement on how the design will connect to the existing bulk infrastructure and what will be considered and how these connections will be expedited through the design process
5 Poor quality report/chapter which does not address the
design considerations for the provision of bulk infrastructure
to the SKA building
The report/chapter on the provision of bulk infrastructure
is average but does not sufficiently address what is
required for the site and SKA building
The report/chapter assessing the provision of bulk
infrastructure meets the requirements (i.e. bulk power
supply, civil, stormwater, sewerage, water sufficiently addressed) and response clearly indicates who is
responsible for what (designers/City of Cape Town)
and how this will be implemented
The report/chapter exceeds the requirements and proposed value-add design solutions
(one such example is “piggy-backing” on bulk infrastructure
plans for the River Club development) and also
indicates possible cost-saving options through integrated planning between the River
Club developers and the project
Page | 114
SKA BUI 001/2016
Stage 2 Technical Evaluation
Technical Criteria Weighting Score 1 Score 2 Score 3 Score 4
1.3. Review of existing geotechnical conditions and how this will impact the design of the building and cost associated with the building
2 Poor quality report/chapter which does not address how
the building design will address the assumed geotechnical
conditions
The report/chapter is average and does not sufficiently
address how building design solution will address the assumed geotechnical
conditions
The report/chapter meets the requirements in that the
proposed design considerations for the building are addressed through a clear set of assumptions that have
been described for the geotechnical conditions and
cost implications to the building are estimated
The report/chapter exceeds the requirements in that the Bidder
has presented a detailed assessment of the implications
on the building design, cost with alternatives considered
including cost-reduction options
1.4. Description of site constraints identified (ecology, archaeology, heritage, physical space, servitudes, restrictions, zoning etc.) and how these will be addressed through the design of the landscape and building
10 Poor quality report/chapter which does not address the
site constraints and opportunities
The report/chapter is average and does not sufficiently
address the site constraints and opportunities which will be addressed through the design
process
The report/chapter meets the requirements in the Bidder clearly demosntrates their understanding of the site constraints (e.g. heritage,
flooding, geotechnical, size of site, environmental
considerations/restrictions, zoning restrictions, servitudes)
and provides a design description of how these will be
addressed
The report/chapter exceeds the requirements in the Bidder
clearly has very clearly articulated how the site
constraints will be addressed and in some cases
optimised/enhanced through innovative design solutions and
also proposes clearly articulated opportunities which will be addressed during the design phase with potential
value-add options considered
Page | 115
SKA BUI 001/2016
Stage 2 Technical Evaluation
Technical Criteria Weighting Score 1 Score 2 Score 3 Score 4
1.5. Description of construction license approvals required which includes planning approvals, water-use license, environmental authorisation, rezoning and the timelines associated with these applications and approvals. Opportunities for shortening timeframes to be considered in terms of planning / studies already undertaken by the River Club developers
3 Poor quality report/chapter which does not address the the
planning and construction approvals required
The report/chapter is average and does not sufficiently
address what approvals are required for design and
construction (partial compliance)
The report/chapter meets the requirements and is clear in
terms of what is required; when it is required and how the approvals will be obtained
The report/chapter exceeds the requirements in that it is clear
what is required, when it is required, how the approvals
will be obtained (process) yet also considers value-add options (one example is
considering “piggy-backing” with River Club developers, optimisation of the cost of
planning /construction approvals etc.
