+ All Categories
Home > Documents > ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT...

ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT...

Date post: 30-Mar-2020
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
41
ETHEKWINI MUNICIPALITY ECONOMIC DEVELOPMENT & INVESTMENT PROMOTION UNIT DEPARTMENT OF INVESTMENT PROMOTION Tender Closing on: 11:00am Wednesday, 15 February 2017 QUOTATIONS ARE TO BE DEPOSITED IN THE BOX PROVIDED IN THE FOYER OF THE MATERIALS MANAGEMENT BUILDING, CORPORATE PROCUREMENT(MATERIALS MANAGEMENT) ARCHIE GUMEDE PLACE, OLD FORT COMPLEX(AND NOT TO ANY OTHER DEPT) OFFICIAL TERMS OF REFERENCE TO BE PICKED FROM: Reception Area Contracts Department Old Fort Place ECONOMIC DEVELOPMENT & Ms Sinovuyo Makongwana INVESTMENT PROMOTION UNIT 031 311 4782 DURBAN FOR OFFICE USE ONLY TENDER NAME : CIDB Register – Y N VAT Register – Y N Price (excl) VAT Price (incl) Submitted Corrected Description PQ Number FEASIBILITY STUDY & BUSINESS PLAN BRIDGE CITY INCUBATOR 7G32233
Transcript
Page 1: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

 

ETHEKWINI MUNICIPALITY 

ECONOMIC DEVELOPMENT & INVESTMENT PROMOTION UNIT 

DEPARTMENT OF INVESTMENT PROMOTION 

 

Tender Closing on: 11:00am Wednesday, 15 February 2017 

QUOTATIONS ARE TO BE DEPOSITED IN THE BOX PROVIDED IN THE FOYER OF THE MATERIALS MANAGEMENT BUILDING, CORPORATE PROCUREMENT(MATERIALS MANAGEMENT) ARCHIE GUMEDE PLACE, OLD FORT COMPLEX(AND NOT TO ANY OTHER DEPT)  OFFICIAL TERMS OF REFERENCE TO BE PICKED FROM: 

Reception Area Contracts Department Old Fort Place   

 

ECONOMIC DEVELOPMENT &           Ms Sinovuyo Makongwana INVESTMENT PROMOTION UNIT  031 311 4782     

DURBAN 

FOR OFFICE USE ONLY 

TENDER NAME :  CIDB Register – Y  N 

VAT Register  – Y  N 

  Price (excl)  VAT  Price (incl) 

Submitted       

Corrected       

 

Description  PQ  Number 

FEASIBILITY STUDY & BUSINESS PLAN BRIDGE CITY INCUBATOR    

7G‐32233      

Page 2: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

   

Economic Development& Planning Cluster Economic Development & Investment Promotion Unit 

 11th Floor, 41 on Victoria Embankment 

41 Margaret Mncadi Avenue, Durban, 4001 PO Box 5856, Durban, 4000 

Tel 031 311 4227    Fax: 031 332 1720 www.durban.gov.za 

 08 February 2017 

Enquiry: Ms Sinovuyo  Makongwana  

Telephone no: 031 311 4782/4227 

 

 

   

   

 

 

 

 

TERMS OF REFERENCE: FEASIBILITY STUDY & BUSINESS PLAN – BRIDGE CITY BUSINESS INCUBATOR‐ ‐ CONTRACT NO: 7G‐32233 

 

Page 3: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

1 | P a g e

Table of Contents 

DEFINITIONS OF ACRONYMS/ GLOSSARY ............................................................................................................. 3 

1.  BACKGROUND & CONTEXT ........................................................................................................... 4 

1.1.  BACKGROUND TO THE PROJECT BEING TENDERED .................................................................................... 4 

2.  PURPOSE OF THE TERMS OF REFERENCE ....................................................................................... 5 

3.  PROJECT OBJECTIVES. ................................................................................................................... 5 

3.1.INTRODUCTION: WHY THE PROJECT IS IMPORTANT ........................................................................................ 5 

3.2.   OVERALL OBJECTIVE ............................................................................................................................... 5 

3.3.  SPECIFIC OBJECTIVE ............................................................................................................................ 6 

4.  SCOPE OF WORK .......................................................................................................................... 6 

SPECIFIC ACTIVITIES ........................................................................................................................................ 6 

4.1. CONSULTATION WORKSHOPS:‐ .................................................................................................................. 6 

4.2. SITE APPRAISAL ....................................................................................................................................... 7 

4.3. IDENTIFY ENVIRONMENTAL ASSESSMENT INTERVENTIONS:‐ ............................................................................ 8 

4.4. CONDUCT SECTOR AND MARKET ANALYSIS:‐ ............................................................................................... 8 

4.5. CONDUCT ECONOMIC AND FINANCIAL ANALYSIS:‐ ........................................................................................ 9 

4.6. INSTITUTIONAL DEVELOPMENT ANALYSIS:‐ .................................................................................................. 9 

4.7. RECOMMENDED BUSINESS MODEL:‐ ........................................................................................................ 10 

5. OUTPUTS AND DELIVERABLES ........................................................................................................ 10 

6.  ANTICIPATED TIME FRAMES ....................................................................................................... 11 

7.  REQUIREMENTS ......................................................................................................................... 11 

7.1.  PERSONNEL .................................................................................................................................... 11 

7.2. SHORT TERM EXPERTS ........................................................................................................................... 12 

8.  THE ADJUDICATION PROCESS ..................................................................................................... 13 

10. COMMENCEMENT AND TERMINATION DATES.............................................................................. 16 

11. FORMAT REQUIREMENTS FOR PROPOSALS. ................................................................................. 17 

