+ All Categories
Home > Documents > Independent Development Trust€¦ · The Independent Development Trust is inviting proposals...

Independent Development Trust€¦ · The Independent Development Trust is inviting proposals...

Date post: 07-Jul-2018
Category:
Upload: donga
View: 217 times
Download: 0 times
Share this document with a friend
64
BID NO: LDSD ACC-2PSP/01(2018/19): APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS Page 1 of 64 Independent Development Trust BID NO: LDSD ACC 2-PSP /01 (2018/2019) APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS FOR THE PLANNING, DESIGN AND SUPERVISION OF THE LDSD OFFICE ACCOMMODATION 2 PROGRAMME FOR THE LIMPOPO DEPARTMENT OF SOCIAL DEVELOPMENT CLOSING DATE: 25 JUNE 2018 @11H00 Issued by: Independent Development Trust No. 22 Hans van Rensburg Street Polokwane 0700 Enquiries: Technical Name: Mr Isaac Malatji Telephone: 015-295 0000 Email: [email protected] Fax: 015 295 6559 Name of Bidder:…………………………………………………………………………………………… BBBEE level: ………………………………………………. PR No.:………………………………………………………… COUNCIL: ………………………………. DISCIPLINE APPLIED FOR: …………………………………………………….. CENTRALISED SUPPLIER DATABASE (CSD) No: ……………………………………………………..
Transcript

BID NO: LDSD ACC-2PSP/01(2018/19): APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS

Page 1 of 64

Independent Development Trust

BID NO: LDSD ACC 2-PSP /01 (2018/2019)

APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS FOR THE PLANNING, DESIGN AND SUPERVISION OF THE LDSD OFFICE ACCOMMODATION 2 PROGRAMME FOR

THE LIMPOPO DEPARTMENT OF SOCIAL DEVELOPMENT

CLOSING DATE: 25 JUNE 2018 @11H00

Issued by: Independent Development Trust No. 22 Hans van Rensburg Street Polokwane 0700

Enquiries: Technical Name: Mr Isaac Malatji

Telephone: 015-295 0000

Email: [email protected] Fax: 015 295 6559

Name of Bidder:…………………………………………………………………………………………… BBBEE level: ………………………………………………. PR No.:………………………………………………………… COUNCIL: ………………………………. DISCIPLINE APPLIED FOR: …………………………………………………….. CENTRALISED SUPPLIER DATABASE (CSD) No: ……………………………………………………..

BID NO: LDSD ACC-2PSP/01(2018/19): APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS

Page 2 of 64

Contents

Number Heading Page No

THE TENDER

Part T1: Tendering procedures

T1.1 Tender notice and invitation to tender 04

T1.2 Tender data 09

Part T2: Returnable documents

T2.1 List of returnable schedules and documents –Table 4 15

BID NO: LDSD ACC-2PSP/01(2018/19): APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS

Page 3 of 64

Part T1: Tendering procedures

BID NO: LDSD ACC-2PSP/01(2018/19): APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS

Page 4 of 64

TENDER NOTICE AND INVITATION TO SUBMIT PROPOSALS

BID NO.: LDSD ACC 2-PSP/ 01(2018/2018) APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS FOR THE PLANNING, DESIGN

AND SUPERVISION OF THE LDSD OFFICE ACCOMMODATION 2 PROGRAMME FOR THE LIMPOPO DEPARTMENT OF SOCIAL

DEVELOPMENT

The Limpopo Department of Social Development (LDSD) and the Independent Development Trust (IDT) have entered into a Service Delivery Agreement in which the IDT will be implementing infrastructure-related programmes on behalf of the LDSD. The Department of Social Development appointed the IDT to implement the LDSD Office Accommodation 2 programme which involves development and construction of new offices in various districts. The Independent Development Trust (IDT) on behalf of the Limpopo Department of Social Development hereby invites qualifying and experienced professional service providers that specializes in the following disciplines; 1. Civil/Structural Engineering 2. Electrical/Mechanical Engineering 3. Construction Health and Safety The projects are located in the five districts of the Limpopo Province. The appointment of the qualified and registered professionals in the built environment to provide various professional services in the implementation of the projects has to be achieved as soon as possible to bring about a proper intervention of the projects.

