Guidance notes (delete column when document has been compiled)

advertisement
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
BIDDING DOCUMENT
Framework Agreement for the Provision of Architectural, Quantity Surveying,
Engineering, Project Management and Construction Health & Safety Professional
Services for the Repairs, Renovations, Additions and New Infrastructure Projects
for a period of three year-term without guarantee of quantum of work
CLOSING DATE & TIME: 5 SEPTEMBER 2016, 11H00
Name of Tenderer: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Professional Discipline (Tick the appropriate box)
□
Structural Engineering □
Project Management □
Architectural Services
□
Electrical Engineering
□
Construction Health & Safety □
Quantity Surveying
□
Mechanical Engineering □
Civil Engineering
Contents
Number
Heading
THE TENDER
Part T1: Tendering procedures
T1.1
Tender notice and invitation to tender
T1.2
Tender data
Part T2: Returnable documents
T2.1
List of returnable documents
T2.2
Returnable schedules
THE CONTRACT
Part C1: Agreements and Contract data
C1.1
Form of offer and acceptance
C1.2
Contract data
C1.3
Forms of securities
Part C2: Pricing data
C2.1
Pricing instructions
C2.2
Bills of quantities
Part C3: Scope of work
C3
Scope of work
1
TENDER NO.: DSUFS/02/16
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
T1.1 Tender Notice and Invitation to Tender
The IDT invites Proposals from suitably qualified and experienced Service Providers to tender for the Framework
Agreement for the Provision of Architectural, Quantity Surveying, Engineering, Project Management and
Construction Health & Safety Professional Services for the Repairs, Renovations, Additions and New
Infrastructure Projects for a period of three-year term without a guarantee of a quantum of work. A limited
number of framework contracts may be entered into with Service Providers.
A Compulsory Briefing Session will be held on the 12 August 2016 at President Hotel, No.1 Union Avenue
Bloemfontein, at 09H00
The bid closes on 5 SEPTEMBER 2016 at 11:00. Bids must be submitted and deposited in the Tender Box at the
IDT Free State Regional Office; PHG Building, 196 Nelson Mandela Drive, Brandwag, Bloemfontein. No late
Tenders will be considered.
th
Bid documents will be available from IDT Free State Regional Office from Friday 29 July 2016. A non- refundable
bid deposit of R 500 is payable into the following IDT Banking Account Details:
BANK: ABSA
ACCOUNT NAME: FST04: IDT TENDER DEPOSITS
ACCOUNT NUMBER: 4084940254
BID REFERENCE: DSUFS/02/16
Please take note that IDT will only accept Valid Proof of Payment in the Form of a Deposit Slip for the
purchase of bid documents. NO CASH PAYMENTS WILL BE ACCEPTED AT IDT OFFICES.
The Bids will be evaluated on Functionality and in terms of IDT SCM Policies and Procedures. Entities must score a
minimum of 70% on functionality to qualify for further evaluation. 90/10 Preference Point System in line with
Preferential Procurement Policy Framework Act, 2000 (Act No. 5 of 2000) will be applicable.
To qualify for award of preference points, services providers must comply with the following:
a. Valid and Original or Originally-certified B-BBEE certificates issued by a SANAS-Accredited verification Agency
must be submitted with bid Or
b. Valid and Original or Originally certified B-BBEE certificate issue by Registered Auditor, approved by the
Independent Regulatory Board of Auditors (IRBA) Or
c. For Exempted Micro Enterprise (EME), A Valid Original or Originally-certified certificate by Accounting Officer,
as contemplated in the CCA or certified by a Registered Auditor or an Original Affidavit in a format prescribed by
the Department of Trade & Industry.
d. Joint Venture entities must submit an Original or Originally certified Consolidated B-BBEE certificate from
SANAS-Accredited verification agency in order to qualify for points for their B-BBEE status level as an
unincorporated entity.
2
TENDER NO.: DSUFS/02/16
Functionality Criteria:
Criteria
Maximum Possible Score
Company Profile & Experience
25
Experience & Qualifications of Key personnel
25
Approach / Methodology
25
References
10
Value Add
15
TOTAL
100
Queries relating to the issue of these documents may be addressed to Ms. Lisemelo Tau, Tel No 051 411 6240 or
e-mail fsidtbid@idt.org.za.
3
TENDER NO.: DSUFS/02/16
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
T1.2 Tender Data
The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB Standard for
Uniformity in Construction Procurement (July 2015) as published in Government Gazette No 38960, Board Notice
136 of 2015 of 10 July 2015. (See www.cidb.org.za).
The Standard Conditions of Tender make several references to the Tender Data for details that apply specifically to
this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it
and the Standard Conditions of Tender.
Each item of data given below is cross-referenced to the clause in the Standard Conditions of Tender to which it
mainly applies.
Clause
number
Tender Data
F.1.1
The employer is Independent Development Trust
F.1.2
The Tender Documents issued by the Employer comprise the following documents:
THE TENDER
Part T1: Tendering procedures
T1.1 - Tender notice and invitation to tender
T1.2 - Tender data
Part T2: Returnable documents
T2.1 - List of returnable documents
T2.2 - Returnable schedules
THE CONTRACT
Part C1: Agreements and Contract data
C1.1 - Form of offer and acceptance
C1.2 - Contract data
C1.3 - Performance Bond
C1.4 - Adjudicator‟s contract
Part C2: Pricing data
C2.1 - Pricing instructions
C2.2 - Bill of Quantities
Part C3: Scope of work
C3 - Scope of work
F.1.4
The employer‟s agent is :
Name: L. Tau
Address: PHG Building, 196 Nelson Mandela Drive, Brandwag, Bloemfontein, 9301
Tel: 051 411 6240
E-mail: fsidtbid@idt.org.za
4
TENDER NO.: DSUFS/02/16
F.2.1
Only those tenderers who satisfy the following eligibility („Gate Keeper‟) criteria are eligible to submit
tenders:
1. Company registration documents;
2. Original & Valid Tax Clearance Certificate; Or Tax compliance letter with Unique Security
Personal Identification Number (PIN) in terms of the Electronic Tax Compliance Status
(TCS) System from SARS.
3. Originally certified copies of Identity Documents of Directors/Partners;
4. Attend compulsory clarification / briefing session and sign attendance register
5. Proof of Professional Registration with the relevant (Applicable to your bid) Engineering
or Built Environment Council; e.g.
i.
Engineering Council of South Africa (ECSA)
ii.
South African Council for the Architectural Profession (SACAP)
iii.
South African Council for the Quantity Surveying Profession (SACQS)
iv.
South African Council for Project and Construction Management Professions
(SACPCMP)
6. In case of a joint venture arrangement, a signed joint venture agreement must be
attached.
7. Proof that the tendering entity has and maintain a professional indemnity insurance (NB:
the adequacy of such insurance will only be determined prior to the award of a project
depending on size and risk of such project; normally the insurance equal to twice the
professional fee will be required with a minimum threshold of R 3 m.)
8. Letter of good standing in terms of Compensation for Occupational Injuries and Diseases
Act, of 1993(COIDA).
9. Fully completed & signed Standard Bidding Documents
i.
SBD 4; Declaration of Interest
ii.
SBD 6.1; Preference points claim form in terms of the Preferential Procurement
Regulations, 2011
iii.
SBD 8; Declaration of Bidder‟s past supply chain management practices
iv.
SBD 9; Certificate of Independent Bid Determination
Any bidder that fails to comply with any of the requirements listed above will be disqualified
and will not be considered for next phase of the evaluation as stated below.
F.2.7
If a compulsory clarification meeting is required for this Tender, the arrangements for the compulsory
clarification meeting will be as stated in the Tender Notice and Invitation to Tender.
If a compulsory clarification meeting is to be held, Tenderers must sign the attendance list in the name
of the tendering entity. Addenda will be issued to and tenders will be received only from those tendering
entities appearing on the attendance list.
A full time employee of the tenderer who is involved in the preparation of tenders must sign the
attendance list in the name of the tendering entity.
F.2.12
F.2.13.3
No alternative tender offers will be considered
Parts of each tender offer communicated on paper shall be submitted as an original.
5
TENDER NO.: DSUFS/02/16
F.2.13.5
F.2.15.1
The employer‟s details and address for delivery of tender offers and identification details that are to be
shown on each tender offer package are:
Location of tender box: Ground Floor
Physical address:
PHG Building, 196 Nelson Mandela Drive, Brandwag, Bloemfontein, 9301
Identification details: TENDER NO.: DSUFS/02/16: Framework Agreement for the Provision of
Architectural, Quantity Surveying, Engineering, Project Management and Construction & Safety
Professional Services for the Repairs, Renovations, Additions and New Infrastructure Projects for a
period of three year-term without a guarantee of a quantum of work
F.2.13.9
Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.
F.2.15
The closing time for submission of tender offers is as stated in the Tender Notice and Invitation to
Tender.
F.2.16
The tender offer validity period is 90 calendar days.
F.2.23
The tenderer is required to submit with his tender:
1) an original valid Tax Clearance Certificate issued by the South African Revenue Services Or
Tax compliance letter with a Unique Security Personal Identification Number (PIN) in terms of
the Electronic Tax Compliance Status (TCS) System from SARS.
2) Proof of Professional Registration with the relevant Engineering or Built Environment Council
3) a copy of the tenderer‟s professional indemnity insurance
F.3.1.1
The Employer will respond to requests for clarification received up to 5 working days before the tender
closing time.
F.3.4
Tenders will be opened immediately after the closing time for tenders at 11H00 and only names of
tenders will be read out.
F.3.11.1
The financial offer will be reduced to a comparative basis in terms of % discount offered from gazetted
fees of a typical value of scope of work plus total Rand value staff rates tendered.
6
TENDER NO.: DSUFS/02/16
F.3.11.5
The procedure for the evaluation of responsive tenders:
Phase 1: Compliance with Mandatory Requirements („Gate Keepers‟)
Phase 2: Functionality Criteria
The Bids will be evaluated on Functionality and in terms of IDT SCM Policies and Procedures. Entities
must score a minimum of 70% on functionality to qualify for further evaluation. 90/10 Preference Point
System in line with Preferential Procurement Policy Framework Act, 2000 (Act No. 5 of 2000) will be
applicable.
Criteria
Maximum Possible Score
Company Profile & Experience
25
Experience & Qualifications of Key personnel
25
Approach / Methodology
25
References
10
Value Add
15
TOTAL
100
Phase 3: Price & Preference
a)
Price/Financial (Max 90 points)
The score for financial offer is calculated using the following Formula:
Ps = 90 {1 + (Pt - Pmin)}
Pmin
Where
Ps
= the points scored for price of bid under consideration,
Pmin = the Rand value of the lowest and acceptable responsive bid,
Pt
= Rand value the responsive tender under consideration.
b)
Preference (NP) (Max 10 points)
NP equals the preference point to be awarded to a Tenderer for attaining B-BBEE Status Level of
contributor in accordance with the table below.
B_BBEE Level
Level One (1)
Level Two (2)
Level Three (3)
Level Four (4)
Level Five (5)
Level Six (6)
Level Seven (7)
Level Eight (8)
Non Contributor
Evaluation Points
10
9
8
5
4
3
2
1
0
To qualify for award of preference points, services providers must comply with the following:
a. Valid and Original or Originally-certified B-BBEE certificates issued by a SANAS-Accredited
verification Agency must be submitted with bid Or
b. Valid and Original or Originally certified B-BBEE certificate issue by Registered Auditor, approved
by the Independent Regulatory Board of Auditors (IRBA) Or
c. For Exempted Micro Enterprise (EME), A Valid Original or Originally-certified certificate by
Accounting Officer, as contemplated in the CCA or certified by a Registered Auditor or an Original
Affidavit in a format prescribed by the Department of Trade & Industry.
d. Joint Venture entities must submit an Original or Originally certified Consolidated B-BBEE
certificate from SANAS-Accredited verification agency in order to qualify for points for their B-BBEE
status level as an unincorporated entity.
7
TENDER NO.: DSUFS/02/16
F.3.11.3
The quality criteria and maximum score in respect of each of the criteria are as follows:
Each evaluation criteria will be assessed in terms of five indicators – no response, poor, satisfactory,
good and very good. Scores of 0, 40, 70, 90 or 100 will be allocated to no response, poor, satisfactory,
good and very good, respectively. The scores of each of the evaluators will be averaged, weighted and
then totalled to obtain the final score for quality.
F.3.13
Tender offers will only be accepted if:
a)
b)
c)
d)
e)
f)
F.3.17
is not under restrictions, or has principals who are under restrictions, preventing participating in the
employer‟s procurement,
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, reliability, experience and
reputation, expertise and the personnel, to perform the contract,
has the legal capacity to enter into the contract,
is not insolvent, in receivership, under Business Rescue as provided for in chapter 6 of the
Companies Act, 2008, 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,
complies with the legal requirements, if any, stated in the tender data, and
is able, in the opinion of the employer, to perform the contract free of conflicts of interest.
The number of paper copies of the signed contract to be provided by the employer is one (1).
Add the following additional conditions of tender:
Limited number of contracts
Notwithstanding the requirements of F.3.11, a limited number of contracts may be entered into with the
compliant bids
8
TENDER NO.: DSUFS/02/16
T.2.1 List of returnable documents
The tenderer‟s attention is drawn to the eligibility criteria which require the tenderer to provide the required
evidence in their tender submission in order to be eligible to have their tenders evaluated. Tenderers who
fail to provide the required documentation as part of their tender submission will not have their tenders
evaluated.
Mandatory („Gate Keeper‟) Returnable Documents / Schedules