12. COPYRIGHT ON DOCUMENTS ....................................................................................................... 17 

13. PROJECT BUDGET AND DISBURSEMENT........................................................................................ 17 

Page 4: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

2 | P a g e

14. METHOD OF PAYMENT ................................................................................................................. 18 

15. SPECIFICATION AND PROCUREMENT PRIORITIES .......................................................................... 18 

16. TAX CLEARANCE AND BROAD BASED BLACK ECONOMIC EMPOWERMENTCERTIFICATE ................ 19 

17. CONFIDENTIALITY ......................................................................................................................... 19 

18.SUBMISSION OF PROPOSALS ......................................................................................................... 19 

19. PROPOSAL DEADLINE ................................................................................................................... 19 

 

 

   

Page 5: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

3 | P a g e

Definitions of acronyms/ glossary 

 

BBBEE:  Broad Based Black Economic Empowerment 

GIS:   Geographic Information System  

IDP:   Integrated Development Plan(s) 

KZN:   KwaZulu‐Natal  

LTE:   Long Term Expert 

RLED:   Regional and Local Economic Development  

PSC:   Project Steering Committee  

SMME:  Small, Medium and Micro enterprise  

SPD:   Service Providers Database  

STE:  Short Term Expert 

ToR:   Terms of Reference  

VAT:   Value Added Tax 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

   

Page 6: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

4 | P a g e

1. BACKGROUND & CONTEXT 

1.1. Background to the project being tendered 

 

The Bridge City project was launched in 2007 as a Presidential Lead project. The project  is strategically 

located along the MR93, the main access road into the Inanda, Ntuzuma and KwaMashu (INK) area and 

is approximately 17km north of Durban. Bridge City is being built on what was once a ‘buffer strip’ that 

separated  former  Indian and Black Townships such as Phoenix and KwaMashu as part of Group Areas 

Act Policy. The Bridge City Project therefore aims to integrate the surrounding communities by creating 

a system of networks that  links existing road infrastructure with new urban networks. The project also 

provides the communities with access to urban and social opportunities that were previously difficult to 

access  in  the past. The Bridge City project offers opportunities such as new residential developments, 

shopping facilities, Regional public facilities and public transport infrastructure which are an integral part 

of  the overall vision  for  this mixed use project.  In essence  it delivers  social,  residential and economic 

urban opportunities. To a  large degree the development of the Bridge City Project addresses many of 

these spatial and non‐issues. 

 

The Bridge City project  is a public–private  initiative and  is spearheaded by the eThekwini Municipality 

and Tongaat Hullet Development (THD). These two development partners joined to form the Effingham 

Joint Venture  in which THD was tasked to manage this large scale project. Apart from the funding that 

the JV provides, the City as a stand‐alone entity will fund the projects that have regional scale benefits 

and  as  such  sources  grant  funding  from  various  organisations  such  as  from National  Treasury which 

invested  approximately  R  80,300,000.00 million  in  the  Bridge  City  Project.  The NDPG  has  aided  the 

development of  three main projects within  the Bridge City Project namely  the Bridge City  Intermodal 

Transport Facility  for an amount of R42, 580,139,  the Bhejane Road section which crosses  the Bridge 

City platform including the half diamond interchange on the MR 93 of R23, 488,587 as well as the public 

transport routes to the sum of R14, 231,139 within Bridge City. 

 

The  eThekwini Municipality  has  identified  industry  sector  development  as  a  key  economic  driver.  In 

alignment with this vision, national priorities and strategies the Economic Development and Investment 

Promotion Unit (ED&IPU) has undertaken the establishment and support of industry bodies (Clusters) as 

a means  to  enhance  the  national  and  international  competitiveness  of prioritized  sectors within  the 

local and provincial economy. 

Page 7: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

5 | P a g e

 

The total concept for the site will consist of a business park with mini factories/shops which will support 

a suitable industry sector’s value chain as a primary requirement.  The Business Incubator will be an area 

that  is  designed  to  provide  opportunities  to  small  businesses  within  and  intermodal  transport  and 

movement node. 

2. PURPOSE OF THE TERMS OF REFERENCE 

 

The purpose  of  this document  is  to  solicit  the  services  of  a  service  provider  to  assist  the  eThekwini 

Municipality  in undertaking a study that will determine the most feasible  industry sector within  in the 

Bridge City  context and a  subsequent business plan  for  the establishment of  the Business  Incubator. 

Prospective bidders can include a firm or consortium of firms or a consortium of individual experts. 

3. PROJECT OBJECTIVES. 

3.1.Introduction: Why the project is important 

The INK area has a high unemployment rate,  inorder to survive the majority of unemployed residents of 

the population rely on infomal business sector as a means of providing their daily income requirements. 

Most  of  the  informal  businesses  operate  in  the  residents  back  yards,  illegally  occupied  vancant 

governemnt  land,  closer  to  taxi  ranks,  etc.  The  fact  that  these  businesses  are  operating  in  informal 

conditions perpetuate the presumption that their products & services are inferior.This therefore leads to 

losses  in potential  income as most customers would rather go to the city to buy the very same goods 

and services.  

This project seeks to change the current trading conditions of local entrepreneurs, to unclock the value 

chain  and  improve  effeciencies  in  business  opportunities within  the  local  areas  and  to  create  a  link 

between established corporate enterprise and existing small and micro enterprise. The project seeks to 

create  suitable  business  development  conditions  for  township  enterprises  by  establishing  a  Business 

Incubator where various quality goods and  services can be  sourced at  reasonable prices  to  stimulate 

local economy by encouraging the rand to circulate longer in the townships, growing the economy and 

creating jobs. 