Only consultants who are professionally registered and are in possession of

registration with relevant professional bodies are eligible to submit expressions of

interest. Entities with multi disciplines must submit individual bids per discipline.

BID NO: LDSD ACC-2PSP/01(2018/19): APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS

Page 5 of 64

The Independent Development Trust is inviting proposals (bids) from Professional Service Providers for the provision of technical professional and construction services on the implementation of the LDSD Office Accommodation 2 Programme by the IDT on behalf of the LDSD. The purpose of this programme is to provide comprehensive, integrated and sustainable infrastructure and the maintenance of immovable assets, in the Limpopo Province. The programme will systematically contribute to socio-economic growth, development, and transfer of skills within agreed timelines, quality, and costs. This includes contributing towards job creation and the strengthening of institutions, and to poverty alleviation through empowered communities. The scope of work is to provide professional technical services for various emergency infrastructure projects to be identified by the LDSD and implemented by the IDT. This is not a request for a turnkey bid. Bids for each service should be submitted separately. The IDT will make an appointment for each service separately and contract the service provider directly. The received bids will be evaluated for compliance and functionality as well as price. Bidders will be required to obtain a minimum Functionality score of 60% to progress to the next stage. Bidders who progress through functionality will then be subjected to Price and BBBEE scoring. Successful bidders will then be engaged to provide services within their respective categories. Professional Service Providers will be required to conduct a site assessment of each project, cost estimation and measurement, tender documentation and cost control up to the final account and close out report. Contractors will be expected to render construction services in their respective categories and class of work.

Programme Name LDSD Emergency repairs and rehabilitation schools programme

Location:

The projects will be located in the 5 district municipalities of the Limpopo Province.

Project Cost Estimate Approximately R25 000 000.00 per project

Project Planned Time Period About 12 Months

Project Scope Summary Construction of about 1000 Square meters brick single storey offices including parking area, perimeter fence and refuse area and guardhouse.

BID NO: LDSD ACC-2PSP/01(2018/19): APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS

Page 6 of 64

SERVICES REQUIRED FROM PROFESSIONAL TEAM & REPORTING COPY RIGHTS

The IDT and the LDSD will become the owners of all information, documents, programmes, advice and reports collected and compiled by the professional service provider in the execution of this agreement.

The copyright of all documents, programmes, and reports compiled by the professional service provider will vest in the IDT and may not be reproduced or distributed or made available in any other way without the written consent of the IDT.

The IDT will furnish the contracted professional service providers with the necessary and relevant available information that might be necessary for execution of the contract.

The following evaluation approach will be applied: Phase 1 Will be the screening of mandatory documents, ensuring compliance thereof

and evaluation of specific goals Phase 2 Will be evaluation on functionality wherein companies who meet the cut off

mark of 60 points for functionality will be evaluated further

FUNCTIONALITY CRITERIA

POINTS ALLOCATION

Similar scale projects experience (Building infrastructure projects)

40 points

Qualifications, Skills and Experience of Key Projects Resources.

30 points

Locality of firm’s office/s 10 points Reference 20 points

Total points 100 points

The above 100 points will be supported by sufficient proof. Only tenderers who will obtain a 60% minimum functionality threshold will be evaluated further Proposals will be valid for a period of 90 Days.

BID NO: LDSD ACC-2PSP/01(2018/19): APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS

Page 7 of 64

Criteria No

Gate Keeper (Compulsory) Criteria Gate Keeper Criteria Description

1 Bidders must ensure compliance with their tax obligations

Bidders are required to submit their unique personal identification number (PIN) issued by SARS to enable the organ of state to view the taxpayer’s profile and tax status.

