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
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
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
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
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
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.
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
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;
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
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;
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.
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).
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
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.
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:
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
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.
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
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:
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.
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
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]
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
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.
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.
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.
………………………………………………………………
………………………………………………………………
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
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?
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
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
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.
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
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 : .............................................................................................
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
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:………………………….. ….……………………………………. ………………………………………. …………….…………………………
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.
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
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.
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: ___________