Page | 116
SKA BUI 001/2016
Stage 2 Technical Evaluation
Technical Criteria Weighting Score 1 Score 2 Score 3 Score 4
2. Evaluation of 3D Artist’s impression of the building, site and surrounding landscape based on the following aspects: (Bidders must achieve a minimum averaged score of 3 by all BEC members for each criteria 2.1. to 2.2. as these are GO/NO GO criteria which Bidders have to comply with in their response)
45 Total
2.1. Appeal and creativity / innovation of the Concept proposed
25 The proposed design concept is not conveyed sufficiently in the presentation and does not meet the Vision of the building
The proposed design concept (site and building) is average
but does not display much creativity/innovative thinking and only partially addresses
the Vision for the building
The concept meets the SKA requirements through
achieving the Visions set out for the building and clearly demonstrates innovation,
science & technology through the clever use of building
materials and design solutions & renewable ideas
The concept exceeds the SKA’s vision for the building; demonstrates “out-the-box”
thinking through the design; is aesthetically pleasing;
achieves the “wow” factor yet whilst considering the life-cycle costs of the building and also
clearly acknowledges the heritage and cultural status of
the SAAO site through the concept and clearly respects the surrounding environment
and impacts
Page | 117
SKA BUI 001/2016
Stage 2 Technical Evaluation
Technical Criteria Weighting Score 1 Score 2 Score 3 Score 4
2.2. Demonstration of effective use of the space on the site which includes access routes, provision of parking and other bulk infrastructure considerations and adequacy of the site to accommodate the SKA building requirements
20 The concept/drawings presented are poor don’t demonstrate the Bidder’s capability to translate the
building requirements into the drawings/concepts
The concept/drawings presented are average but
don’t sufficiently address the SKA building requirements –
demonstrates a general understanding by the Bidder
The concept/design proposal meets the requirements in that the following is addressed: 1)
consideration of site plan including building, accessibility
/ routes, parking, 2) bulk infrastructure provision, 3) building requirements are accommodated on the site
The concept/drawings exceeds the requirements by further
addressing how the site can be used given the site constraints;
how “piggy-backing” on the design and construction of bulk infrastructure can be achieved with the River Club developers
in an effort to reduce cost; consideration of co-sharing of
facilities addressed (River Club; SAAO) to reduce the
SKA building requirements and clear linkages considered with
SKA’s neigbours
Page | 118
SKA BUI 001/2016
Stage 2 Technical Evaluation
Technical Criteria Weighting Score 1 Score 2 Score 3 Score 4
3. Project Management Plan specific to this project which addresses the following (Bidders must achieve a minimum averaged score of 3 by all BEC members for each criteria 3.1. to 3.4. as these are GO/NO GO criteria which Bidders have to comply with in their response):
15 Total
3.1. Proposed Management Plan for the execution of this Contract which includes project management (cost, schedule, reporting, performance measurement) system engineering, sub-contractor management, information & document management, engineering management, risk management & project implementation strategy
4 The Project Management Plan is poor and does not meet the
requirements
The Project Management Plan is generic and average and does
not address all the requirements for this criteria to be deemed
sufficient for the project
The Project Management Plan meets the requirements with all the aspects required as part of
the criteria are described in detail and the SKA SA is
satisfied that the Bidder is capable of managing the execution of the contract
The Project Management Plan exceeds the requirements in that
it clearly defines how the contract will be successfully
managed and leaves now doubt that the Bidder understands the
requirements in terms of the project management & system
engineering process and proposes clear processes & procedures in terms of the
management of cost, schedule, quality and risk
3.2. Organogram indicating key engineering disciplines, responsibilities, resource allocation and estimated time required for design disciplines during the design, procurement and construction phase
3 The Organogram & supplementary information
presented is poor and there is insufficient information to assess whether the Bidder has sufficient
resources to undertake this Contract
The Organogram & supplementary information is average, does not address all the requirements and leaves questions that the Bidder is
capabable of undertaking the Contract
The Organogram & supplementary information
meets the requirements of this bid and confirms the Bidder’s
capacity to undertake this Contract
The Organogram & supplementary information
exceeds the requirements of this bid through the proposal of
value-add options which are considered at the same cost or where a reduction in timelines is considered to reduce cost and
schedule further
Page | 119
SKA BUI 001/2016
Stage 2 Technical Evaluation
Technical Criteria Weighting Score 1 Score 2 Score 3 Score 4
3.3. Clear description of how integration will be managed during the design phase, construction, testing and commissioning and how the design team, construction administration team, construction contractor integration will be managed
4 Insufficient information provided to assess how
integration will be managed for this Contract
The proposed integration plan is average but does not
address all the SKA requirements listed for this
criteria
The Bidder meets the requirements in that the
integration of engineering disciplines is clearly defined for
the design phase and the construction phase. The
management of interfaces between the design and
construction administration team and contractor is also
clearly defined
The proposal exceeds requirements in that the Bidder
has demonstrated beyond doubt that they understand the
risks that arise in a project if integration between the design
disciplines is not properly defined and documented in a
plan. The Bidder has also presented a fail-proof plan
(whether through planning, BIM models, other processes) that will ensure that there are no