Application for tax compliance status (TCS) or pin may also be made via e-filing. In order to use this provision, taxpayers will need to register with SARS as e-filers through the website www.sars.gov.za.

Bidders may also submit a printed TCS together with the bid.

In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate proof of TCS / PIN / CSD number.

Where no TCS is available but the bidder is registered on the central supplier database (CSD), a copy of Central Supplier Database registration report with supplier number in order to enable IDT to verify the supplier’s tax status on CSD database must be provided.

2 CSD Registration Valid CSD Report

3 Letter of Good Standing (COIDA) Valid Letter of Good Standing (Workman's Compensation, COIDA), If JV for all members of the JV

4 CIDB Grading Certificate Required CIDB Grading equivalent for the works (7GB ONLY)

5 Detailed Bill of Quantities (BOQ), Written In Ink

Fully priced and detailed Bill of Quantities, written in Ink

6 CIPC (Company registration) documents

Certified CIPC documents not older than three months

7 Certified Owners'/Directors' Identity Documents

Certified ID (Identity Documents) of Owners and/or Directors and should not be older than 3 months

8 Consortium / Joint Venture Agreement (Notarised JV must be attached)

If Applicable, JV Agreement signed by all parties of the JV and signed & stamped by the commissioner of oaths.

9 Attendance Register to the Briefing Meeting

Attendance Register / Signed Certificate in the Tender Document

10 Duly Completed Form of Offer and Acceptance

Signed form of offer and acceptance

12 Declaration of Interest Submission of Signed Declaration of Interest Form (SBD 4)

13 Preferential points claim form Submission of completed SBD 6.1 Form

14 Declaration of Bidders Past SCM Practices

Submission of Signed SBD 9 Form

15 Certificate of Independent Bid Determination

Submission of Signed SBD 8 Form

BID NO: LDSD ACC-2PSP/01(2018/19): APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS

Page 8 of 64

2.3 PLEASE SUBMIT ORIGINAL DOCUMENT 2.4 Late submissions will not be accepted 2.5 Proposals SUBMITTED by means of e-mail, telegram, telex, facsimile,

electronic or similar means shall not be considered.

2.6 Proposals may be submitted or couriered to the IDT Polokwane offices attention:

The Physical Address for delivery of Tender documents is: No. 22 Hans van Rensburg Street

Polokwane 0700 The closing time for receipt of Bids is 25 JUNE 2018 at 11:00 2.7 No fee is applicable and the Terms of Reference is on IDT website link

@ www.idt.org.za 2.8 Compulsory briefing session will be held as per schedule below:

DATE

5TH of June 2018

TIME

10H00

VENUE 22 Hans Van Rensburg Street

Telegraphic, telephonic, telex, facsimile, e-mail and late Bids WILL NOT be accepted. Bids

must only be submitted on the original documentation that is issued by IDT.

Requirements for sealing, addressing, delivery, opening and assessment of tenders are

stated in the Tender Data.

BID NO: LDSD ACC-2PSP/01(2018/19): APPOINTMENT OF MULTI PROFESSIONAL SERVICE PROVIDERS

Page 9 of 64

CONTACT DETAILS

All bidders must furnish the following particulars and include it in their submission

Name of bidder:

Trading Name

VAT registration number

Tax Clearance Certificate submitted YES / NO

Postal address:

Street address:

Contact Person

Telephone number: Code Number

Cellular number:

Facsimile number: Code Number

e-Mail address:

Define Tender Offer – Bid For Professional Services

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 10 of 64

T1.2 Tender Data (including special conditions of Tender)

The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB Standard for Uniformity in Construction Procurement (January 2009) as published in Government Gazette No 31823, Board Notice 12 of 2009 of 30 January 2009. (See www.cidb.org.za). The Standard Conditions of Tender make several references to the Tender Data for details that apply Specifically to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or Inconsistency between it and the Standard Conditions of Tender. Each item of data given below is cross-referenced to the clause in the Standard Conditions of Tender to which it mainly applies.

