DRT 45 01 2015Crack Sealing Final Adert

advertisement
T1.1 TENDER NOTICE AND INVITATION TO TENDER
THE GAUTENG PROVINCE, DEPARTMENT OF ROADS AND TRANSPORT REQUESTS INTERESTED TENDERERS TO
BID FOR THE FOLLOWING TENDER:
TENDER NUMBER
SERVICE
CIDB LEVEL
COMPULSORY SITE
INSPECTION
CLOSING DATE
DRT45/01/2015
Supply and Apply of
Crack Seal in all 5
regions in Gauteng
Province for a period of
3 years on an as and
when required basis
Supply and Apply of
Crack Seal in Benoni
Region 5 SB/ 5 CE or
Higher
Venue: 1215 Nico Smith
Koedoespoort
Pretoria
23 July 2015 at
11h00 am.
Date: 30 June 2015
Supply and Apply of
Crack Seal in
Bronkhorstspruit
Region 5 SB/ 5 CE or
Higher
Supply and Apply of
Crack Seal in
Krugersdorp Region 5
SB/ 5 CE or Higher
Time: 10h00 am
NB: Failure to attend the
compulsory site briefing
will render the tenderer
disqualified
Supply and Apply of
Crack Seal in Pretoria
Region 5 SB/ 5 CE or
Higher
Supply and Apply of
Crack Seal in
Vereeniging Region 5
SB/ 5 CE or Higher
We adhere to all relevant Acts including the Black Economic Empowerment Act No.53 of 2003, Preferential
Procurement Policy Framework Act No.5 of 2000, Employment Equity act No. 55 of 1998
NB: The department reserves the right to award tenders on the basis of a principle that work shall be fairly
or equitably distributed amongst contractors/entities that had not been awarded contracts previously.
In terms of Preferential Procurement Regulation of 2011, the department will be applying the 90/10 preference point
system. Broad-Based Black Economic Empowerment (B-BBEE) requires that bidders submit original and valid BBBEE Status Level Verification Certificates or certified copies thereof to substantiate their B-BBEE rating claims.
Failure to submit such a certificate in line with the following requirements will result in the bidder not
qualifying for preference points for B-BBEE.
The bidders must submit verification certificates that are accredited by:

Bidders who do NOT qualify as Exempt Micro Enterprises (EME’s)

SANAS (South African National Accredited System) or

IRBA (Independent Regulatory Board of Auditors) or

Bidders who do qualify as Exempt Micro Enterprises (EME’s)
 Accounting officers as contemplated in section 60(4) of the Closed Corporations Act, Act No 69 of
1984 (CCA);
 Verification Agencies accredited by SANAS; or
 Registered auditors approved by the IRBA.

A trust, consortium or joint venture must obtain and submit a consolidated B-BBEE Status Level
Verification Certificate for every separate bid. Failure to do so will result in the bidder forfeiting the
points allocated for B-BBEE.

Public entities and tertiary institutions must also submit B-BBEE Status Level Verification Certificates
together with their bids.
MANDATORY TENDER REQUIREMENTS:
Failure to submit the following required documents will render the bidders tender disqualified:

Original Valid Tax Clearance (A trust, consortium or joint venture must submit consolidated Tax Clearance or
tax clearance of each partner in the trust, consortium or joint venture),

Company Registration Documents CIPC (Company Intellectual Property Commission)

Certified ID copies of Company Members and Shareholder

Fully complete and submit all the applicable SBD forms which must be attached as returnable document

The required CIDB class and level ( 5 SB/ 5 CE or Higher for all Regions)

Submit certified qualifications of Site Agent
Bidders must attend the compulsory site briefing as indicated above. Failure to attend the compulsory site
briefing will render the bidders tender disqualified.
NB: Bidders who are listed in the National Treasury register of defaulters will automatically be disqualified
FUNCTIONALITY
Experience of key staff
(45 points)
Relevant experience of the bidder
(35 points)
Technical responsiveness
(20 points)
(Submit CVs and certificates)
Site Agent on a permanent basis
with a Civil Engineering Diploma or
Higher with relevant experience :
Previously completed contracts for crack
sealing in the last three years: Road
construction related projects
(CV’s and certified copies of
certificate must be submitted)