gaps in the design phase and the construction phase and that integration will be successfully
dealt with and managed
3.4. Communication plan between the professional team, the SKA SA, construction contractor, approval authorities etc. will be undertaken
4 Insufficient information provided to assess how the
interface between the SKA SA, design and construction administration teams,
construction contractor and approval authorities will be
managed
The response is average but does not meet all the
requirements and doesn’t clearly demonstrate how the
Bidder will manage stakeholder interfaces
The response meets the requirements in that interface management is very clearly
defined between stakeholders; how these interfaces will be
managed for the duration of the Contract
The response exceeds requirements and proposes
innovative (through technology, processes, procedures) ideas
on how interface with all stakeholders will be managed
and the frequency thereof
Page | 120
SKA BUI 001/2016
Stage 2 Technical Evaluation
Technical Criteria Weighting Score 1 Score 2 Score 3 Score 4
4. Health, Safety, Environmental and Quality Management Plan for the execution of this Contract (Bidders must achieve a minimum averaged score of 3 by all BEC members for criteria 4 as this is a GO/NO GO criteria which Bidders have to comply with in their response)
15 Total The SHEQ plan is poor and does not meet the
requirements
The SHEQ Plan is generic and does not address project
specific requirements
The SHEQ plan meets the requirements with the following
being addressed: 1) SHEQ management for the Contract by the design team; 2) Health & Safety analysis during the
design; 3) Plan on how SHEQ will be addressed in the
procurement phase for the appointment of a construction contractor; 4) How the Bidder will manage (and audit) the
construction contractor during construction
The SHEQ plan exceeds the requirements where innovative
options (through technology/options/processes)
are considered to manage SHEQ for the contract whilst also addressing: 1) SHEQ
management for the Contract by the design team; 2) Health & Safety analysis during the
design; 3) Plan on how SHEQ will be addressed in the
procurement phase for the appointment of a construction contractor; 4) How the Bidder will manage (and audit) the
construction contractor during construction
TOTAL 100
Page | 121
SKA BUI 001/2016
Stage 3 Technical Evaluation Weighting
1. Presentation (approx. 45 minutes) to the SKA SA Bid Evaluation Committee which further demonstrates the capacity and capability of the Bidder: 100 (Total)
1.1. Presentation of Technical Assessment of NRF site and proposed design concept submitted highlighting the key opportunities and risks associated with both the site and the building
30
1.2. Portfolio of projects already executed by the Bidder, Joint Venture Partners and sub-contractors which are similar in size/nature/function to the SKA building
40
1.3. Summary of skills development plan / skills transfer, mentorship / CSI implementation specific to this project
30
TOTAL 100
The SKA SA Bid Evaluation Committee will use the following prompts in evaluating Bidders’ responses to the Stage 3 Quality Criteria defined for this bid:
Page | 122
SKA BUI 001/2016
Stage 3 Technical Evaluation
Technical Criteria Weighting Score 1 Score 2 Score 3 Score 4
1. Presentation (approx. 45 minutes) to the SKA SA Bid Evaluation Committee which further demonstrates the capacity and capability of the Bidder:
100 Total
1.1. Presentation of Technical Assessment of NRF site and proposed design concept submitted highlighting the key opportunities and risks associated with both the site and the building
30 Poor presentation Average presentation which partially addressed this technical requirement
Good presentation in which the Bidder clearly articulated the
assessment of the site and the design concept which meets all of the technical requirements of
this bid
Excellent presentation which leaves the SKA with
confidence that the Bidder’s proposal will meet the Vision of
the building and all the risks and opportunities have been addressed whilst considering
life-cycle costs and cost reduction alternatives
1.2. Portfolio of projects already executed by the Bidder, Joint Venture Partners and sub-contractors which are similar in size/nature/function to the SKA building
40 Insufficient information presented on projects
undertaken of a similar nature by the Bidder
The portfolio of projects was presented but are not similar in
nature and scale to the SKA building
The portfolio of projects are of a similar nature and size to the
SKA building and provides sufficient evidence that the
Bidder is capable of successfully delivering a
project of this scale
The portfolio of projects presented leaves no doubt that
the Bidder can deliver the project successfully and the
projects presented also clearly demonstrates the ability of the Bidder to produce innovative
design solutions 1.3. Summary of skills development
plan / skills transfer, mentorship / CSI implementation specific to this project
30 Insufficient information was presented on the proposed skills development / skills
transfer / mentorship for this project
Information that has been provided was average but does
not clearly state how skills transfer/mentorship etc. will be
provided (vague)
The proposal meets the requirements clear definition of how skills transfer / mentorship
will be undertaken for the duration of this Contract
The proposal exceeds the requirements in that the Bidder
has presented innovative thinking around skills transfer, mentorship and the Bidder has made a commitment to a CSI
contribution to the project
Page | 123
SKA BUI 001/2016
Bidders must achieve a minimum of 75% or 75 points out of 100 points during this stage (Stage 3) to proceed to the Stage 4
Financial/B-BBEE evaluation.
Bidders might be requested to arrange site visits to buildings designed and constructed of a similar nature to the SKA SA building
requirements to further validate that the Bidder has the capability and capacity to undertake the Scope of Work for this bid.
Signed ___________________________ Date _________________________________ Name ___________________________ Position _______________________________ Bidder __________________________________________________________________ SIGNED ON BEHALF OF BIDDER: ....................................................................................................................