Company registration documents;
Original & Valid Tax Clearance Certificate; Or Tax compliance letter with Unique Security Personal Identification
Number (PIN) in terms of the Electronic Tax Compliance Status (TCS) System from SARS.
Originally certified copies of Identity Documents of Directors/Partners;
Attend compulsory clarification / briefing session and sign attendance register
Proof of Professional Registration with the relevant Engineering or Built Environment Council; e.g.
o Engineering Council of South Africa (ECSA)
o South African Council for the Architectural Profession (SACAP)
o South African Council for the Quantity Surveying Profession (SACQS)
o South African Council for Project and Construction Management Professions (SACPCMP)
In case of a joint venture arrangement, a signed joint venture agreement must be attached.
Proof that the tendering entity has a professional indemnity insurance (NB: the adequacy of such insurance will
only be determined prior to the award of a project depending on size and risk of such project; normally the
insurance equal to twice the professional fee will be required with a minimum threshold of R 3 m.)
Letter of good standing in terms of Compensation for Occupational Injuries and Diseases Act, of 1993(COIDA).
Fully completed & signed Standard Bidding Documents
SBD 4; Declaration of Interest
SBD 6.1; Preference points claim form in terms of the Preferential Procurement Regulations, 2011
SBD 8; Declaration of Bidder‟s past supply chain management practices
SBD 9; Certificate of Independent Bid Determination
Any bidder that fails to comply with any of the requirements listed above will be disqualified and will not be
considered for next Phase of the evaluation as stated below.
Other Returnable Documents required for evaluation purpose only







Company profile & Experience
Approach paper
Experience and qualifications of Key personnel: provide CVs and category (i.e. Level A, B, C or D)
Contactable references (3)
Value add
Valid and Original or Originally-certified B-BBEE certificates issued by a SANAS-Accredited verification Agency
must be submitted with bid Or
o Valid and Original or Originally certified B-BBEE certificate issue by Registered Auditor, approved by
the Independent Regulatory Board of Auditors (IRBA) Or
o For Exempted Micro Enterprise (EME), A Valid Original or Originally-certified certificate by Accounting
Officer, as contemplated in the CCA or certified by a Registered Auditor or an Original Affidavit in a
format prescribed by the Department of Trade & Industry.
o Joint Venture entities must submit an Original or Originally certified Consolidated B-BBEE certificate
from SANAS-Accredited verification agency in order to qualify for points for their B-BBEE status level
as an unincorporated entity.
Proof of CSD (Central Supplier Database for Government) registration
T.2.2 Returnable schedules
The tenderer must complete the following returnable schedules as relevant:








Record of Addenda to Tender Documents
Preferencing Schedule
Enterprise Questionnaire
Practice declaration
SBD 4; Declaration of Interest
SBD 6.1; Preference points claim form in terms of the Preferential Procurement Regulations, 2011
SBD 8; Declaration of Bidder‟s past supply chain management practices
SBD 9; Certificate of Independent Bid Determination
9
TENDER NO.: DSUFS/02/16
Other documents that will be incorporated into the contract
C1.1
Offer portion of Form of Offer and Acceptance
C1.2
Contract Data (Part 2)
The Tenderer‟s attention is drawn to Part 2 of the Contract Data which requires the Tenderer to:

Tender competitive percentage (%) discounts if any, on project-cost basis, as per ECSA, SACAP, SACQS &
SACPCMP guideline scope of services and tariff of fees.

Tender in Rand value Staff Rates for category A, B, C & D of key personnel

The overall competitive price offer will be the combination of percentage (%) discounts and Rand value staff
tendered.
No need to tender Reimbursable expenses; Government rates for expenses including travel and Subsistence will be
applicable as published by the National Department of Public Works, from time to time.
The following Government Gazettes will form basis from which professional fees must be determined:




Engineering: Board Notice (4 December 2015) 138 of 2015
Architectural: Board Notice (12 June 2015) 122 of 2015 (As corrected in Board Notice (26 June 2015) 129
of 2015)
Quantity Surveying: Board Notice (28 August 2015) 170 of 2015
Construction Project Managers: Board Notice (23 December 2011)
10
TENDER NO.: DSUFS/02/16
Record of Addenda to tender documents
We confirm that the following communications received from the Employer before the submission of this tender
offer, amending the tender documents, have been taken into account in this tender offer:
Date
Title or Details
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Attach additional pages if more space is required.
Signed
Date
Name
Position
Tenderer
11
TENDER NO.: DSUFS/02/16
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: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Name of contact person for the purpose of this tender: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Email: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Postal address: . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Telephone: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
..........................................
Fax: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Physical address: . . . . . . . . . . . . . . . . . . . . . . . . . .
..........................................
Section 2:
VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 3:
CIDB registration number, if any: Not applicable
Section 4:
Particulars of companies and close corporations
Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 4: Particulars of principals
Principal: means a natural person who is a partner in a partnership, a sole proprietor, a director or voting members
of a company established in terms of the Companies Act, 2008 (Act 71 of 2008) or a member of a close corporation
registered in terms of the Close Corporation Act, 1984, (Act No. 69 of 1984), who jointly and severally with his other
partners, co-directors or co-members, as the case may be, bears the risk of business and takes responsibility for the
management and liabilities of the partnership, company, or close corporation
Full name of principal
Identity number
Personal
income
reference number
tax
State employee
number / Persal
number
Attach separate page if necessary
12
TENDER NO.: DSUFS/02/16
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
If any of the above boxes are marked, disclose the following:
Name of principal
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 of 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 been 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
Name of spouse, child or
parent
 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 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 8: Record of termination of previous contracts with an organ of state
Was any contract between the tendering entity including any of its joint venture partners terminated during the past 5
years for reasons other than the employer no longer requiring such works or the employer failing to make payment in
13
TENDER NO.: DSUFS/02/16
terms of the contract.
If yes, provide particulars (interest separate page if necessary)
Section 9: Declaration
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the tendering entity:
i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue Services that
my / our tax matters are in order;
ii) neither the name of the tendering entity or any of its principals appears on:
a) the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt
Activities Act of 2004
b) National Treasury‟s Database of Restricted Suppliers (see www.treasury.gov.za)
iii) neither the tendering entity of any of its principals has within the last five years been convicted of fraud or
corruption by a court of law (including a court outside of the Republic of South Africa);
iv) any principal who is presently employed by the state has the necessary permission to undertake
remunerative work outside such employment;
v) the tendering entity is not associated, linked or involved with any other tendering entities submitting tender
offers
vi) has not engaged in any prohibited restrictive horizontal practices including consultation, communication,
agreement, or arrangement with any competing or potential tendering entity regarding prices, geographical
areas in which goods and services will be rendered, approaches to determining prices or pricing parameters,
intentions to submit a tender or not, the content of the submission (specification, timing, conditions of
contract etc) or intention to not win a tender;
vii) has 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
viii) 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
NOTE: 1 The CIDB Standard Conditions of Tender prohibits anticompetitive practices (clause F1.1.1) and requires that tenderers
avoid conflicts of interest (clause F.1.1.2), only submit a tender offer if the tenderer or any of his principals is not under any
restriction to do business with employer (F2.1.1) and submit only one tender either as a single tendering entity or as a member in a
joint venture (clause F.13.1). Clause F.3.7 also empowers the Employer to disqualify any tenderer who engage in fraudulent and
corrupt practice. Clause F1.1.1 also requires tenderers to comply with all legal obligations.
NOTE: 2 Corrupt activities which give rise to an offence in terms of the Prevention and Combating of Corrupt Activities Act (Act No.
12 of 2004) include improperly influencing in any way the procurement of any contract, the fixing of the price, consideration or other
moneys stipulated or otherwise provided for in any contract and the manipulating by any means of the award of a tender.
NOTE: 3 The Competitions Act (Act 89 of 1998) prohibits restrictive horizontal practice including agreements between parties in a
horizontal relationship which have the effect of substantially preventing or lessening competition, directly or indirectly fixing prices or
dividing markets or constitute collusive tendering. It also prohibits restrictive vertical practices
14
TENDER NO.: DSUFS/02/16
Practice Declaration
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the tenderer confirms that:
The tenderer is not an unincorporated joint venture and is (tick appropriate box):
□ a close corporation – CK no . . . . . . . . . . . . . . . . .
□ a company – company no . . . . . . . . . . . . . . . . .
□ a partnership
(Attach Proof of company registration in terms of the Companies Act, 2008 (Act 71 of 2008) or Close Corporation Act, 1984, (Act No. 69
of 1984) or partnership agreement as applicable)
2) The primary business of the tendering entity is to provide professional services to clients for a fee.
3) The tenderer has in their full time employ the following Principal Consultants (or Key Consultant whose name is stated as
such in Part 2 of the Contract Data) i.e. the person who will lead and direct the provision of the required services in
Bloemfontein (see scope of work):
Name: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Identity number or passport number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Professional registration number: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
(Attach copy of the Professional registration certificate)
4) The two contactable references for completed projects for the provision of similar services as is to be provided under this
contract by the key person and other personnel.
Project description
Completion
Date
Contactable client references
Organisation:
Contact Person1:
Tel No:
Contact Person 2:
Tel No:
Organisation:
Contact Person1:
Tel No:
Contact Person 2:
Tel No:
Organisation:
Contact Person1:
Tel No:
Contact Person 2:
Tel No:
15
TENDER NO.: DSUFS/02/16
Organisation:
Contact Person1:
Tel No:
Contact Person 2:
Tel No:
5) The tenderer confirms that professional indemnity cover is in place in an amount of not less than R10,0 million without a limit
to the number of claims
(Attach a copy of the professional indemnity professional cover)
6) The tenderer confirms that the tenderer‟s turnover over the preceding financial year is not less than R7,0 million.
(Attach suitable financial statements for the preceding financial year within 12 months of the year end )
I hereby declare that the contents of this Declaration are within my personal knowledge, and save where stated otherwise are to
the best of my belief both true and correct.
Signed:
Date:
Name:
Position:
Tenderer:
16
TENDER NO.: DSUFS/02/16
Proposed amendements and qualifications
The Tenderer should record any deviations or qualifications he may wish to make to the tender documents in this
Returnable Schedule. Alternatively, a tenderer may state such deviations and qualifications in a covering letter to his
tender and reference such letter in this schedule.
The Tenderer‟s attention is drawn to clause F.3.8 of the Standard Conditions of Tender referenced in the Tender
Data regarding the employer‟s handling of material deviations and qualifications.
Tenderers must not include deviations or qualifications relating to the scope of work in this schedule where they are
required to submit an Approach Paper.
Page
Clause or item
Proposal
Signed
Date
Name
Position
Tenderer
17
TENDER NO.: DSUFS/02/16
SBD 6.1
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL
PROCUREMENT REGULATIONS 2011
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 value of this bid is estimated to exceed R1 000 000 (all applicable taxes included) and therefore the 90/10
system shall be applicable.
1.2
Preference points for this bid shall be awarded for:
(a)
(b)
1.3.1
Price; (comparative in terms of % fee discount offered from gazetted fees plus rand value of each category of
key staff)
B-BBEE Status Level of Contribution.
The maximum points for this bid are allocated as follows:
POINTS
1.3.1.1
PRICE
90
1.3.1.2
B-BBEE STATUS LEVEL OF CONTRIBUTION
10
Total points for Price and B-BBEE must not exceed
100
1.4.
To qualify for award of B-BBEE points:
Valid and Original or Originally-certified B-BBEE certificates issued by a SANAS-Accredited verification Agency must
be submitted with bid Or
Valid and Original or originally certified B-BBEE certificate issue by Registered Auditor, approved by the Independent
Regulatory Board of Auditors (IRBA) Or
For Exempted Micro Enterprise (EME), A Valid Original or Originally-certified certificate by Accounting Officer, as
contemplated in the CCA or certified by a Registered Auditor or an Original Affidavit in a format prescribed by the
Department of Trade & Industry.
Joint Venture entities must submit an Original or Originally certified Consolidated B-BBEE certificate from SANASAccredited verification agency in order to qualify for points for their B-BBEE status level as an unincorporated entity.
1.5.
The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently,
to substantiate any claim in regard to preferences, in any manner required by the purchaser.
2.
DEFINITIONS
2.1
“all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance fund
contributions and skills development levies;
2.2
“B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black
Economic Empowerment Act;
2.3
“B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on its overall
performance using the relevant scorecard contained in the Codes of Good Practice on
Black Economic
Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;
18
TENDER NO.: DSUFS/02/16
2.4
“bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the
provision of services, works or goods, through price quotations, advertised competitive bidding processes or
proposals;
2.5
“Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic
Empowerment Act, 2003 (Act No. 53 of 2003);
2.6
“comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be
utilized have been taken into consideration;
2.7
“consortium or joint venture” means an association of persons for the purpose of combining their expertise,
property, capital, efforts, skill and knowledge in an activity for the execution of a contract;
2.8
“contract” means the agreement that results from the acceptance of a bid by an organ of state;
2.9
“EME” means any enterprise with an annual total revenue of R 10 million or less
2.10
“Firm price” means the price that is only subject to adjustments in accordance with the actual increase or decrease
resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in
terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any
supplies, or the rendering costs of any service, for the execution of the contract;
2.11
“functionality” means the measurement according to predetermined norms, as set out in the bid documents, of a
service or commodity that is designed to be practical and useful, working or operating, taking into account, among
other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a
bidder;
2.12
“non-firm prices” means all prices other than “firm” prices;
2.13
“person” includes a juristic person;
2.14
“rand value” means the total estimated value of a contract in South African currency, calculated at the time of bid
invitations, and includes all applicable taxes and excise duties;
2.15
“sub-contract” means the primary contractor‟s assigning, leasing, making out work to, or employing, another person
to support such primary contractor in the execution of part of a project in terms of the contract;
2.16
“total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black
Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and
promulgated in the Government Gazette on 9 February 2007;
2.17
“trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to
administer such property for the benefit of another person; and
2.18
“trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such
property to be administered for the benefit of another person.
3.
ADJUDICATION USING A POINT SYSTEM
3.1
The bidder obtaining the highest number of total points will be considered for the 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 90/10 PREFERENCE POINT SYSTEMS
19
TENDER NO.: DSUFS/02/16
A maximum of 90 points is allocated for price on the following basis:
Pt  P min 

Ps  901 

P min 

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
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:
5.2
B-BBEE Status Level of
Contributor
Number of points
1
10
2
9
3
8
4
5
5
4
6
3
7
2
8
1
Non-compliant
contributor
0
(90/10 system)
Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an Accounting Officer
as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered
Auditors do not need to meet the prerequisite for IRBA‟s approval for the purpose of conducting
verification and issuing EMEs with B-BBEE Status Level Certificates.
5.3
Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified
copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification
Agency accredited by SANAS.
5.4
A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity,
provided that the entity submits their B-BBEE status level certificate.
5.5
A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity,
provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such
a consolidated B-BBEE scorecard is prepared for every separate bid.
5.6
Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the
specialized scorecard contained in the B-BBEE Codes of Good Practice.
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
20
TENDER NO.: DSUFS/02/16
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 subcontracted to an EME that has the capability and ability to execute the sub-contract.
6.
BID DECLARATION
6.1
Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:
7.
B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1
7.1
B-BBEE Status Level of Contribution:
………….
=
……………(maximum of 10 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must
be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a
Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).
8
SUB-CONTRACTING
8.1
8.1.1
Will any portion of the contract be sub-contracted?
If yes, indicate:
(i)
(ii)
(iii)
(iv)
YES / NO (delete which is not applicable)
what percentage of the contract will be subcontracted?
the name of the sub-contractor?
the B-BBEE status level of the sub-contractor?
whether the sub-contractor is an EME?
............……………….…%
…………………………………………………………..
……………..
YES / NO (delete which is not applicable)
9
DECLARATION WITH REGARD TO COMPANY/FIRM
9.1
Name of 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