3 or more projects completed: 35
points (Attach completion
certificates)

2 projects completed: 25 points
(Attach completion certificates)

1 project completed: 20 points
(Attach completion certificates)
5 years or more :
5 points
1-2 year:
2 points
Traffic Safety Officer on a
permanent basis with relevant
qualifications and experience of :
5 years or more:
20 points
3-4 years:
15 points
1-2 year:
10 points
Project Plan 5 Points

10 points
3-4 years:
Quality Procedures & Project Plan ( Briefly
outline: project plan indicating time allocations,
milestones, cost predictions and resources)

activities

15 points
3-4 years:
10 points
Resources required and how
they will be utilised
0 project completed: 0 points
Quality control procedures 15 Points
NB:(Failure to submit required completion
certificates will result in the bidder scoring
0 points)

Activities ensuring quality
control in line with engineering
General Foreman on a permanent
basis with relevant skills and
experience of:
5 years:
Work program and sequence of
standards

Resources required to ensure
quality control and timing of
1-2 year:
5 points
Bidders must complete the T2.13
form attached in the tender
document for key personnel and
must clearly indicate roads
experience, project description,
duration and contactable
references
NB: (Failure to complete the T2.13
form and submit certified
qualifications will result in the
bidder scoring 0 points)
utilisation of resources
NB :(Failure to submit relevant documents will result in
the bidder scoring 0 points)
BIDDERS WHO FAIL TO MEET THE MINIMUM THRESHOLD OF 60 POINTS FOR FUNCTIONALITY WILL NOT BE
CONSIDERED FOR FURTHER EVALUATION. BIDDERS WHO QUALIFY FOR FUNCTIONALITY WILL BE EVALUATED
FURTHER FOR PRICE AND B-BBEE COMPLIANCE ONLY
Bidders should note the following:







Material must be sourced locally (within South African borders)
Functionality will be scored out of 100 points and the minimum threshold to qualify is 60 points. Bidders who fail to meet
the minimum threshold will not be considered for further evaluation
If a completion certificate does not stipulate the contract amount, then bidder should include a completion certificate and
appointment letter linked to the completion certificate, failure to stipulate the project value and certification thereof will
result in points not being awarded.
Bidders are requested to submit contactable references for verification
Where tendered amounts of critical materials are considerably less than the expected market rate the Employer reserves
the right to request quotations from the supplier used in the compilation of the bid
The Department reserves the right to conduct site visits and interview officials whose CV’s have been submitted for
verification
Potential suppliers must note that in terms of Departmental policy, the Department reserves the right to cancel and
blacklist any supplier for a period of at least 12 months if the supplier fails to adequately perform in terms of the awarded
contract.
The physical address for the collection of tender documents during working hours between 8:00 and 15:00
is
41 Simmonds Street, Sage Life Building, and 7th Floor North Tower. Date: 19th June 2015
A non-refundable tender deposit of R500, payable in cash or debit card, payable between 8:30 and 15:00 at 41
Simmonds Street, Sage Life Building, and 8th Floor North Tower is required on collection of tender documents.
For the availability of the bid document and technical specification enquiries contact Supply Chain Management
(SCM) on the following numbers @ 011 355 7311
Telegraphic, telephone, telex, facsimile and the late tenders will not be accepted.
Tenders to be deposited at the tender box in the foyer of Sage Life Building 41 Simmonds Street,
Johannesburg not later than 11h00 on the closing date indicated above.
Requirements for sealing, addressing, delivery, opening and assessment of tenders are stated in the tender data.
The Department reserves the right to cancel/ not award this tender.
Download