Page | 124
SKA BUI 001/2016
T2.2.4 RETURNABLE SCHEDULES THAT WILL BE INCORPORATED IN THE CONTRACT
FORM C1.1 – FORM OF OFFER AND ACCEPTANCE IN BID INVITATION FORM C1.2 – CONTRACT DATA PROVIDED BY BIDDER FORM C2.1. – PRICING SCHEDULE FORM C3 – PREFERENCE CERTIFICATE AND PREFERENCE POINTS CLAIM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS (SBD 6.1)
Page | 125
SKA BUI 001/2016
FORM C1.1 OFFER AND ACCEPTANCE (AGREEMENT) OFFER The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract in respect of the following works: THE APPOINTMENT OF A PROFESSIONAL DESIGN TEAM TO UNDERTAKE SITE STUDIES, THE DESIGN, DEVELOPMENT OF THE PROCUREMENT INVITATION TO APPOINT A CONSTRUCTION CONTRACTOR, CONSTRUCTION ADMINISTRATION, TEST, VERIFICATION, COMMISSIONING AND HANDOVER OF THE NEW SKA BUILDING IN CAPE TOWN The Bidder, 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 Bidder, deemed to be duly authorized, signing this part of this Form of Offer and Acceptance, the Bidder offers to perform all of the obligations and liabilities of the Contractor 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 (VAT) IS ……………………………………………………………………………………………………………………… ………………………………………………. Rand (in words): R ………………………..……….( in figures), This Offer may be accepted by the Employer by signing the Acceptance part of this Form of Offer and Acceptance and returning one copy of this document to the tenderer before the end of the period of validity stated in the Tender Data, whereupon the tenderer becomes the party named as the Consultant in the Conditions of Contract identified in the Contract Data. Signature (s) ____________________________ ________________________________ Name(s) ____________________________ ________________________________ Capacity ____________________________ ________________________________ ______________________________________________________________ (Name and address of Organization) Name and Signature of Witness ____________________________ Date __________________________ 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 Contractor 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 in this Agreement and in the Contract that is the subject of this Agreement. The terms of the contract are contained in:
Agreements and Contract Data (which includes this Agreement)
Pricing Schedule
Scope of Work and Site Information.
Page | 126
SKA BUI 001/2016
And drawings and documents or parts thereof, which may be incorporated by reference into Parts C1 to C3 above. Deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the Tender Schedules, as well as any changes to the terms of the Offer agreed by the Tenderer and the Employer during this process of offer and acceptance, are contained in the Schedule of Deviations from the said documents are valid unless contained in this Schedule, which must be duly signed by the authorized representative(s) of both parties. Within 14 calendar days of the date of this form of acceptance (including the schedule of deviations if any) you shall deliver to the Employer (whose details are given in the Contract Data) the following: - Proof of insurance in terms of the information provided in the Contract Data and Clause 18 of
the FIDIC Conditions of Contract. Proof of currency of insured cover shall be provided on a monthly basis until contract completion
- Any other documentation to be provided in terms of the Conditions of Contract The effective date of the contract shall be the date of this form of acceptance unless you, within seven (7) calendar days of the effective date, notify the Employer in writing of any justification why you cannot accept the contents of this Agreement. The Commencement Date of the Contract shall be that on which the contract hand-over meeting is held which shall be no later than 28 calendar days after the date of this form, or earlier if circumstances demand and as agreed between tenderer/Employer. Notwithstanding that a full, original-signed copy of the contract document containing all contract data an schedules (including that of accepted deviations) will be delivered to you, this form of acceptance constitutes the binding contract between us. Signature (s) ____________________________ ________________________________ Name(s) ____________________________ ________________________________ Capacity ____________________________ ________________________________ ______________________________________________________________ (Name and address of Organization) Name and Signature of Witness ____________________________ Date __________________________
Page | 127
SKA BUI 001/2016
SCHEDULE OF DEVIATIONS Notes: 1. The extent of deviations from the tender documents issued by the Employer prior to the tender closing date is
limited to those permitted in terms of the Conditions of Tender. 2. A Tenderer’s covering letter shall not be included in the final contract document. Should any matter in such letter,
which constitutes a deviation as aforesaid, become the subject of agreements reached during the process of offer and acceptance, the outcome of such agreement shall be recorded here.
3. Any other matter arising from the process of offer and acceptance either as a confirmation, clarification or change to the tender documents and which it is agreed by the Parties becomes an obligation of the contract and shall also be recorded here.
4. Any change or addition to the tender documents arising from the above agreements and recorded here, shall also be incorporated into the final draft of the Contract.
1 Subject ……………………………………………………………………………………………….. Details …………………………………………………………………………………………………………….. 2 Subject ……………………………………………………………………………………………….. Details ……………………………………………………………………………………………………………..
3 Subject ……………………………………………………………………………………………….. Details …………………………………………………………………………………………………………….. 4 Subject ……………………………………………………………………………………………….. Details …………………………………………………………………………………………………………….. 5 Subject ……………………………………………………………………………………………….. Details …………………………………………………………………………………………………………….. 6 Subject ……………………………………………………………………………………………….. Details ……………………………………………………………………………………………………………..