(Pty) Limited
[TICK APPLICABLE BOX]
9.5
DESCRIBE PRINCIPAL BUSINESS ACTIVITIES
.........................................................................................................................................................................................
.........................................................................................................................................................................................
.........................................................................................................................................................................................
9.6
COMPANY CLASSIFICATION




9.7
Manufacturer
Supplier
Professional service provider
Other service providers, e.g. transporter, etc.
[Tick applicable box]
Total number of years the company/firm has been in business? ....................................................................................
21
TENDER NO.: DSUFS/02/16
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 has been applied; and
(e)
forward the matter for criminal prosecution
WITNESSES:
1.
………………………………………
……………………………………
SIGNATURE(S) OF BIDDER(S)
2.
………………………………………
DATE: .................................................................................
ADDRESS: .................................................................
....................................................................................
....................................................................................
22
TENDER NO.: DSUFS/02/16
Schedule 1a: Company Experience – At least three (3) Contactable References
Ref.
no
Name of
person
Departmental
contact person and
telephone number
Department Name
General
Description of
Assignment
Project
Construction
Rand Value
Period (Start
date – End
date)
1
2
3
4
5
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise, confirms that the
contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
Signed
Date
Name
Position
Tenderer
23
TENDER NO.: DSUFS/02/16
Schedule 1b: Experience of personnel
The experience of the personnel who will be responsible for the execution of the assignment will be evaluated in relation
to the scope of work from three different points of view:
1)
2)
3)
General experience (total duration of work activity), level of education and training and positions held.
The education, training, skills and experience and knowledge of issues which are pertinent to the scope of
work.
The staff members' / experts' knowledge of issues which the tenderer considers pertinent to the project e.g.
local conditions, affected communities, legislation, techniques.
A CV of the person should be attached to this schedule.
Each CV should as a minimum contain the following:
1
2
3
4
5
Personal particulars
- name
- date and place of birth
- place (s) of tertiary education and dates associated therewith
- professional awards
Qualifications (degrees, diplomas, grades of membership of professional societies and professional
registrations)(Attach copies of each)
Name of current employer and position in enterprise
Overview of work experience (year, organization and position)
Outline of recent assignments / experience that has a bearing on the scope of work
The scoring of the experience of staff will be as follows and based on the information contained in the in accordance with
the criteria as stated in the following table:
General experience and qualifications in
relation to the service
Adequacy for the contract
Score 0
Tenderer has submitted insufficient information to score the schedule
Poor
(score 40)
Person has limited levels of general
experience
Person has limited levels of project specific
education, training and experience that are
pertinent to the scope of work
Satisfactory
(score 70)
Person has reasonable levels of general
experience
Person has reasonable levels of project specific
education, training and experience that are
pertinent to the scope of work
Good
(score 90)
Person has extensive levels of general
experience
Persons has extensive levels of project specific
education, training and experience that are
pertinent to the scope of work
Very good
(score 100)
Person has outstanding levels of general
experience
Person has outstanding levels of project specific
education, training and experience that are
pertinent to the scope of work
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise, confirms that the
contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
Signed
Date
Name
Position
Tenderer
24
TENDER NO.: DSUFS/02/16
Schedule 2: Value Add by Tenderer
The value added by the tenderer in delivering the service will be evaluated i.e. the answer to the question as to why the
Employer will derive better value for money by contracting with the tenderer rather than with any other tenderer.
Examples of value add include:
- internal quality control systems
- local provincial knowledge
- previous experience in working within a Free State Provincial Government Department
- previous experience in working within the National or Provincial [sphere or sector] environment
- local office and supporting resources in the vicinity where the works are required
- previous experience in the compilation of procurement documents, e.g. NEC, GCC, JBCC etc. contracts and the
management of procurement processes
- value add as indicated in the approach paper to the provision of the required service
The tenderer must briefly outline the value add offered in not more than four pages and attach this to this page. The
tenderer should also state what value add other staff members will provide to the service.
The scoring of the tenderer‟s value added will be as follows:
Value Add by Tenderer
Score 0
Tenderer has submitted no information or inadequate information to determine scoring level.
Poor
(score 40)
Tenderer offers limited value add to the required service
Satisfactory
(score 70)
Tenderer offers attractive value add to the required service
Good
(score 90)
Tenderer offers very desirable value add to the required service
Very good
(score 100)
Tenderer offers exceptional value add to the service required.
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise, confirms that the
contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
Signed
Date
Name
Position
Tenderer
25
TENDER NO.: DSUFS/02/16
Schedule 3: Approach paper
The approach paper must respond to the scope of work and outline the proposed approach / methodology. The
approach paper should in addition:



explain the methodologies which are to be adopted;
demonstrate the compatibility of those methodologies with the proposed approach;
articulate how the tenderer will provide the services to achieve the stated and implied objectives for the
project;
The tenderer should as such explain his / her understanding of the objectives of the assignment and the Employer‟s
stated and implied requirements, highlight the issues of importance, and explain the technical approach they would
adopt to address them. The approach paper should explain the methodologies which are to be adopted, demonstrate
the compatibility of those methodologies with the proposed approach. The approach should also include a high level
quality plan which outlines processes, procedures and associated resources, applied by whom and when, to meet the
requirements and indicate how risks will be managed and what contribution can be made regarding value management.
The tenderer must attach his / her approach paper to this page. The approach paper should not be longer than 8 pages.
The scoring of the approach paper will be as follows:
Technical approach and methodology
Score 0
Tenderer has submitted insufficient information to score the schedule
Poor
(score 40)
The technical approach and / or methodology is poor / is unlikely to satisfy project objectives or
requirements. The tenderer has misunderstood certain aspects of the scope of work and does
not deal with the critical aspects of the project.
Satisfactory
(score 70)
The approach is generic and not tailored to address the specific project objectives and
methodology. The approach does not adequately deal with the critical characteristics of the
project.
The quality plan, manner in which risk is to be managed etc. is too generic.
Good
(score 90)
The approach is specifically tailored to address the specific project objectives and methodology
and is sufficiently flexible to accommodate changes that may occur during execution. The quality
plan and approach to managing risk etc. is specifically tailored to the critical characteristics of the
project.
Very good
(score 100)
Besides meeting the “good” rating, the important issues are approached in an innovative and
efficient way, indicating that the tenderer has outstanding knowledge of state-of-the- art
approaches.
The approach paper details ways to improve the project outcomes and the quality of the outputs
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise, confirms that the
contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
Signed
Date
Name
Position
Tenderer
26
TENDER NO.: DSUFS/02/16
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Error! Reference source not found.
Tender No: DSUFS/02/16
C1.1 Form of Offer and Acceptance
Offer
The Employer, identified in the Acceptance signature block, has solicited offers for the provision of services as
described in the Part 1 of the Contract Data.
The tenderer, identified in the Offer signature block, has examined the documents listed in the Tender Data and
addenda thereto as listed in the Returnable Schedules, and by submitting this Offer has accepted the Conditions of
Tender.
By the representative of the tenderer, deemed to be duly authorised, signing this part of this Form of Offer and
Acceptance the tenderer offers to perform all of the obligations and liabilities of the Consultant 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 COMPETITIVE PERCENTAGE (%) DISCOUNTS ON PROJECT-COST BASIS, AS PER ECSA,
SACAP, SACQS, SACPCMP GUIDELINE SCOPE OF SERVICES AND TARIFF OF FEES, AS WELL AS RAND
VALUE STAFF RATES FOR EACH CATEGORY OF KEY PERSONNEL (EXCLUSIVE OF VAT) ARE IN
ACCORDANCE WITH THE CONDITIONS OF CONTRACT.
NB: IN CASE OF CONSTRUCTION HEALTH & SAFETY PROFESSION, ONLY STAFF RATES TO BE TENDERED)
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 including the Schedule of Deviations (if any) to the tenderer before the end of the
period of validity stated in the Tender Data, or other period as agreed, whereupon the tenderer becomes the party
named as the Contractor in the conditions of contract identified in the Contract Data.
Signature(s)
Name(s)
Capacity
For the tenderer:
(Insert name and address of organisation)
Name & signature of
witness
Date
27
TENDER NO.: DSUFS/02/16
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 Consultant the amount due in accordance with the conditions of contract
identified in the Contract Data. Acceptance of the tenderer‟s Offer shall form an agreement between the Employer and the
tenderer upon the terms and conditions contained in this agreement and in the contract that is the subject of this agreement.
The terms of the contract, are contained in:
Part C1
Agreements and Contract Data, (which includes this Form of Offer and Acceptance)
Part C2
Pricing Data
Part C3
Scope of Work
and drawings and documents (or parts thereof), which may be incorporated by reference into the above listed Parts.
Deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the
Returnable 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 attached to and forming part of this Form of
Offer and Acceptance. No amendments to or deviations from said documents are valid unless contained in this Schedule.
The tenderer shall within two weeks of receiving a completed copy of this agreement, including the Schedule of Deviations
(if any), contact the Employer‟s agent (whose details are given in the Contract Data) to arrange the delivery of any
securities, bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the conditions of
contract identified in the Contract Data. Failure to fulfil any of these obligations in accordance with those terms shall
constitute a repudiation of this agreement.
Notwithstanding anything contained herein, this agreement comes into effect on the date when the tenderer receives one
fully completed original copy of this document, including the Schedule of Deviations (if any). Unless the tenderer (now
Consultant) within five working days of the date of such receipt notifies the Employer in writing of any reason why he cannot
accept the contents of this agreement, this agreement shall constitute a binding contract between the Parties.
Signature(s)
Name(s)
Capacity
For the
Employer:
INDEPENDENT DEVELOPMENT TRUST (IDT)
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
Name & signature of
witness
Date
28
TENDER NO.: DSUFS/02/16
Schedule of Deviations
No
Subject
Details
1
2
3
4
5
6
7
By the duly authorised representatives signing this agreement, the Employer and the Tenderer 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 returnable schedules, as well as any confirmation, clarification or changes to the terms
of the offer agreed by the Tenderer 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.
29
TENDER NO.: DSUFS/02/16
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Tender No: DSUFS/02/16
Part C1.2 Contract Data
The Conditions of Contract are the NEC3 Professional Services Contract (PSC) (Third edition of April 2013) published
by the Institution of Civil Engineers, copies of which may be obtained from Engineering Contract Strategies (telephone
011-803 3008).
Each item of data given below is cross-referenced to the clause in the NEC3 Professional Services Contract which
requires it.
Part one - Data provided by the Employer
1
General
The conditions of contract are the core clauses and the clauses for main Option
G:
Term contract
dispute resolution Option W1:
Dispute resolution procedure
and secondary Options
X1:
Price adjustment for inflation
X2:
Changes in the law
X7:
Delay damages
X9:
Transfer of rights
X10:
The Employer‟s Agent
Z:
Additional conditions of contract
of the NEC3 Professional Services Contract (Third Edition of April 2013)
10.1
The Employer is (Name): Independent Development Trust (IDT)
Address PHG Building, 196 Nelson Mandela Drive, Brandwag, Bloemfontein
Tel No. 0514116240
Fax No. N/A
Email: fsidtbid@idt.org.za
11.2.6
The Key Dates and the conditions to be met are as stated in the Task Order:
30
TENDER NO.: DSUFS/02/16
11.2(9)
The services relate to the provision of a range of services relating to [scope of work]
11.2(10)
The following matters will be included in the Risk Register:
1. The total of Prices in each Task Order exceeds the control budget stated in the Task Order.
11.2(11)
The Scope is in the document called Part 3: Scope of Work
12.2
The law of the contract is the law of the Republic of South Africa subject to the jurisdiction of the Courts of
South Africa.
13.1
The language of this contract is English
13.3
The period for reply is two weeks
2
The Parties‟ main responsibilities
No data is required for this section of the conditions of contract.
25.2
The Employer provides access to persons, places and things as stated in the Task Order
3
Time
11.2(3)
The completion date for the whole of the services is 36 months after the starting date. No task orders will
be issued after this date, but task orders not yet completed by this date should still be completed after this
date.
The completion date for the whole of the services included in a Work Package is as stated in the Task
Order.
11.2(6)
The key dates and the conditions to be met are as stated in the Task Order.
31.1
The Consultant is to submit a first programme for acceptance within the time stated in the Task Order.
32.2
The Consultant submits revised programmes at intervals no longer than the period stated in the Task
Order.
4
Quality
40.2
The quality policy statement and quality plan are provided within the time stated in the Task Order.
41.1
The defects date is 52 weeks after Completion of a Task for the services associated with such a Task
5
Payment
50.1
The assessment interval is monthly on or before the 25th day of each successive month.
50.3
The expenses stated by the Employer are:
Item
Amount