3.2.  Overall objective 

 

Page 8: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

6 | P a g e

The  overall  objective  of  the  project  is  to  secure  the  services  of  a  suitable  and  experienced  Service 

provider to undertake a feasibility study and operational business plan to determine the feasibility and 

busines implementation model for the Bridge City Business Incubator. 

3.3. Specific objective 

The specific objectives of the project are: 

To conduct consultation workshops with  local SMME’s as per the categories mentioned above 

to investigate feasibility of the Incubator. 

To conduct site appraisal  for specified existing site Bridge City Lower Platform, Remainder of 

Portion 133 of Erf 8 and propose best option for accessibility. 

To conduct situational and market analysis  illustrating the problem from a demand and supply 

perspective of the small business environment in Bridge City (INK to a greater extent). 

to conduct a full cost and benefits analysis for construciton and operations of the Light Industrial 

Incubator;  (link  up with  City Architects  regarding  the  capital  costs  as  indicated  in  the  SMME 

Facilities Programme). 

To develop instituitional arrangement models for management of the centre in an economically 

sustainable manner;  

To  recommend a detailed business model; do a comparison between a purely commecial and 

subsidised model. 

To document the results in a feasiblity report.  

To form a project steering committee with key stakeholders (public & private sector) 

To  review  each  business model  option  and  determine  its  feasibility,  evaluate  costs  of  each 

option. 

To develop a detailed business plan with a self sustaining financial model for the best option/s if 

any. 

4. SCOPE OF WORK 

Specific Activities 

4.1. Consultation workshops:‐ 

Identify all relevant stakeholders; 

Page 9: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

7 | P a g e

Determine  the  perceived  and  anticipated  interests  from  stakeholders  and  incorporate  the 

anticipated  roles  and  responsibilities  that  persons  and  interest  groups would  have  in  this 

project; 

Conduct a consultation workshop to discuss challenges facing small business in located in INK;  

Identify stakeholders to participate in the Project Steering Committee (PSC); and 

Initiate and maintain a practical stakeholder participation and consultation process  through 

the subsequent phases. 

 

4.2. Site appraisal 

Assess the existing  levels of  infrastructure and services with respect to the proposed site,  in 

order to inform the levels of infrastructure required to be provided by the local municipality;  

Review  the  proposed  site  and  make  recommendations  with  respect  to  zoning  and 

environmental requirements, accessibility, ownership, institutional arrangements; viable type 

of business and size and the envisaged impact of the project 

 

Page 10: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

8 | P a g

 

4.3. Iden

 

4.4. Con

Terms Of Re

e

ntify environ

Describe a

Describe  t

reasonable

and altern

Propose a

facility. 

duct Sector a

Conduct a 

trade in th

this segme

eference: Feasib

nmental asse

aspects of the

the  need  an

e  alternative

atives will ha

ny environm

and Market 

survey analy

he area; and 

ent of the eco

bility Study & B

essment inte

e environme

nd  desirabili

es,  including 

ave to the en

mental manag

Analysis:‐ 

ysis of presen

identify rele

onomy; to de

usiness Plan – B

rventions:‐

nt that may 

ity  of  the  p

advantages

nvironment a

gement and 

nt market co

evant sectors

etermine ma

Bridge City Busi

be affected b

proposed  ce

s  and  disadv

and commun

mitigation m

onditions and

s, trends and 

rket demand

ness Incubator‐

by the propo

ntre  and  an

antages  that

nity; 

measures in f

d constraints 

 patterns an

d and the futu

‐ ‐ CONTRACT N

osed  facility; 

ny  identified

t  the  propos

favour of the

to formal an

d key challen

ure growth p

NO: 7G‐32233

 

d,  feasible, 

sed  facility 

e proposed 

nd informal 

nges facing 

otential; 

Page 11: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

9 | P a g e

Provide detailed estimates of market size or potential; 

Identify main customers or target market and provide short and long‐term outlook thereof; 

Provide assessment of competitors; 

Describe trends affecting the market and how market needs will be served; 

Explain the promotion and marketing methods. 

 

4.5. Conduct Economic and Financial Analysis:‐ 

Provide a market potential analysis that describes development prospects and niche market 

focus for the proposed centres, based on local market characteristics;    

Provide comments on the designs and specifications done on the proposed facility; providing 

recommendations in terms of the ideal size and composition; 

Develop a detailed financial plan that incorporates the following: 

Capital  Expenditure  detailing  the  construction  costs,  building  layout,  water  etc., 

based on actual market‐related quotations; 

Operating expenditure e.g. maintenance, water & lights, security etc.; 

Detailed  financial plan  to determine whether or not  the proposed development  is 

economically  viable  and  sustainable  based  on  realistic  budget  projections,  and 

projected revenue streams; 

Detailed cash flow projection over a period of five years; 

Risk analysis of the proposed developments; and 

Identification of potential funders. 

Detailed revenue generation model e.g. Rent and lease revenue 

 

4.6. Institutional Development Analysis:‐ 

Assess  and  propose  institutional  arrangements  that  could  have  a  positive  influence  in  the 

implementation of the project.  

Identify key management structure  to manage  the  facility  for maintenance and operational 

purposes.  

Identify a letting criterion for interested or potential tenants. 

Page 12: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

10 | P a g e

Workshop  institutional  arrangements  with  stakeholders  with  the  aim  of  solidifying 

developmental  values  aligned with  the municipality’s  LED,  IDP  strategies  such  as  poverty 

alleviation, job creation and SMME development. 

Propose options for a management model to optimise the financial viability of the centre and 

indicate how the management entity will be making income and how much subsidy should be 

granted to cover operations.  