Page | 128
SKA BUI 001/2016
By the duly authorized representatives signing this Schedule of Deviations, the Employer and the Bidder agree to and accept the foregoing Schedule of Deviations as the only deviations from and amendments to the documents listed in the Tender Data and addenda thereto as listed in the Tender Schedules, as well as any confirmation, clarification or change to the terms of the offer agreed by the Bidder and the Employer during this process of offer and acceptance. 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 BIDDER: Signature (s) ____________________________ ________________________________ Name(s) ____________________________ ________________________________ Capacity ____________________________ ________________________________ ______________________________________________________________ (Name and address of Organization) Name and Signature of Witness ____________________________ Date __________________________ FOR THE EMPLOYER: Signature (s) ____________________________ ________________________________ Name(s) ____________________________ ________________________________ Capacity ____________________________ ________________________________ ______________________________________________________________ (Name and address of Organization) Name and Signature of Witness ____________________________ Date __________________________
Page | 129
SKA BUI 001/2016
CONFIRMATION OF RECEIPT The Tenderer (now Contractor), identified in the Offer part of this Agreement, hereby confirms receipt from the Employer, identified in the Acceptance part of this Agreement, of one fully completed original copy of this Agreement, including the Schedule of Deviations (if any) today: the ………………. (day) of …………………………………………………….. (month) 20 ………………. (year) At …………………………………………………….. (place) For the Contractor: ……………………………………………………………. Signature ……………………………………………………………… Name ……………………………………………………………… Capacity Signature and name of witness: ……………………………………………………………. Signature ……………………………………………………………… Name
Page | 130
SKA BUI 001/2016
FORM C1.2 – CONTRACT DATA PROVIDED BY BIDDER
PART 1: DATA PROVIDED BY THE EMPLOYER C1.2.1 CONDITIONS OF CONTRACT The following General Conditions of Contract are applicable for this Contract: General Conditions which form part of the General Conditions for Client/Consultant Model Services Agreement, Fourth Edition 2006 (White Book) published by the International Federation of Consulting Engineers. Copies of these General Conditions (White Book) may be obtained from the South African Institution of Civil Engineering (SAICE) tel +27(0)11 805 5947 or Consulting Engineers South Africa (CESA) tel +27(0)11 463 2022. C1.2.2 PARTICULAR CONDITIONS Part A: References from Clauses in the General Conditions: Sub-Clause
1.1 Definitions
1.1.2 The Project is THE APPOINTMENT OF A PROFESSIONAL DESIGN TEAM TO UNDERTAKE SITE STUDIES, THE DESIGN, DEVELOPMENT OF THE PROCUREMENT INVITATION TO APPOINT A CONSTRUCTION CONTRACTOR, CONSTRUCTION ADMINISTRATION, TEST, VERIFICATION, COMMISSIONING AND HANDOVER OF THE NEW SKA BUILDING IN CAPE TOWN
1.1.10 Commencement Date 14 November 2016 (To be Confirmed).
1.1.11 Time for Completion
1260 Calendar Days (42 Calendar months which is inclusive of a 12 calendar month defects liability period after construction). A shorter duration may be offered
1.3 Language for Communications English
1.4 Language(s) of the Agreement
Ruling Language English
Governing Law Republic of South Africa
1.8 Notices
Client’s address Square Kilometre Array South Africa
17 Baker Street
Johannesburg
2196
South Africa
Email [email protected]
Page | 131
SKA BUI 001/2016
Telephone number +27(0)11 268 3400
Facsimile number +27(0)11 442 2454
Consultant’s address
Telephone number
Facsimile number
4.4 Delays
4.4.1 Delay Penalties
R 10 000.00 per day for delays to any deliverable defined in the Performance Levels in this bid with a maximum of 10% of the final Contract Price
5.2.2 Agreed Compensation for Overdue Payment (percent per day)
Reckoned from 30 days after approval of the Payment Certificate
6.3.1 Duration of Liability
8.2 Mediation
8.2.1 Named Mediator To be Confirmed
8.2.1 Nominating Centre for Mediation To be Confirmed
8.3.2 Rules of Arbitration To be Confirmed
Page | 132
SKA BUI 001/2016
Part B: Additional Clauses:
1 General Provisions 1.1 Definitions Sub-clause 1.1.1 “Agreement” Replace “Appendix 1 [Scope of Services], Appendix 2 [Personnel, Equipment, Facilities and Services of Others to be Provided by the Client], Appendix 3 [Remuneration and Payment], Appendix 4 [Time Schedule for Services]” with “The Tender document” Sub-clause 1.1.3 “Services” Replace “Appendix 1 [Scope of Services]” with “The Tender document” Sub-clause 1.1.5 “Country” Replace “the country to which the Project (or most of it) relates” with “South Africa” Sub-clause 1.1.15 “Agreed Compensation” Replace “additional sums as defined in Appendix 3 [Remuneration and Payment]” with additional sums. 1.2 Interpretation Add the following sub-clause: 1.2.6 The words Scope of Services shall be used interchangeably with Scope of Work. 2 Client 2.3 Assistance Sub-clause 2.3.1 Delete the entire subclause as it is not applicable. 2.4 Clients Financial Arrangements Sub-clause 2.4.1 Delete the entire sub-clause as it is not applicable. 2.5 Equipment and Facilities Sub-clause 2.5.1 Delete the entire sub-clause as it is not applicable. 2.6 Supply of Client’s Personnel Sub-clauses 2.6.1, 2.6.2 & 2.6.3 Delete the entire sub-clauses as they are not applicable. 2.8 Services of Others Sub-clause 2.8.1 Replace “from others as described in Appendix 2 [Personnel, Equipment, Facilities and Services of Others to be Provided by the Client]” with “outside the defined scope of services and required from a third party”. 3 The Consultant 3.1 Scope of Services Sub-clause 3.1.1 Replace “in Appendix 1 [Scope of Services]” with “The Tender document”.