Clause number

Tender Data

F.1.1 The employer is Independent Development Trust

F.1.2 The Tender Documents issued by the Employer comprise the following documents: PART 1 - THE TENDER Part T1: Tendering procedures T1.1 - Tender notice and invitation to tender T1.2 - Tender data Part T2: Returnable documents T2.1 - List of returnable documents T2.2 - Returnable schedules Part C3: Scope of work C3 - Scope of work

F.1.4 The employer’s agent is :

Name: Mr Isaac Malatji Address: No. 22 Hans van Rensburg Street, Polokwane, 0700 Tel: 015- 295 0000 Email: [email protected]

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 11 of 64

F.2.1 Tender offers will only be accepted if the bidder has submitted all returnables as per table 4 part T2:

F.2.7 Compulsory briefing will be held as outlined below.

DATE

5th of June 2018

TIME

10H00

VENUE 22 Hans Van Rensburg Street

F.2.12 Alternative offers are not applicable.

F.2.13.3 Parts of each tender offer communicated on paper shall be submitted as an original

F.2.13.5 F.2.15.1

The employer’s details and address for delivery of tender offers and identification details that are to be shown on each tender offer package are: Location of tender box: Independent Development Trust Polokwane Office Physical address: No. 22 Hans van Rensburg, Polokwane, 0700 Identification details:

Bid reference number: LDSD ACC 2-PSP/01 (2018/2019)

Title of Tender: Appointment of Professional Service provider for the Planning, Design and Supervision of the LDSD office Accommodation 2 Programme for the Limpopo Department of Social Development Closing date: 25 JUNE 2018 Closing time of the tender:11H00

F.2.13.6 F.3.5

A two-envelope procedure is not required.

F.2.13.9 Telephonic, telegraphic, telex, facsimile, e-mailed and late tender offers WILL NOT be accepted.

F.2.15 The closing time for submission of tender offers is as stated in the Tender Notice and Invitation to Tender.

F.2.16 The tender offer validity period is 90 days.

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 12 of 64

F.2.23 The tenderer is required to submit with his tender: 1) All Bidders are required to be registered on CSD (Central Supplier Database) with

National Treasury Please Provide a copy of CSD registration with a number with your Bid if registered Registration with CSD is a requirement before any award for a Bid.

F.3.4 Tenders will be opened in public

F.3.11.5 Functionality/Technical Evaluation

F.3.13.1 The employer reserves the right to award the contract in whole or in part to the successful tenderer. The IDT reserve the right to request quotations or go out on tender for any services or project outside the panel.

F.3.18 The number of paper copies of the signed contract to be provided by the employer is one.

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 13 of 64

F.2.1 cont Mandatory requirement criteria summary in terms of above clauses:

Criteria No

Gate Keeper (Compulsory) Criteria Gate Keeper Criteria Description

1 Bidders must ensure compliance with their tax obligations

Bidders are required to submit their unique personal identification number (PIN) issued by SARS to enable the organ of state to view the taxpayer’s profile and tax status.

Application for tax compliance status (TCS) or pin may also be made via e-filing. In order to use this provision, taxpayers will need to register with SARS as e-filers through the website www.sars.gov.za.

Bidders may also submit a printed TCS together with the bid.

In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate proof of TCS / PIN / CSD number.

Where no TCS is available but the bidder is registered on the central supplier database (CSD), a copy of Central

Supplier Database registration report with supplier number in order to enable IDT to verify the supplier”s tax status on CSD database must be provided.