 

4.7. Recommended Business Model:‐ 

Provide  a  detailed  business  model  that  considers  all  information  and  alternatives  to 

determine  the  feasibility  of  the  Bridge  City  Business  Incubator;  and  provide  a  rationale  to 

substantiate the recommendation on whether to proceed with developing a comprehensive 

business  plan  for  the  proposed  project.  It  is  important  that  the  following  aspects  are 

addressed: 

Financial model that details the costs and returns to the project; 

Operational model that outlines the operational process; 

Institutional model  that  identifies  the most  suitable  institutional  and  partnership 

arrangement; 

Socioeconomic  model  that  outlines  the  socioeconomic  impact  of  the  proposed 

development on the study area; (How will the project uplift local small business). 

Risk management model that highlights the risks and mitigating strategies to combat 

those risks. 

 5. OUTPUTS AND DELIVERABLES 

 

5.1. Inception Report  (that will detail  the  focus of  support  as well  as  the  associated outputs,  the 

support  that will  be  provided,  the  detailed methodology  that will  be  followed,  all  logistical 

arrangements, a detailed activity based work‐plan as well as any other deliverables)  

5.2. Draft  Feasibility  Report  (that  will  include  feasibility  component  of  the  study  complete  with 

analysis and recommendations;  institutional and marketing plan; report outlining management 

and operational plan; financial plan; implementation plan). 

Page 13: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

11 | P a g e

5.3. Final  Feasibility  Study  Report&  Business  Plan(that will  include  a  brief  implementation  and  a 

summary business plan). 

6. ANTICIPATED TIME FRAMES 

 

The proposed timeframe for the project is 3 months. 

7. REQUIREMENTS 

7.1.  Personnel 

The Service Provider must comprise of a team that includes Long Term Experts (LTE) required to work a 

minimum  of  70  days  per  annum  as  well  as  support  staff  with  the  requisite  skills  to  fulfill  the 

requirements of the Terms of Reference. The LTE should consist of the following: 

 

7.1.1.  Key Expert 1: Team Leader/Project Manager 

Must have an officially recognized qualification with majors in any of the following; Economics, 

Development  Studies,  Commerce,  Engineering  or  Business  Administration,  Property 

development  

5‐10 years  relevant experience  in Local Economic Development, project development, market 

research, management and/or monitoring.  

 

Possess skills and competencies in the following areas: project development, management, and 

monitoring; time management; planning and organising; report writing; budgeting and financial 

management  in  non‐financial management  capacity;  presentation  skills;  communication  and 

networking;  good  interpersonal  relations;  analytical  thinking  and  problem  solving;  computer 

literacy.  

 

Knowledge  of  project  and  contract management;  feasibility  studies,  sector  studies,  business 

plans, IDPs (integrated development plans), project financing, SWOT and LED Plans; partnerships 

for  economic  development;  legislation,  policy  and  strategy  affecting  local  economic 

development; and research methodologies.  

7.1.2. Key Expert 2: Finance Specialist 

 

Page 14: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

12 | P a g e

Must  have  an  officially  recognized  qualification  with  majors  in  Economics,  Finance,  or 

Commerce preferably a  registered Carted Accountant  (CA) with 3‐5 years  relevant experience 

within the finance sector.  

The  Specialist  should  have  a  sound  knowledge  of  business  planning  practices  and  financial 

management  and  analysis,  with  experience  in  project  management,  cost  analysis,  capital 

expenditure analysis, cash flow forecasts, and budget preparation. 

 The  Finance  Specialist  should  also  have  extensive  experience  in  report  writing,  financial 

modelling and possess presentation skills. 

 

7.1.3.  Key Expert 3: Sector Specialist/Researcher   

The Sector Specialist must have an officially recognized qualification with majors  in any of the 

following;  Economics,  Development  Studies,  Commerce,  Town  Planning  or  Business 

Administration with 3‐5 years relevant experience with economic development. 

 The Specialist should have a sound knowledge of business planning practices, market research, 

and  financial  analysis  and  budget  preparation  with  experience  in  SMME/Cooperative 

development and property development economics. 

 The Specialist should also have extensive experience in report writing and possess presentation 

skills. 

 

 

7.2. Short Term Experts 

 

The  service  provider  should make  provision  for  the  use  of  Short  Term  Experts  (STE)  for  the 

fulfillment of the scope of work during the contract period as and when required. 

 The STE  is required to work  for a maximum of 60 days per annum. The STE must consist of a 

multi‐disciplinary  team  including  and  not  limited  to  specialists  in  the  following  fields: 

Architecture,  Manufacturing,  Auto  Industry,  Quantity  Surveying,  Property  Management, 

Accounting, Engineering etc. depending on the activities and capacity of the team members.  

These team members should demonstrate the following key competencies: 

Sufficient knowledge and expertise in order to accurately assess the factors that will impact 

on the successful implementation of the project mentioned above. 

Page 15: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

13 | P a g e

Be suitably qualified and experienced to provide detailed and specialist advice and informati

on on the formulation of the abovementioned project. 

8. THE ADJUDICATION PROCESS 

The adjudication of proposals will be in terms of the example below:   

Page 16: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

14 | P a g e

CRITERIA  Max 

Score 

STAGE 1   

ADHERENCE TO BRIEF/UNDERSTANDING OF TOR  10 

Does the proposal clearly demonstrate good understanding of the brief? All 

key deliverables are distinctly identified and adequately addressed. o Nil – No submission 

o Poor  (score  25%;  2.5  points)  –  The  proposal  shows  limited understanding of the brief and key deliverables,  

o Satisfactory  (score 70%; 7 points) – The brief  is well understood, clearly articulated, and key components are adequately addressed.  The proposal reflects necessary concepts but has insufficient detail for it to be distinctive   

o Good  (score 90%; points points and above) – The proposal clearly demonstrates  an  understanding  of  the  project’s  vision  and  the brief.    The  key  components  are  adequately  addressed  and  are uniquely aligned to and identifiable with the project. 