Page | 133
SKA BUI 001/2016
3.2 Normal, Additional and Exceptional Services Sub-clause 3.2.1 Replace the entire sub-clause with “Normal services are those described as such in The Tender document, and additional services are variations to such Scope of Work. Sub-clause 3.2.2 Delete the entire sub-clause as it is not applicable. 3.3 Duty of Care and Exercise of Authority Sub-clause 3.3.2 (a) Delete “where they are not described in Appendix 1 [Scope of Services]” 4 Commencement, Completion, Variation and Termination 4.2 Commencement and Completion
Sub-clause 4.2.1 Replace “Time Schedule in Appendix 4 [Time Schedule where they are not described in Appendix 1 [Scope of Services]” with latest approved Time Schedule”. 4.4 Delays Add the following sub-clause Sub-clause 4.4.2 Penalties shall be imposed upon failure to deliver as per latest approved project schedule. Penalty amounts are indicated on the Particular conditions to tender. 4.8 Exceptional Services Sub-clause 4.8.1 Delete the entire sub-clause as it is not applicable. Sub-clause 4.8.2 Delete the entire sub-clause as it is not applicable 5 Payment 5.1 Payment to the Consultant Sub-clause 5.1.1 Replace “Appendix 3 [Remuneration and Payment]”with “the Tender”. Sub-clause 5.1.2 Delete the entire sub-clause as it is not applicable. 5.2. Time for Payment Add the following sub-clause Sub-clause 5.1.2 The successful Bidder will be paid as follows: a) On percentage progress per deliverable on a monthly basis which is substantiated by a progress report; b) Retention: 5% of each monthly invoice will be held back until approval of the design (T0+9 months) afterwhich half of the
retention accumulated will be released. The remainder will be released upon completion of construction.
Page | 134
SKA BUI 001/2016
The NRF undertakes to pay validated invoices in full within twenty eight (28) days from the monthly statement date. 5.3 Currencies of Payment Sub-clause 5.3.1 Replace “currencies applicable to the Agreement are those stated in Appendix 3 [Remuneration and Payment]” with “with currency applicable to the Agreement is the South African Rand”. Sub-clause 5.3.2 Delete the entire sub-clause as it is not applicable. 5.4 Third Party Charges on the Consultant Sub-clause 5.4.1 Delete the entire sub-clause as it is not applicable. 7 Insurance 7.1 Insurance for Liability and Indemnity Delete sub-clause 7.1.1, 7.1.2 & 7.1.3, and replace with Sub-clause 7.1.1 Insurance to be provided by the Bidder is listed in Form A3 of the returnable documents. The professional indemnity insurance will be a minimum of double the amount of the total contract value and must be valid until the end of the construction defects liability period. However, this does not prevent the Bidder from arranging, at his own cost, any additional cover or limits he (the Supplier) may deem fit.
Sub-clause 7.1.2 The Consultant shall: a) ensure that all potential and appointed Subconsultants are aware of the whole contents of this clause, and b) enforce the compliance by Subconsultants with this clause where applicable.
Page | 135
SKA BUI 001/2016
FORM C2.1. PRICING SCHEDULE - Firm Prices for the Duration of the Contract
(Standard Bidding Document 3.1. and 3.3.)