printing or reproduction of documents issued to the Employer or,
where instructed by the Employer, to Others, other than general
correspondence and minor reports;
covers and binding of documents issued to the Employer or,
where instructed by the Employer, to Others other than general
correspondence; and
minor reports maps, models and presentation materials required
by the Employer
market related cost or in
accordance with the latest
Rates for Reimbursable
expenses published on
www.publicworks.gov.za/
consultants
airfares, taxi, hired car, parking charges and toll fees for travel
outside of Bloemfontein Municipal area to perform the services
where authorised by the Employer;
accommodation where the services necessitates that staff need
to travel outside of the Bloemfontein Municipal area to perform
the services where authorised by the Employer.
Cost
vehicle travel outside of the Bloemfontein Municipal area to
perform the services where authorised by the Employer;
subsistence allowance where the services necessitates that
staff need to travel outside of the Bloemfontein Municipal area
to perform the services where authorised by the Employer
in accordance with the
latest Rates for
Reimbursable expenses
published on
www.publicworks.gov.za/
consultants






31
TENDER NO.: DSUFS/02/16

specialist studies, tests and facilities for Others where instructed
by the Employer
51.2
The currency of this contract is the South African Rand.
51.5
The interest rate is the prime lending rate of the Employer‟s Bank.
6
Compensation events
cost plus 10%
No data required for this section of the conditions of contract.
7
Rights to material
No data is required for this section of the conditions of contract.
8
Indemnity, insurance and liability
81.1
The amounts of insurance and the periods for which the Consultant maintains insurance are
Event
Cover
Period
following
Completion of the whole
of the services or earlier
termination
failure by the Consultant to use the skill
and care normally used by
professionals providing services similar
to the services
R 3 million in respect of
each claim, without limit to
the number of claims
For as long as the
Consultant remains in
Business
death of or bodily injury to a person (not
an employee of the Consultant) or loss
of or damage to property resulting from
an action or failure to take action by the
Consultant
R 3 million in respect of
each claim, without limit to
the number of claims
0
death of or bodily injury to employees of
the Consultant arising out of and in the
course of their employment in
connection with this contract
That which is prescribed by
the Compensation injuries
and Diseases Act No. 130
of 1993 as amended and
whatever the Consultant
deems desirable in addition
0
82.1
The Consultant‟s total liability to the Employer for all matters arising under or in connection with this
contract, other than the excluded matters, is limited to the amount of the insurance cover which this
contract requires
9
Termination
There is no Contract Data required for this section of the conditions of contract.
10
Data for main Option clause
G
Term contract
21.4
The Consultant prepares forecasts of the total Time Charge and expenses at intervals no longer than
5 weeks.
11
Data for Option W1
W1.1
The Adjudicator is the person selected by the Parties in terms of the relevant Z Clause from the Panel of
NEC Adjudicators set up by ICE-SA, a Joint Division of the Institution of Civil Engineers and the South
African Institution of Civil Engineering (see www.ice-sa.org.za).
W1.2(3)
The adjudicator nominating body is the Chairman of ICE-SA, a Joint Division of the Institution of Civil
Engineers and the South African Institution of Civil Engineering (see www.ice-sa.org.za).
W1.4(2)
The tribunal is arbitration
32
TENDER NO.: DSUFS/02/16
W1.4(5)
The arbitration procedure is as set out in the Rules for the Conduct of Arbitrations Fifth Edition 2005
published by the Association of Arbitrators (Southern Africa
The place where arbitration is to be held is Bloemfontein
The person or organisation who will choose an arbitrator

if the Parties cannot agree a choice or

if the arbitration procedure does not state who selects an arbitrator,
is the Chairman of the Association of Arbitrators (Southern Africa)
12
Data for secondary Option clauses
X1
Price adjustment for inflation
X1.1
The index is the index published in “Consumer Price Index: index numbers and year on year rates ”
as published in the Statistical News Release, P0141 Table B of Statistics South Africa..
The staff rates are:

fixed at the Contract Date and are not variable with changes in salary are those that are based on a
rate per hour.

variable with changes in salary paid to individuals are those derived from the total annual cost of
employment.
X2
Changes in the law
X2.1
The law of the project is the law of the Republic of South Africa subject to the jurisdiction of the Courts of
South Africa.
X7
Delay damages
X7.1
Delay damages for Completion of the whole of the services are as stated in the Task Order.
X10
The Employer‟s Agent
X10.1
The Employer‟s Agent is as stated in the Task Order
The authority of the Employer‟s Agent is fully empowered to act on behalf of the Employer for the services
covered by the Task Order.
Z
Additional conditions of contract
The additional conditions of contract are:
Z1
Tax invoices
The Consultant‟s invoice.
Delete the first sentence of core clause 50.2 and replace with:
Invoices submitted by the Consultant to the Employer include

the details stated in the Scope to show how the amount due has been assessed, and