 

 

 

METHODOLOGY/STRATEGY  40 

Is the methodology innovative, detailed to adequately address all elements 

of  the  project  and  the  technical  approach  stating  how  each  will  be 

executed? o Nil – No submission 

o Poor (score 25%; 10 Points) – The approach and the methodology are poor/ unlikely to satisfy the project objectives or requirements.  The  tenderer  has misunderstood  certain  aspects  of  the  scope  of work  and  does  not  deal  with  the  critical  aspects  of  it.    The methodology is unacceptable 

o Satisfactory (score 70%; 28 Points) – The approach is adequate and tailored  to  address  the  specific  project  objectives  and methodology.  The approach does adequately deal with the critical characteristics  of  the  project.    The  project  plan  and  manner  in which risk is managed is specific.   

o Good  (score  90%;  36  Points,  and  above)–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 manage risk etc. Is specifically tailored to the critical characteristics of  the  project.    The  methodology  is  comprehensive  and  the  important  issues  are  approached  in  an  innovative  and  efficient way, indicating that the tenderer has outstanding knowledge 

 

 

Page 17: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

15 | P a g e

 

EXPERTISE AND EXPERIENCE  40 

Do the service provider and team member have relevant and sufficient  

Experience and expertise in projects of similar nature and scale?  Does the 

service  provider  have  capacity  and  experience  to  raise  specified 

sponsorship? o Nil – No submission 

o Poor  (score  25%;  10  Points)  –  The  team  has  limited  relevant experience in projects of similar nature and/or has not under taken a  project  of  this  magnitude.    The  proposed  team  is  weak  in important areas‐ collaboratively has less than 3 year experience. 

o Satisfactory  (score  70%;  28  Points)  –  The  tenderer  has  relevant experience  in  projects  of  similar  nature  but  has  not  directly undertaken a project of this magnitude. 

o Key  personnel  allocated  to  the  project  have  reasonable  relevant experience. 

o Good  (score  90%;  36  Points,  and  above)  –  The  tenderer  has extensive experience  in projects of similar nature and has directly undertaken  similar  projects.    The  key  personnel  allocated  have extensive relevant. 

 

 

 

COHESIVENESS & SYNERGY  10 

Has  the  operational  plan, with  clear  outcomes,  timelines  and  resources 

aligned to each activity clearly explained? o Nil – No submission 

o Poor  (score  25%;  2.5  points)  –  The  operational  plan  is  sketchy, there is no clarity in terms of resources aligned to the project.  Key project  areas  lack qualified members and members’  roles do not match with the operational plan.  

o Satisfactory (score 70%; 7 points) – Operational plan is complete & reasonably detailed.  Resources appear adequate. 

o Good  (score  90%;  points  and  above)  –  besides  meeting ‘satisfactory’  rates  and  resources  have  been  clearly  defined  and make provision for all  key risk areas 

 

TOTAL  100 

THE MINIMUM THRESHOLD OF THIS FUNCTIONALITY IS 70 OUT OF 100 POINTS. ANY BID WHICH 

FAILS TO MEET THIS MINIMUM THRESHOLD WILL BE DISQUALIFIED. ONLY BIDS SCORING 70 AND 

ABOVE WILL PROCEED TO STAGE 2. 

Page 18: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

16 | P a g e

 

 

 

 

 

 

 

 

Stage 2: Budget and Empowerment 

 

CRITERION  MAX 

Budget  80 

Broad – Based Black Economic Empowerment  20 

Total  100 

 

Broad Based Black  Economic  Empowerment  Points will  be  awardedb  to  bidders  in  accordance 

with the table below:  

B‐BBEE  Status  Level 

of Contributor 

90/10 Point System  80/20 Point System 

1  10  20

2  9  18 

3  8  16

4  5  12 

5  4  8

6  3  6 

7  2  4

8  1  2 

Non‐compliant 

contributor 

0  0 

 

10. COMMENCEMENT AND TERMINATION DATES 

 

It  is anticipated  that delivery on  the project be  received within minimum stipulated  timeframe. 

This must be presented to the Economic Development Unit of eThekwini Municipality and a final 

should be  submitted once  comments are obtained. This must be accepted by  the Municipality 

Page 19: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

17 | P a g e

before it is submitted to the Provincial Department for reviews. 

 

Once  the appointment has been made,  the consultant has  five  (5) working days  to hand  in  the 

inception report detailing the following: 

 

Implementation schedule with milestones  

 

Deadlines must be met; failure to do so will result in penalties and ultimately in the termination of 

the contract. 

 

 

11. FORMAT REQUIREMENTS FOR PROPOSALS. 

 

MS Word to be font size 11, Arial and a line spacing of 1.0 

Final report to be submitted in both hard‐copy and electronic format 

Proposal and Report to be produced in A4 size 

 

All information and reports produced as part of this work will remain the intellectual property of 

the EThekwini Municipality and no duplication;  interpretation; re‐use or copying of any kind, by 

the consultants or any other persons, is permitted without the consent of the Municipality. 

 

12. COPYRIGHT ON DOCUMENTS 

 

Intellectual Property 

 

The  data  and  intellectual  property  rights  arising  out  of  this  process  accrues  to  the  eThekwini 

Municipality  and  cannot  be  used without  prior  permission  from  the  Council.  This  includes  all 

information related to the project. 