NOTE:
Only firm prices will be accepted. Non-firm prices (including prices subject to rates of exchange variations) will
not be considered
Price quotes is fully inclusive of all costs including delivery to the specified NRF site; Value Added Tax (VAT)
and other taxes (this includes all disbursement and travel costs) and Consumer Price Adjustment (CPA) per
annum
A full breakdown of costs, including detailed costing schedules, contingencies, professional fees, travel and
disbursements must be in format as set out below and, where applicable, in supporting schedules
Detailed information is optional and is provided as annexures to the details provided below
The Conditions of Contract, the Contract Data and the Scope of Work shall be read in conjunction with the
Pricing Schedule
Bid price in South African currency, foreign exchange risk is for the account of the bidder
It will be assumed that prices included in the Pricing Schedules are based on Acts, Ordinances, Regulations, By-
laws, International Standards and National Standards that were published 28 days before the closing date of bids
(refer to www.stanza.org.za or www.iso.org for information on standards)
All costs associated with compliance to the Occupational Health and Safety Act, the National Environmental
Management Act and the Water Act must be included in the bidding price where applicable
OFFER TO BE VALID FOR 150 DAYS FROM THE CLOSING DATE OF
THE BID
Page | 136
SKA BUI 001/2016
PRICING SCHEDULE 1
Item Description Unit Bid Amount
1 Site Studies
1.1
Topographical Survey & submission of report & drawings
(including any P&Gs, equipment establishment costs) Sum
1.2
Geotechnical Investigation & submission of report (including
P&Gs, health and safety obligations, test drills, testing etc.) Sum
1.3.
Studies, application and submission of Water-Use license
application including public participation process Sum
1.4. Rezoning Sum
1.5. Environmental Assessment Sum
1.6. Sub-Total
2. Design Phase
2.1 Review and update to SKA Building Requirements Sum
2.2. Concept Design, CoDR Review, CoDR Closure Sum
2.3. Detailed Design, CDR Review, CDR Closure Sum
2.4. Submission & approval of plans to City of Cape Town for
approval Sum
2.5. Subtotal
3. Procurement Phase
3.1. Preparation of tender documentation, lead compulsory tender
briefing, evaluation of proposals & Notification to City of Cape
Town of intention to commence building work
Sum
Page | 137
SKA BUI 001/2016
Item Description Unit Bid Amount
4. Construction Phase
4.1. (a) Review of contractor health, safety & environmental
management plan, quality assurance plan prior to construction
& recommend approval to SKA SA
(b) Undertake any environmental walk-throughs prior to and
during construction by specialists
(c) Review and recommend the approval of the construction
programme to the SKA SA
(d) Lead weekly face to face site coordination meetings with
the construction contractor and his subcontractors
(e) Undertake the Principal Agent/Resident Engineer role on
behalf of the SKA SA
(f) Lead monthly face to face site progress meetings including
recording of minutes, action items, progress reporting etc.
(g) Assessment and submission of monthly payment
certificates to the SKA SA for approval and payment;
(h) Undertake health, safety, environmental, quality assurance
audits in conjunction with SKA SA SHEQ team;
(i) Ensure design disciplines are involved in inspections as and
when required;
(j) Compile site inspection reports, non-conformance
certificates, requests for waiver as required;
(k) Provide cash flow and expenditure reports on a monthly
basis to the SKA SA (earned-value reporting)
(l) Ensure monthly benefits register is captured by contractor
and submitted to the SKA SA
(m) Undertake a Post Occupancy Evaluation (POE) 6 months
Sum
Page | 138
SKA BUI 001/2016
Item Description Unit Bid Amount
5. Test, Verification, Commissioning & Handover Phase
(a) Coordination and undertaking test, verification &
commissioning events between the contractor, the design
team and the SKA SA;
(b) Lead all acceptance tests to be undertaken;
(c) Lead the commissioning/integration plan;
(d) Compile snag lists and issue completion certificates
(e) Liaison with City of Cape Town to undertake inspections &
issuing Certificate of Occupancy;
(f) Overall responsibility for compiling as-built drawings, test
reports, operations & maintenance manuals and all
supporting document required by the SKA SA in the
required formats
(g) Manage the defects liability period by conducting quarterly
inspections for a period of one year prior to preparing final
handover certificates
Sum
6. Subtotal (1.5, 2.5, 3,4,5)
7. 14% VAT %
8. TOTAL (VAT Included)
WHERE PRICE IS A PERCENTAGE OF THE TOTAL COST OF THE PROPOSED
BUILDING & CIVIL INFRASTRUCTURE, BOTH PERCENTAGE AND THE CASE
COST ARE TO BE SPECIFIED
ADDITIONAL PRICE ITEMS OR DETAIL PRICE SCHEDULES ATTACHED YES NO
SIGNED ON BEHALF OF BIDDER: ....................................................................................................................
Page | 139
SKA BUI 001/2016
SUMMARY FOR BID OPENING PURPOSES NAME OF BIDDER: ……………..………………………………………………………………………………….……. OFFERED TOTAL: R………………..……………………………………………………………………………………….. (Amount brought forward from The Form of Offer)* Signed by authorized representative of the Bidder: ……………………….……………………………………………. DATE: …………………………………………….. * Should any discrepancy occur between this figure and that stated in the Form of Offer and Acceptance, the latter shall apply.