the details required by the Employer for a valid tax invoice.
Delete the first sentence of core clause 51.1 and replace by:
Each payment is made by the Employer within three weeks of receiving the Consultant‟s invoice showing
the details which this contract requires or, if a different period is stated in the Contract Data, within the
period stated.
Z2
Selection and appointment of the Adjudicator
A Party may at any time notify the other Party of the names of two persons he has chosen from the Panel
of NEC Adjudicators set up by ICE-SA, a Joint Division of the Institution of Civil Engineers and the South
African Institution of Civil Engineering (see www.ice-sa.org.za) whose availability to act as the Adjudicator
the notifying Party has confirmed. The other Party selects one of the two persons chosen to be the
Adjudicator within four days of receiving the notice, failing which the person chosen by the notifying Party
will be the Adjudicator. The Parties appoint the selected Adjudicator under the NEC3 Adjudicator‟s
Contract, April 2013.
Z3
Vendor registration
The Consultant registers on the National Treasury Database by completing the relevant Vendor
Registration Form and providing all the required information.
33
TENDER NO.: DSUFS/02/16
Z4
Acts or omissions by mandatories
In terms of Section 37(2) of the Occupational health and Safety Act of 1993 (Act 85 of 1993), the
Consultant hereby agrees that the Employer is relieved of any and all of its liabilities in terms of Section
37(1) of this Act in respect of any acts or omissions of the Consultant and his employees to the extent
permitted by this Act, and that this contract comprises the written agreement between the Employer and
the Consultant contemplated in section 37(2).
Z5
Control budgets for Task Orders
The Consultant does not provide services associated with a Task Order which causes the control budget
associated with such order to be exceeded except where the Employer has accepted the Consultant‟s
proposals to do so.
34
TENDER NO.: DSUFS/02/16
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Tender No: DSUFS/02/16
Part C1.2 Contract Data
The Consultant is advised to read the NEC3 Professional Services Contract (April 2013) and the relevant Guidance
Notes and Flow Charts, published by the Institution of Civil Engineers, in order to understand the implications of this
Data which is required. Copies of these documents may be obtained from Engineering Contract Strategies (telephone
(27) 011 803 3008).
Each item of data given below is cross-referenced to the clause in the NEC3 Professional Services Contract to which it
mainly applies.
Part two - Data provided by the Consultant
10.1
The Consultant is (Name):
Address
Tel No.
Fax No.
Email
11.2(8)
Professional fees and staff rates as per Part C2 (Pricing Data)
24.1
The Consultant's key persons are:
1
Name:
Job:
Responsibilities:
Qualifications:
see CV (Attached)
Experience:
see CV (Attached)
35
TENDER NO.: DSUFS/02/16
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Error! Reference source not found.
Tender No: DSUFS/02/16
Part C1.3 Pro forma Performance Bond – Demand Guarantee
(to be reproduced exactly as shown below on the letterhead of the Bank providing the Bond / Guarantee)
[Insert Contractor’s name and registered address]
Bank reference No.
Date:
Dear Sirs,
Performance Bond – Demand Guarantee for [insert name of Contractor] required in terms of contract [insert
Contractor’s contract reference number or title]
1.
In this Guarantee the following words and expressions shall have the following meanings:-
1.1
“Bank” means
[Insert name of Bank], Branch, and Registration No.
1.2
“Bank‟s Address” means
[Insert physical address of Bank]
1.3
“Contract” means
the written agreement relating to providing the works, entered into between the
Employer and the Contractor, on or about the , , , day of . . . . . . . . . . . (Contract
Reference No. . . . . . . . . .) as amended, varied, restated, novated or
substituted from time to time;
(insert day, month year and Contract Reference No)
1.4
“Contractor” means
. . . . . . . . . . . . a company registered in accordance with the laws of . . . . . . . . .
under Registration No . . . . . . . . . .
(insert name of contractor, name of the country and the company registration number)
1.5
“Employer” means
[insert name of Employer]
36
TENDER NO.: DSUFS/02/16
1.6
“Expiry Date” means
the earlier of

the date that the Bank receives a notice from the Employer stating that all
amounts due from the Contractor as certified in terms of the contract have
been received by the Employer and that the Contractor has fulfilled all his
obligations under the Contract, or

the date that the Bank issues a replacement Bond for such lesser or higher
amount as may be required by the Employer.
1.7
“Guaranteed Sum” means
the sum of R. . . . . . . . . . . . ., (. . . . . . . . . . . . Rand)
(state amount in Rand in figures and in words)
1.8
“works” means
[insert details from Contract Data part 1]
2.
At the instance of the Contractor, we the undersigned ______________ and ______________, in our
respective capacities as _____________ and ___________ of the Bank, and duly authorized thereto, confirm
that we hold the Guaranteed Sum at the disposal of the Employer as security for the proper performance by the
Contractor of all of its obligations in terms of and arising from the Contract and hereby undertake to pay to the
Employer, on written demand from the Employer received prior to the Expiry Date, any sum or sums not
exceeding in total the Guaranteed Sum.
3.
A demand for payment under this guarantee shall be made in writing at the Bank‟s address and shall:

be signed on behalf of the Employer by a director of the Employer;

state the amount claimed (“the Demand Amount‟);

state that the Demand Amount is payable to the Employer in the circumstances contemplated in the
Contract.
4.
Notwithstanding the reference herein to the Contract the liability of the Bank in terms hereof is as
principal and not as surety and the Bank‟s obligation/s to make payment:

is and shall be absolute provided demand is made in terms of this bond in all circumstances; and

is not, and shall not be construed to be, accessory or collateral on any basis whatsoever.
5.
The Bank‟s obligations in terms of this Guarantee:

shall be restricted to the payment of money only and shall be limited to the maximum of the
Guaranteed Sum; and

shall not be discharged and compliance with any demand for payment received by the Bank in terms
hereof shall not be delayed, by the fact that a dispute may exist between the Employer and the
Contractor.
6.
The Employer shall be entitled to arrange its affairs with the Contractor in any manner which it sees fit,
without advising us and without affecting our liability under this Guarantee. This includes, without
limitation, any extensions, indulgences, release or compromise granted to the Contractor or any variation
under or to the Contract.
7.
Should the Employer cede its rights against the Contractor to a third party where such cession is
permitted under the Contract, then the Employer shall be entitled to cede to such third party the rights of
the Employer under this Guarantee on written notification to the Bank of such cession.
8.
This Guarantee:

shall expire on the Expiry Date until which time it is irrevocable;

is, save as provided for in 7 above, personal to the Employer and is neither negotiable nor
transferable;

shall be returned to the Bank upon the earlier of payment of the full Guaranteed Sum or expiry hereof;

shall be regarded as a liquid document for the purpose of obtaining a court order; and

shall be governed by and construed in accordance with the law of the Republic of South Africa and
shall be subject to the jurisdiction of the Courts of the Republic of South Africa.

will be invalid and unenforceable if any claim which arises or demand for payment is received after the
Expiry Date.
9.
The Bank chooses domicilium citandi et executandi for all purposes in connection with this Guarantee at
the Bank‟s Address.
Signed at
on this
day of
For and on behalf of the Bank
Bank Signatory (s)
Name (s) (printed)
37
TENDER NO.: DSUFS/02/16
20…….
Witness (es)
Bank‟s seal or stamp
38
TENDER NO.: DSUFS/02/16
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Tender No: DSUFS/02/16
Part C2
Pricing Data
C2.1
Pricing assumptions (Option G)
C.2.1.1 General
C.2.1.1.1
The Consultant is paid under Option G (Term Contract) i.e. on a combination of project-based tariff of fees
and Time Charges (sum of the products for each of the staff rate multiplied by the time appropriate to that
rate properly spent on work in the contract)
C2.1.1.2
Expenses as provided for in the contract are paid in addition to the total of the project cost-based tariff and
Time Charges, but in line with Government rates as published by Department Works from time to time.
C2.1.1.3
There is no adjustment to the lump sums for items in the Task Schedule if the amount, or quantity, of work
within that activity later turns out to be different to that which the Consultant estimated at the time that the
Task Schedule was accepted by the Employer. The only basis for a change to the lump sum prices is as a
result of a compensation event (See Clause 60.1).
C.2.1.2
Professional Fees
The Professional fees are project-cost based, in line with ECSA, SACAP, SACQS & SACPCMP
guideline scope of services and tariff of fees taking into account competitive percentage (%)
discount offered by the Bidders.
NB: In case of Construction Health & Safety Professionals, only staff rates must be tendered.
C.2.1.2
Staff rates
C.2.1.2.1
The staff rates are the prices charged for staff including:
a) all the costs to the Consultant including total annual cost of employment, overhead charges
incurred as part of normal business operations including the cost of management, as well as
payments to administrative, clerical, IT support and secretarial staff used to support
professional and technical staff in general and not on a specific project only;
b) the time and costs expended in travelling to and from a site, meetings or any other activity
associated with the provision of the service, except for travel outside the Bloemfontein Urban
Area required by the Employer;
c) non-recoverable expenses;
d) Subsistence expenses such as meals, parking and similar incidental expenses;
e) all protective clothing and all standard equipment such as office furniture, copiers, plotters,
computers, software.
f) profit.
39
C.2.1.2.2 The total annual cost of employment is the total amount borne by the consultant in respect of
the employment of a staff member per year comprising basic salary and fringe benefits not
reflected in the basic salary, including:
a) normal annual bonus;
b) consultant‟s contribution to medical aid, unemployment insurance fund, pension or provident
fund;
c) all other benefits or allowances payable in terms of a letter of appointment excluding any share
of profit and payment for overtime;
d) all other benefits or allowances payable in terms of a letter of appointment excluding any share
of profit and payment for overtime.
C.2.1.2.3 The staff rates for staff whose hourly or monthly rate is based on the total annual cost of
employment shall not exceed the staff rate for category A or Category C, respectively.
C.2.1.2.4 All staff that are deployed on a full time basis shall be remunerated in terms of staff rate C or D
as relevant.
C.2.1.2.5 The rate per month shall include all leave taken in accordance with the letter of appointment
and non-working days.
C.2.1.2.6 The staff rates exclude VAT.
C.2.1.3 Expenses
C.2.1.3.1 The expenses that may be paid to the Consultant are as stated in the Contract Data. All other
cost to the Consultant associated with Providing the Services is included within the staff rates.
C.2.1.3.2 All air travel where specifically authorised by the Employer‟s Agent shall be in economy class
on a scheduled airline.
C.2.1.3.3 Accommodation where specifically authorised by the Employer‟s Agent means:
a) bed and breakfast;
b) a guest house;
c) self catering; or
d) hotel.
Note: The cost of accommodation shall not exceed an amount per night as published by
National Treasury from time to time and approved by the Employer‟s Agent.
C.2.1.3.4 A hired car where specifically authorised by the Employer‟s Agent means a motor vehicle
having an engine capacity of not more than 1800cc.
Note: If A hired car having an engine capacity greater than 1800cc is used, only the lowest
applicable rate of the rental agency from which the car was rented, for a car having an engine
capacity of 1800cc, can be claimed.
C.2.1.3.5 The costs associated with the provision of facilities by the consultant where required by the
Employer shall be at open market or competitively tendered prices with deductions for all
discounts, rebates and taxes which can be recovered.
40
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
C2.2
Staff Rates
C2.2.1 Staff Rates for Engineering Services
Category
A
B
Description