 

13. PROJECT BUDGET AND DISBURSEMENT 

 

The  consultant  is  to  prepare  a  detailed  budget  breakdown  for  the  full  scope  of  deliverables 

including all disbursements and VAT.   Cost competitiveness and Empowerment will be scored  in 

the final stage of adjudication.   Allowance and estimates must be provided for any anticipated 

specialist studies. Previous studies already undertaken will be made available  to  the appointed 

consultant: 

 

Page 20: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

18 | P a g e

14. METHOD OF PAYMENT 

 

Payment terms and contractual arrangements will be discussed with the selected service provider prior 

to a letter of appointment. Final payment will be paid on full completion of the project and the receipt 

of the final report. 

 

15. SPECIFICATION AND PROCUREMENT PRIORITIES 

 

The following requirements must be adhered to as part of the procurement process: 

 

Adherence  to  the brief:   The proposal submitted should acknowledge and  indicate  that  the 

brief  is  clearly  understood,  must  show  originality,  and  should  warrant  that  the  service 

provider has skills and ability to deliver on the project. 

Competency  and  experience:    An  indication  of  experience  in  similar  projects  and  level  of 

expertise in the project should be clearly stated. 

Capacity  and  capability:  Capacity  to  deliver  the  required  quality  within  the  specific  time 

frames without compromising the quality. 

PDI and BEE status: Company status in terms of empowerment PDI and BEE 

Price: Overall budget of the project.   

Registration with Municipality  database:    The  service  provider must  be  registered  on  the 

Municipality  database  and  provide  a  PR  number  and  a  JDE  registration  number  on  the 

proposal. 

Submission:  For  copies of  the proposals must be  submitted  and  the  service provider must 

attach the following documents to their proposals 

Certificate of independent Bid Determination 

Municipal Fees Declaration Form 

Declaration of interest form 

Empowerment profile (BBBEE Certificate) 

A current tax clearance certificate. 

 

These  terms of  reference are  subject  to any changes which may stem  from a negotiation of  the  final 

terms with  the consultant(s), as well as any additional budget which may be allocated  to  the project. 

Payment arrangements will be negotiated on the basis of the completion of project milestones and will 

be outlined in the letter of appointment. Final payment will be paid on full completion of the project and 

the receipt of the final report.  

 

Page 21: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

19 | P a g e

16. TAX CLEARANCE AND BROAD BASED BLACK ECONOMIC EMPOWERMENTCERTIFICATE 

Proposals must  include with  their  submission a valid Tax Clearance and Broad Based Black Economic 

Empowerment certificate (or a letter from the Company Auditors stating that the company’s turnover is 

less than R5 million).  

 

Submissions will  not  be  accepted without  a  valid  tax  clearance  and  broad‐based  Black  economic 

empowerment  rating certificate  (or a  letter  from  the Company Auditors stating  that  the company’s 

turnover is less than R5 million).  

 

17. CONFIDENTIALITY 

 

All the products must be made available in the way stated above and the following must also be noted:  

 

All data, information and concepts developed during this course of this appointment whether direct 

or incidental remains the property of the eThekwini Municipality; 

Information which would come out of this process  is to be treated as confidential and can only be 

released with the permission of the eThekwini Municipality. 

The consultant  is accountable  to  the Senior Manager Traffic Engineering and will work under  the 

direction of   the Project Steering Committee. 

 

18.SUBMISSION OF PROPOSALS 

Sealed proposals (including all required documentation) are to be hand delivered at the Tender Box located in the reception area, OF THE MATERIALS MANAGEMENT BUILDING, CORPORATE PROCUREMENT(MATERIALS MANAGEMENT) ARCHIE GUMEDE PLACE, OLD FORT COMPLEX(AND NOT TO ANY OTHER DEPT) Durban, 4001 before 11h00am, on 15 February 2017. All envelopes must be clearly marked “Request for 

Proposals  7G  –  32233  FEASIBILITY  STUDY  &BUSINESS  PLAN:  BRIDGE  CITY  BUSINESS  INCUBATOR  .No  late 

submissions will be accepted. 

 

19. PROPOSAL DEADLINE 

 

Proposals must be submitted for consideration by: 15 February 2017, before 11H00am. 

 

  For further information about this project please contact: 

  Mrs  Sinovuyo Makongwana 

  Project Manager: Economic Development Unit 

Page 22: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Terms Of Reference: Feasibility Study & Business Plan – Bridge City Business Incubator‐ ‐ CONTRACT NO: 7G‐32233

20 | P a g e

  Tel: (031) 311 4782 

  Cell:  07 887 3367  

  Email:  [email protected] 

Page 23: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

I, ______________________________________________________________________________________________________ (Full Name and Surname) ID Number in my capacity as the duly authorised member / director / owner or partner of ___________________________________________________________________________________________________ (Full name of Company / Close Corporation / partnership / sole proprietary/Joint Venture ) hereinafter referred to as the TENDERER

do hereby declare that all Municipal charges of the aforesaid TENDERER, are, as at the date hereunder, fully paid or an

Acknowledgement of Debt has been concluded with the Municipality to pay the said charges in installments. The following account details relate to property of the said TENDERER:

ACCOUNT ACCOUNT NUMBER ELECTRICITY ____________________________

WATER ____________________________

RATES ____________________________

OTHER (specify) ____________________________

I acknowledge that should the aforesaid Municipal charges fall into arrears, the Municipality may take such remedial action as is

required, including termination of any contract, and any payments due to the Contractor by the Municipality shall be first set off

against such arrears. ATTACHED please find copies of the above account’s and or agreements signed with the municipality.