Page | 140
SKA BUI 001/2016
All delivery costs indicated below must be included in the bid price for Pricing Schedule 1, for delivery at the prescribed
destination.
“All applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance fund contributions and
skills development levies.
1. The accompanying information must be used for the formulation of proposals
Page | 141
SKA BUI 001/2016
PERSONS WHO WILL BE INVOLVED IN THE PROJECT AND RATES APPLICABLE (These rates will be used as the
basis for calculation in the case where additional work is required on the Contract)
PERSON AND POSITION HOURLY RATE (VAT INCL.) DAILY RATE (VAT INCL)
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
Page | 142
SKA BUI 001/2016
PERSON AND POSITION HOURLY RATE (INCL. VAT) DAILY RATE (INCL. VAT)
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
____________________________________________R________________________________R______________
Page | 143
SKA BUI 001/2016
OTHER EXPENSES (These rates will be used as the basis for calculation in the case where additional work is
required on the Contract)
(Printing, Car Hire, Per/km mileage, Air travel, accommodation etc.)
DESCRIPTION OF EXPENSE RATE QUANTITY AMOUNT (INCL VAT)
_________________________________________________________________________________R_________________
_________________________________________________________________________________R_________________
_________________________________________________________________________________R_________________
_________________________________________________________________________________R_________________
_________________________________________________________________________________R_________________
_________________________________________________________________________________R_________________
_________________________________________________________________________________R_________________
_________________________________________________________________________________R_________________
_________________________________________________________________________________R_________________
SIGNED ON BEHALF OF BIDDER: ....................................................................................................................
Page | 144
SKA BUI 001/2016
FORM C3: PREFERENCE POINTS CLAIM IN TERMS OF PREFERENTIAL PROCUREMENT REGULATIONS, 2001 SBD 6.1
This preference form must form part of all bids invited. It contains general information and serves as a claim form for
preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution
NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS
AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL
PROCUREMENT REGULATIONS, 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/not exceed R1 000 000 (all applicable taxes included) and therefore the…………………… preference point 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.
1.4 The maximum points for this bid are allocated as follows:
POINTS
PRICE
B-BBEE STATUS LEVEL OF CONTRIBUTION
Total points for Price and B-BBEE must not exceed 100
1.5 Failure on the part of a bidder to 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 a sworn affidavit confirming annual turnover and level of black ownership in case of an EME and QSE together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.
1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.
2. DEFINITIONS
(a) “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies;
(b) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;
Page | 145
SKA BUI 001/2016
(c) “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;
(d) “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;
(e) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);
(f) “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;
(g) “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;
(h) “contract” means the agreement that results from the acceptance of a bid by an organ of state;
(i) “EME” means an Exempted Micro Enterprise as defines by Codes of Good Practice under section 9 (1) of the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);
(j) “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;
(k) “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;
(l) “non-firm prices” means all prices other than “firm” prices;
(m) “person” includes a juristic person;
(n) “QSE” means a Qualifying Small EEnterprise as defines by Codes of Good Practice under section 9 (1) of the Broad-Based Black Economic Empowerment Act, 2003 ( Act No. 53 of 2003);
(o) “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;
(p) “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;
(q) “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;
(r) “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
(s) “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.
Page | 146
SKA BUI 001/2016
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
min180
P
PPtPs or
min
min190
P
PPtPs
Where
Ps = Points scored for comparative price of bid under consideration
Pt = Comparative price of bid under consideration
Pmin = Comparative price of lowest acceptable bid
Page | 147
SKA BUI 001/2016
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 A bidder who qualifies as a EME in terms of the B-BBEE Act must submit a sworn affidavit confirming Annual Total Revenue and Level of Black Ownership.
5.3 A Bidder other than EME or QSE 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.
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.
Page | 148
SKA BUI 001/2016
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 1.4 AND 5.1
7.1 B-BBEE Status Level of Contribution: . = ………(maximum of 10 or 20 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 a sworn affidavit.
8. SUB-CONTRACTING
8.1 Will any portion of the contract be sub-contracted?
(Tick applicable box)
YES NO
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.
(Tick applicable box)
YES NO
9. DECLARATION WITH REGARD TO COMPANY/FIRM
9.1 Name of company/firm:…………………………………………………………………………….
9.2 VAT registration number:……………………………………….…………………………………
9.3 Company registration number:…………….……………………….…………………………….
9.4 TYPE OF COMPANY/ FIRM
Partnership/Joint Venture / Consortium
One person business/sole propriety
Close corporation
Company
Page | 149
SKA BUI 001/2016
(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 Total number of years the company/firm has been in business:……………………………
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;
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