Basis of staff rate,
excluding VAT
Shall mean a top practitioner with over 20 years of
experience whose expertise and relevant
experience
is
nationally or
internationally Rate per hour in Rand
recognised and who provides advice at a level of
specialisation where such advice is recognised as
that of an expert.
R...........
 Shall mean a person with over 10 years of
experience who acts as a partner, a sole
proprietor, a director, or a member who jointly or
severally with other partners, co-directors or comembers, bears the risks of the business, or a
person that takes responsibility for the projects and
related liabilities of such practice and where his/her Rate per hour in Rand
level of expertise and relevant experience is
commensurate with the position, performs work of
a conceptual nature in engineering design and
development, provides strategic guidance in
planning and executing a project and/or carries
responsibility for a quality management pertaining
to a project

C
Tendered
parameter
Shall mean all salaried professional staff who
are registered as such in terms of applicable
Acts and with adequate expertise (in the range
of 3 to 15 years) and relevant experience
performing work of an engineering nature and
who carry the direct technical responsibility for Rate per hour in Rand
one or more specific activities related to a
project. A person referred to in Category B may
also fall in this category if such person
performs work of an engineering nature at this
level.
R...........
R...........
 Shall mean all other salaries technical staff with
D
adequate expertise and relevant experience
performing work of an engineering nature with Rate per hour in Rand
direction and control provided by any person
contemplated in categories A,B or C
41
R...........
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
C2.2.2 Staff Rates for Architectural Services
Category
Description
Basis of staff rate,
excluding VAT
Tendered
parameter
1.
Principal;
Partner &
Equity
Holders
Specialist
Rate per hour in Rand
R...........
≥ 10 years‟ experience
Rate per hour in Rand
R...........
≤ 10 years‟ experience
Rate per hour in Rand
R...........
2a.
Salaried
Staff
Associates and Managers
Rate per hour in Rand
R...........
2b.
Salaried
Staff
Registered
architectural
professionals
performing work of an architectural nature
Rate per hour in Rand
and carrying direct responsibility for activities
related to a project
R...........
2c.
Salaried
Staff
Registered
architectural
professionals
performing work of an architectural nature Rate per hour in Rand
under direction and control
R...........
2d.
Salaried
Staff
Staff performing work under direction and
Rate per hour in Rand
control to support architectural work outputs
R...........
42
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
C2.2.3 Staff Rates for Quantity Surveying Services
Categor
y
A
Description




Registered Professional Principal: Specialist
Work
Registered
Professional
Exceeding 10 years‟ experience
Basis of staff rate,
excluding VAT
Tendered
parameter
Rate per hour in Rand
R...........
Rate per hour in Rand
R...........
Rate per hour in Rand
R...........
Rate per hour in Rand
R...........
Rate per hour in Rand
R...........
Rate per hour in Rand
R...........
Principal:
Registered
Professional
Principal:
Exceeding 5 years‟ experience, less than 10
years


B
C


Registered Professional Principal: Less than
5 years‟ experience
Registered Professional
Salaried professional & Technical personnel
“Principal”, for this purpose, is a person who acts as a partner, a sole proprietor, a director or a member who, jointly or
severally with other partners, co-directors or co-members, bears the risks of the business, or a person who takes
responsibility for projects and related liabilities of such practice and where such person‟s level of expertise and relevant
experience is commensurate with such position
“Experience”, for this purpose, commences from the date of being awarded professional quantity surveyor (PrQS) registration
status by the South African Council for the Quantity Surveying Profession
“Specialist work”, other than expert witness, mediator, arbitrator or umpire, for this purpose, is work of a specialist nature
performed by a quantity surveyor who has more than 10 years‟ experience as a PrQS as well as specialist knowledge and
expertise in the construction industry
43
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
C2.2.4 Staff Rates for Project Management Services
Category
Description
Basis of staff rate,
excluding VAT
Tendered
parameter
A

Registered
Professional
Principal: Rate per hour in Rand
Exceeding 10 years‟ experience

Registered
Professional
Principal:
Exceeding 5 years‟ experience, less than
Rate per hour in Rand
10 years
R...........
R...........


B


C
Registered Professional Principal: Less
Rate per hour in Rand
than 5 years‟ experience
R...........
Registered Professional
Salaried
professional
personnel
&
Rate per hour in Rand
R...........
Rate per hour in Rand
R...........
Technical
44
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
C2.2.5 Staff Rates for Construction Health & Safety Services
Categ
ory
Description
Basis of staff rate,
excluding VAT
Tendered
Parameter
A

Registered Professional Principal: Exceeding 10 Rate per hour in Rand
years‟ experience

Registered Professional Principal: Exceeding 5
years‟ experience, less than 10 years
Rate per hour in Rand
R...........
Registered Professional Principal: Less than 5
Rate per hour in Rand
years‟ experience
R...........


B
C


R...........
Registered Professional
Salaried professional & Technical personnel
45
Rate per hour in Rand
R...........
Rate per hour in Rand
R...........
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Complete only the applicable Service / Discipline Tendering for:
C2.3 Project Cost-Based Fees
Architectural Professional Services
C 2.3 (i)
Additional function: Principal Agent
Competitive discount basis: Partial services - Generic designs provided
Project
Framework Agreement for the Provision of Architectural, Quantity Surveying, Engineering , Project
Management and Construction Health & Safety Professional Services for the Repairs, Renovations, Additions
and New Infrastructure Projects for a period of three year-term without guarantee of quantum of work
Project Cost Estimate
Estimate
Amount
To be determined
at award
Estimate cost of work
3. BASIC FEE (Gazette No. 38863, Board Notice 122 of 2015)
Basic Fee
Lower range
To be determined at award
Standard service
Primary Fee
To be determined at
award
Percentage
To be determined
at award
Proportion of fee
% Discount offer
Stage 1
Inception
5%
Stage 2
Concept and Viability
15%
Stage 3
20%
Stage 5
Design development
Local
authority
submissions
Construction
documentation
Construction
Stage 6
Close out
10%
Stage 4.1
Stage 4.2
20%
10%
20%
Fee Offer
100%
46
Total
To be determined
at award
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Quantity Surveying Professional Services
C 2.3 (ii)
Additional function: N/A
Competitive discount basis: Partial services - Generic designs and BOQ provided
Project
Framework Agreement for the Provision of Architectural, Quantity Surveying, Engineering, Project Management and
Construction Health & Safety Professional Services for the Repairs, Renovations, Additions and New Infrastructure
Projects for a period of three year-term without guarantee of quantum of work
Project Cost Estimate
Estimate
Amount
To be determined
at award
Estimate cost of work
3. BASIC FEE (Gazette No. 39134, Board Notice 170 of 2015)
Basic Fee
Lower range
To be determined at award
Primary Fee
To be determined at
award
Percentage
To be determined
at award
Proportion of fee
% Discount offer
Standard service
Stage 1
Inception
Stage 2
Concept and Viability
2.5%
5%
Stage 3
Design development
7.5%
Stage 4
Documentation and procurement
35%
Stage 5
Construction
40%
Stage 6
Close out
10%
Fee Offer
100%
47
Total
To be determined
at award
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Civil / Structural Engineering Professional Services Pertaining
to Building Projects
C 2.3 (iii)
Additional function: N/A
Competitive discount basis: Partial services - Generic designs
Project
Framework Agreement for the Provision of Architectural, Quantity Surveying, Engineering, Project Management
and Construction Health & Safety Professional Services for the Repairs, Renovations, Additions and New
Infrastructure Projects for a period of three year-term without guarantee of quantum of work
Project Cost Estimate
Estimate
work
cost
Estimate
Amount
To
be
determined
at
award
of
3. BASIC FEE (Gazette No. 39480, Board Notice 138 of 2015)
Lower range
To be determined at award
Basic Fee
Standard service
Primary Fee
To be determined
at award
Percentage
To be determined at
award
Proportion of fee
% Discount Offer
Stage 1
Inception
5%
Stage 2
Concept and Viability
25%
Stage 3
Design development
25%
Stage 4
Documentation and procurement
Contract
administration
and
inspection
15%
Close out
10%
Stage 5
Stage 6
20%
Fee Offer
100%
48
Total
To
be
determined at
award
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Civil / Structural Engineering Professional Services Pertaining
to Engineering Projects
C 2.3 (iv)
Additional function: N/A
Competitive discount basis: Partial services - Generic designs
Project
Framework Agreement for the Provision of Architectural, Quantity Surveying, Engineering, Project Management
and Construction Health & Safety Professional Services for the Repairs, Renovations, Additions and New
Infrastructure Projects for a period of three year-term without guarantee of quantum of work
Project Cost Estimate
Estimate
Amount
Estimate
work
cost
To
determined
award
of
be
at
3. BASIC FEE (Gazette No. 39480, Board Notice 138 of 2015)
Lower range
To be determined at award
Primary Fee
To be determined at
award
Basic Fee
Standard service
Proportion of fee
Stage 1
Inception
5%
Stage 2
Concept and Viability
25%
Stage 3
Design development
30%
Stage 4
Documentation and procurement
10%
Stage 5
Contract administration and inspection
20%
Stage 6
Close out
10%
Fee Offer
100%
49
Percentage
To
be
determined
at award
% Discount
Offer
Total
To
determined
award
be
at
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Electrical / Mechanical Engineering Professional Services
Pertaining to Building Projects
C 2.3 (v)
Additional function: N/A
Competitive discount basis: Partial services - Generic designs
Project
Framework Agreement for the Provision of Architectural, Quantity Surveying, Engineering, Project Management
and Construction Health & Safety Professional Services for the Repairs, Renovations, Additions and New
Infrastructure Projects for a period of three year-term without guarantee of quantum of work
Project Cost Estimate
Estimate
Amount
Estimate
work
cost
of
To be determined
at award
3. BASIC FEE (Gazette No. 39480, Board Notice 138 of 2015)
Lower range
To be determined at award
Basic Fee
Standard service
Primary Fee
To be determined at
award
Proportion of fee
Stage 1
Inception
5%
Stage 2
Concept and Viability
Design
development,
Documentation
and
Procurement
Contract administration and
inspection
15%
Close out
10%
Stage 3
Stage 4
Stage 5
30%
40%
Fee Offer
100%
50
Percentage
To
be
determined at
award
% Discount
Offer
Total
To be determined
at award
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Electrical / Mechanical Engineering Professional Services
C 2.3 (vi)
Pertaining to Engineering Projects
Additional function: N/A
Competitive discount basis: Partial services - Generic designs
Project
Framework Agreement for the Provision of Architectural, Quantity Surveying, Engineering, Project Management
and Construction Health & Safety Professional Services for the Repairs, Renovations, Additions and New
Infrastructure Projects for a period of three year-term without guarantee of quantum of work
Project Cost Estimate
Estimate
Amount
Estimate
work
cost
of
To be determined
at award
3. BASIC FEE (Gazette No. 39480, Board Notice 138 of 2015)
Lower range
To be determined at award
Basic Fee
Primary Fee
To be determined at
award
Standard service
Proportion of fee
Stage 1
Inception
5%
Stage 2
Concept and Viability
Design
development,
Documentation
and
Procurement
Contract administration and
inspection
15%
Close out
10%
Stage 3
Stage 4
Stage 5
Fee Offer
30%
40%
100%
51
Percentage
To
be
determined at
award
% Discount
Offer
Total
To be determined
at award
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Project Management Professional Services
C 2.3 (vii)
Additional function: N/A
Competitive discount basis: Partial services - Generic designs and BOQ provided
Project
Framework Agreement for the Provision of Architectural, Quantity Surveying, Engineering, Project Management and
Construction Health & Safety Professional Services for the Repairs, Renovations, Additions and New Infrastructure
Projects for a period of three year-term without guarantee of quantum of work
Project Cost Estimate
Estimate
Amount
To be determined
at award
Estimate cost of work
3. BASIC FEE (Gazette No. 34858, Board Notice 202 of 2011)
Basic Fee
Lower range
To be determined at award
Primary Fee
To be determined at
award
Percentage
To be determined
at award
Proportion of fee
% Discount offer
Standard service
Stage 1
Inception
10%
Stage 2
Concept and Viability
10%
Stage 3
Design development
25%
Stage 4
Documentation and procurement
10%
Stage 5
Construction
35%
Stage 6
Close out
10%
Fee Offer
100%
52
Total
To be determined
at award
Independent Development Trust
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
TENDER NO.: DSUFS/02/16
Tender No: DSUFS/02/16
Part C3
Scope of work
1.
Description of the Works
1.1
Employer‟s objectives and required outputs
Provision of Professional; Architectural, Quantity Surveying, Engineering , Project Management
and Construction Health & Safety Professional Services for the Repairs, Renovations, Additions
and New Infrastructure Projects for a period of three year-term without guarantee of quantum of
work.
The professional services required will be in line with guideline scope of services and tariff of fees
for each of the above-mentioned professions, from inception to close-out as contained in the
following board notices:

Engineering: Board Notice (4 December 2015) 138 of 2015

Architectural: Board Notice (12 June 2015) 122 of 2015 (As corrected in Board Notice (26
June 2015) 129 of 2015)

Quantity Surveying: Board Notice (28 August 2015) 170 of 2015

Construction Project Managers: Board Notice (23 December 2011)

Health & Safety: Registration Rules for Construction Health & Safety Agents (commencement
date: 1 June 2013)
53
1.2
Location of services
The services are confined in terms of geographic space in the Free State Province and include
facilities for the Departments of Defense, Police, Justice and Correctional Services, Public
Works, & Education amongst others.
2.
Task Orders
2.1 The Employer intends to enter into a number of framework agreements with Consultants (framework contractors)
covering the same scope of work, following a competitive selection process, for a term.
2.2 Framework agreements that are entered into do not commit the Employer to any quantum of work or bind the
Employer to make use of such agreements to meet its needs. The Employer shall approach the market for works
whenever it is considered that better value in terms of time, cost and quality may be obtained.
2.3 Competition between framework contractors for task orders shall take place where:
a) there is no justifiable reason for issuing a package order to a particular framework contractor;
b) the terms in the framework agreement are insufficiently precise or complete to cover the particular
requirement e.g. delivery time scales or time estimates to complete the package order (productivity);
c) a better quality of service can be obtained through a competitive process
NOTE: Justifiable reasons for issuing package order to a particular framework contractor include:
•
the framework contractor provided the most economical transaction when the financial parameters included in
the contract are applied and has the capacity to deliver;
•
the required works cannot technically or economically be separated from another contract package order
previously performed by a specific contractor;
•
the works being instructed are largely identical to work previously executed by that contractor;
•
the value of the package order is less than the threshold for the Employer‟s quotation procedure;
•
the schedule for delivery necessitates that each of the framework contractors be issued with package orders
on a continuous basis; and
•
capacity to execute package order.
3.
Management
3.1
General
2.
Requirements
The Consultant shall in the provision of the services observe all relevant statutes, by-laws and associated regulations,
standards of professional conduct and industry norms established in relevant South African national standards
published in terms of the Standards Act of 2008 or standards recommended by professional associations. All
infrastructure norms and standards published by national sector departments should be complied with.
The Consultant shall manage all programmes and projects in a manner that:
1)
2)
3)
4)
enables the Employer and other Provincial role players to achieve their objectives;
all projects are developed and managed in terms of a common procedural approach aligned to the FSIDMS;
the various elements of the infrastructure portfolio, programmes and projects are properly co-ordinated;
the programmes and projects include all the work required, and only the work required, to complete the
programmes and projects successfully;
5) the timely completion of the programmes and projects is facilitated;
6) programmes and projects are completed as far as is reasonably possible, within the budget that is agreed
from time to time with the Employer;
7) the programmes and projects satisfy the needs for which it was undertaken;
8) effective use of the people involved with programmes and projects is made;
9) timely and appropriate generation, collection, dissemination and storage of programme and project
information occurs; and
10) the systematic identification, analysis, and response to programme and project risk occurs.
3.
Skills Development
The service provider will be required to develop a skills development strategy for implementation by contractors and
54
consultants as part of the portfolio of projects. The skills development strategy should adhere to all relevant
requirements and standards and be instrumental in the realisation of the secondary procurement objectives defined in
the department‟s CPS. The service provider will also be required to monitor and report on the implementation of the
approved skills development strategy.
4.
Facilities and equipment to be provided by the Employer
No facilities or equipment are provided by the Employer.
5.
Facilities and equipment to be provided by the Service Provider
The service provider shall provide all equipment and facilities required for his or her staff to provide the services in
Bloemfontein and at the department‟s facilities in the Free State as required.
The service provider shall provide suitable meeting facilities for, inter alia, programme manager meetings.
6.
Communication
The following minimum criteria will be applicable:

The lines of communication shall be as demonstrated in Figure 1 and as per agreed formats.

All communication shall be in writing or confirmed in writing.

It shall be the responsibility of the service provider to keep copies of all communication generated as part of
the implementation of the assignment.

The service provider should ensure that all official communication between all programme role players is
copied to his office (e.g. programme managers and management contractors or consultants reporting to
them)
7.
Tax invoices
Invoices submitted shall be a Tax invoice if the service provider is registered as a VAT Vendor and comply with
the following:
a) Employer details:

Addressed to:
INDEPENDENT DEVELOPMENT TRUST (IDT)
PHG BUILDING
196 NELSON MANDELA DRIVE
BRANDWAG
BLOEMFONTEIN, 9301
PO Box 12380, BRANDHOF, 9324
Tel: (051) 411 6240
Website: www.idt.org.za
Attention: L Tau
b) Service provider details:

Company registration No if applicable:

Service provider‟s VAT No: if applicable (not required if service provider is not a VAT vendor)

Tax Invoice Number, if applicable or Invoice number,

Service provider‟s banking details for payment
c) Contract details:

Purchase Order Number (obtained from the Project Administrator)

Contract Number and name (title of services) as per Contract (if in doubt obtain from Project Administrator)

The Task Order number and title of each Task Order issued in terms of the Contract
d) Financial information - amounts in a tabulation form which identify for each Task Order the following:

the sum of the Prices for Services Done to Date in respect of a Task Order

The total of the Prices for the Task Order including VAT at the time that the task Order was issued and any
increase authorised by the Employer relating thereto;

the difference between the authorised total of Prices including VAT and the sum of the Prices for Services
Done to Date in respect of a Task Orders
e) Services rendered during the claim period with:

a daily activity sheet covering the Time Charges together with a brief explanation as to what the time covered,

full breakdown of expenses to which receipts relate in relation to the Task Order and,

an indication as to how the amounts due have been assessed.
f) Appropriate supporting information supporting the invoice as agreed with the Employer‟s Agent
Note: To expedite payment invoices should be:

emailed to in a single printable pdf document (including all attachments) to the:
, or

hand delivered to:
55
8.
Vendor registration
The service provider shall complete vendor registration forms before the first assessment date. Such forms shall, as
relevant be accompanied by the following documents, where applicable:

Company registration documents, share certificate and joint venture agreements

Certified copies of the Identity Documents of directors / managing members

Tax clearance certificate

VAT registration certificate

B-BBEE Certification and B-BBEE Rating Certificate

Company letter head

A cancelled cheque of stamped letter from the bank, verifying the banking details
Vender registration forms may be obtained from: IDT at award of contract
56
Download