• Where the TENDERER’S place of business or business interests are outside the jurisdiction of eThewini municipality,

a copy of the accounts/agreements from the relevant municipality must be attached.

• Where the tenderer’s Municipal Accounts are part of their lease agreement, then a copy of the agreement, or official letter

to that effect is to be attached.

_______________________ __________________________ _________________

Full Name and Surname Signature Date

_______________________ _________________________ ___________________ Designation Company Stamp Contact No

Ethekwini Revenue Florence Mkhize Building

251 Anton Lembede Street Durban

4001

Tel: 031 328 1200 Fax: 031 328 1002

E-Mail: [email protected] Website: http://www.durban.gov.za

DECLARATION OF MUNICIPAL CHARGES

FROM TENDERER

Page 24: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

MBD 2

TAX CLEARANCE CERTFICATE REQUIREMENTS

It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the bidder’s tax obligations. 1 In order to meet this requirement bidders are required to complete in full the attached form TCC 001

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

2 SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one) year

from the date of approval. 3 The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original

and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable.

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

5 Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch

office nationally or on the website www.sars.gov.za. 6 Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision,

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

Page 25: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

MBD 4

DECLARATION OF INTEREST

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

2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism,

should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in

service of the state, it is required that the bidder or their authorised representative declare their position in

relation to the evaluating/adjudicating authority and/or take an oath declaring his/her interest.

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

with the bid.

3.1 Full Name: …………………………………………………………………………

3.2 Identity Number: …………………………………………………………………

3.3 Company Registration Number: …………………………………………………

3.4 Tax Reference Number: …………………………………………………………

3.5 VAT Registration Number: ………………………………………………………

3.6 Are you presently in the service of the state∗∗∗∗ YES / NO

3.6.1 If so, furnish particulars.

………………………………………………………………

………………………………………………………………

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

twelve months?

3.7.1 If so, furnish particulars.

………………………………………………………………

………………………………………………………………

∗∗∗∗ MSCM Regulations: “in the service of the state” means to be –

(a) a member of –

(i) any municipal council;

(ii) any provincial legislature; or

(iii) the national Assembly or the national Council of provinces;

(b) a member of the board of directors of any municipal entity;

(c) an official of any municipality or municipal entity;

(d) an employee of any national or provincial department, national or provincial public entity or constitutional institution within the

meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999);

(e) a member of the accounting authority of any national or provincial public entity; or

(f) an employee of Parliament or a provincial legislature.

Page 26: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

2

3.8 Do you, have any relationship (family, friend, other) with

persons in the service of the state and who may be involved

with the evaluation and or adjudication of this bid?

3.8.1 If so, furnish particulars.

………………………………………………………………

………………………………………………………………

3.9 Are you, aware of any relationship (family, friend, other)

between a bidder and any persons in the service of the

state who may be involved with the evaluation and or

adjudication of this bid?

3.9.1 If so, furnish particulars

…………………………………………………………….

…………………………………………………………….

YES / NO

YES / NO

3.10 Are any of the company’s directors, managers, principal YES / NO

shareholders or stakeholders in service of the state?

3.10.1 If so, furnish particulars.

………………………………………………………………

………………………………………………………………

3.11 Are any spouse, child or parent of the company’s directors, YES / NO

managers, principal shareholders or stakeholders in service

of the state?

3.11.1 If so, furnish particulars.

………………………………………………………………

………………………………………………………………

Page 27: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

3

CERTIFICATION

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

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………….. ……………………………………..

Signature Date

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

Position Name of Bidder

Page 28: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

MBD 5

DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (ALL APPLICABLE TAXES INCLUDED)

For all procurement expected to exceed R10 million (all applicable taxes included), bidders must complete the following questionnaire:

1 Are you by law required to prepare annual financial statements for auditing?

1.1 If yes, submit audited annual financial statements for the

past three years or since the date of establishment if

established during the past three years.

………………………………………………………………

………………………………………………………………

2 Do you have any outstanding undisputed commitments for

municipal services towards any municipality for more than three months or any other service provider in respect of

which payment is overdue for more than 30 days?

2.1 If no, this serves to certify that the bidder has no undisputed

commitments for municipal services towards any municipality

for more than three months or other service provider in

respect of which payment is overdue for more than 30 days.

2.2 If yes, provide particulars.

………………………………………………………………

……………………………………………………………….

……………………………………………………………….

……………………………………………………………..

* Delete if not applicable

*YES / NO

*YES / NO

3 Has any contract been

awarded to you by an organ

of state during the past five

years, including particulars

of any material non-

compliance or dispute

concerning the execution of

such contract?

Page 29: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

2

3.1 If yes, furnish particulars

……………………………………………………………….

……………………………………………………

*YES / NO

4. Will any portion of goods or services be sourced from outside *YES / NO the Republic, and, if so, what portion and whether any portion

of payment from the municipality / municipal entity is expected to be

transferred out of the Republic?

4.1 If yes, furnish particulars

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

CERTIFICATION

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

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………….. ……………………………………..

Signature Date

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

Position Name of Bidder

Page 30: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

MBD 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 following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R1 000 000 (all applicable taxes

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

included). 1.2 The value of this bid is estimated to exceed/not exceed R1 000 000 (all applicable taxes included) and

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

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

1.3.1 The maximum points for this bid are allocated as follows: POINTS

1.3.1.1 PRICE ………….. 1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION …………... Total points for Price and B-BBEE must not exceed 100

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

Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

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

Page 31: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

2on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an

organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;

2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003); 2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration; 2.7 “consortium or joint venture” means an association of persons for the purpose of combining their

expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract; 2.8 “contract” means the agreement that results from the acceptance of a bid by an organ of state; 2.9 “EME” means any enterprise with an annual total revenue of R5 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 intention is to award the contract to the bidder obtaining the highest number of total points. 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.

Page 32: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

33.4 In the event that two or more bids have scored equal total points, the successful bid must be the one scoring the highest number of preference points for B-BBEE. 3.5 However, when functionality is part of the evaluation process and two or more bids have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality. 3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots.

4. POINTS AWARDED FOR PRICE 4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10

−−=

min

min180

P

PPtPs or

−−=

min

min190

P

PPtPs

Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid 5. Points awarded for B-BBEE Status Level of Contribution 5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points must

be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 8 16

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

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

Page 33: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

4Accounting 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 intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub- contractor is an EME that has the capability and ability to execute the sub-contract. 5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract. 6. BID DECLARATION 6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following: 7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1 7.1 B-BBEE Status Level of Contribution: …………. = ……………(maximum of 10 or 20 points)

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

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

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

an Accounting Officer as contemplated in the CCA).

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

8.1.1 If yes, indicate:

(i) what percentage of the contract will be subcontracted? ............……………….…%

(ii) the name of the sub-contractor? …………………………………………………………..

(iii) the B-BBEE status level of the sub-contractor? ……………..

(iv) whether the sub-contractor is an EME? YES / NO (delete which is not applicable)

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

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

Page 34: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

59.3 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

� Manufacturer

� Supplier

� Professional service provider

� Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX] 9.7 MUNICIPAL INFORMATION Municipality where business is situated ………………………………………………………………….. Registered Account Number ……………………………. Stand Number ………………………………………………. 9.8 TOTAL NUMBER OF YEARS THE COMPANY/FIRM HAS BEEN IN BUSINESS? ……………………………………

9.9 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

Page 35: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

6shareholders 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:………………………….. ….……………………………………. ………………………………………. …………….…………………………

Page 36: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

1

MBD 6.2

DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT

This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general information and serves as a declaration form for local content (local production and local content are used interchangeably). Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2011 and the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:201x. 1. General Conditions 1.1. Preferential Procurement Regulations, 2011 (Regulation 9.(1) and 9.(3) make

provision for the promotion of local production and content. 1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the

award of bids local production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Regulation 9.(3) prescribes that where there is no designated sector, a specific

bidding condition may be included, that only locally produced services, works or goods or locally manufactured goods with a stipulated minimum threshold for local production and content, will be considered.

1.4. Where necessary, for bids referred to in paragraphs 1.2 and 1.3 above, a two stage

bidding process may be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.

1.5. A person awarded a contract in relation to a designated sector, may not sub-

contract in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

1.6. The local content (LC) as a percentage of the bid price must be calculated in

accordance with the SABS approved technical specification number SATS 1286: 201x as follows:

LC = 1 x 100 Where

x imported content y bid price excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by the South African Reserve Bank (SARB) at 12:00 on the date, one week (7 calendar days) prior to the closing date of the bid as required in paragraph 4.1 below.

1.7. A bid will be disqualified if:

• the bidder fails to achieve the stipulated minimum threshold for local production and content indicated in paragraph 3 below; and.

Page 37: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

2

• this declaration certificate is not submitted as part of the bid documentation.

2. Definitions 2.1. “bid” includes advertised competitive bids, written price quotations or proposals; 2.2. “bid price” price offered by the bidder, excluding value added tax (VAT); 2.3. “contract” means the agreement that results from the acceptance of a bid by an

organ of state; 2.4. “designated sector” means a sector, sub-sector or industry that has been

designated by the Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;

2.5. “duly sign”means a Declaration Certificate for Local Content that has been signed

by the Chief Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or individual).

2.6. “imported content” means that portion of the bid price represented by the cost of

components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the

imported content, provided that local manufacture does take place;

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

2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work

to, or employing another person to support such primary contractor in the execution of part of a project in terms of the contract.

3. The stipulated minimum threshold(s) for local production and content for this

bid is/are as follows:

Description of services, works or goods Stipulated minimum threshold

_______________________________ _______%

_______________________________ _______%

_______________________________ _______%

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

have any imported content? YES / NO

Page 38: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

3

4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed in paragraph 1.6 of the general conditions must be the rate(s) published by the SARB for the specific currency at 12:00 on the date, one week (7 calendar days) prior to the closing date of the bid.

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

Indicate the rate(s )of exchange against the appropriate currency in the table below:

Currency Rates of exchange US Dollar

Pound Sterling Euro Yen Other

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

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF

EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID No. ................................................................................. ISSUED BY: (Procurement Authority / Name of Municipality / Municipal Entity): .........................................................................................................................

NB The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder. I, the undersigned, …………………………….................................................. (full names), do hereby declare, in my capacity as ……………………………………… ……….. of ...............................................................................................................(name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge. (b) I have satisfied myself that the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286. (c) The local content has been calculated using the formula given in clause 3 of SATS 1286, the rates of exchange indicated in paragraph 4.1 above and the following figures:

Bid price, excluding VAT (y) R

Imported content (x) R

Stipulated minimum threshold for Local content (paragraph 3 above)

Local content % as calculated in terms of SATS 1286

If the bid is for more than one product, a schedule of the local content by product shall be attached.

Page 39: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

4

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

Page 40: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality
Page 41: ETHEKWINI MUNICIPALITY DEVELOPMENT INVESTMENT PROMOTION UNIT OF INVESTMENT PROMOTIONdag.durban.gov.za/Resource_Centre/Tenders/Tender Document... · 2017-02-09 · ethekwini municipality

Recommended