2 CSD Registration Valid CSD Report

3 Letter of Good Standing (COIDA) Valid Letter of Good Standing (Workman's Compensation, COIDA), If JV for all members of the JV

4 CIDB Grading Certificate Required CIDB Grading equivalent for the works (7GB ONLY)

5 Detailed Bill of Quantities (BOQ), Written In Ink Fully priced and detailed Bill of Quantities, written in Ink

6 CIPC (Company registration) documents Certified CIPC documents not older than three months

7 Certified Owners'/Directors' Identity Documents Certified ID (Identity Documents) of Owners and/or Directors and should not be older than 3 months

8 Consortium / Joint Venture Agreement If Applicable, JV Agreement signed by all parties of the JV

and signed & stamped by the commissioner of oaths.

9 Attendance Register to the Briefing Meeting Attendance Register / Signed Certificate in the Tender Document

10 Duly Completed Form of Offer and Acceptance Signed form of offer and acceptance

11 Fully Completed Compulsory Questionnaire Supplier Questionnaire from all JV members

12 Declaration of Interest Submission of Signed Declaration of Interest Form (SBD 4)

13 Preferential points claim form Submission of completed SBD 6.1 Form

14 Declaration of Bidders Past SCM Practices Submission of Signed SBD 9 Form

15 Certificate of Independent Bid Determination Submission of Signed SBD 8 Form

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 14 of 64

F.3.11.5 FUNCTIONALITY/TECHNICAL EVALUATION

Minimum points to be scored for Functionality is 70 of the total Points

Evaluation sub-criteria: Tenderer’s Experience (Entity)

Similar scale projects experience (Building infrastructure projects) Points allocated for proven track record based on previous specific completed projects executed by tenderer in consideration. The scoring on this item will be carried out as follows: STAGE1. Points will be allocated based on the Nature of Work/Project and the submission of (i) Signed Appointment Letter; (ii) Signed Completion Certificate; (iii) Signed and Stamped Reference (in the form issued to the tenderer) by a client representative and responsible Principal Agent; all (i.e items (i); (ii) and (iii)) for the Project in consideration. Failure to provide any 1 of the 3 required documents will result in no points being awarded to the contractor for both Stage 1 and Stage 2. STAGE2. Points will be allocated based on the Project Range and the submission of (i) Signed Appointment Letter; (ii) Signed Completion Certificate; (iii) Signed and Stamped Reference (in the form issued to the tenderer) by a client representative and responsible Principal Agent; all (i.e. items (i); (ii) and (iii)) for the Project in consideration

Nature of Work/project Rating

Construction and renovation of Hospitals, Clinics, Schools, Libraries, Hotels, Malls, shopping Complex, Courts, Office blocks, Town Houses

Very Good

Construction and renovation of Residential Houses Good

Construction and renovations of Enviroo loo toilets, RDP houses, Taxi Rank, Community Halls

Satisfactory

Construction and renovation of household toilets (VIP toilets) Poor

Civil works e.g. roads, water reticulation, etc. Not Submitted

Value of work/project Rating

20m and above Very Good

10m – 19.9m Good

5m – 9.9m Satisfactory

0.5m – 4.9m Poor

0m – 0.49 Not Submitted

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 15 of 64

Evaluation sub-criteria: Qualifications and Experience and Staff Resources

Skills and Experience of Key Projects Resources. Points allocated for required competencies & qualification of allocated personnel for the project in consideration. Required Key Project Resources; 1. Project Director: (i) 10 or more years’ experience on projects of similar scale (attach CV) (ii) Professional Registration (attach originally certified certificate not older than three months) (iii) Tertiary Qualification (attach originally certified certificate not older than three months) 2. Senior Consultants: (i) 5 or more years’ experience on projects of similar scale (attach CV) (ii) Tertiary Qualification (B.Degree) (attach originally certified certificate not older than three months) (iii) Professional Registration (attach originally certified certificate not older than three months) 3. Technicians: (i) 5 or more years’ experience on projects of similar scale (attach CV) (ii) Tertiary Qualification (attach originally certified certificate not older than three months) (iii) Professional Registration (attach originally certified certificate not older than three months) 3. Other Skilled Workers: (i) 5 or more years’ experience on projects of similar scale (ii) Tertiary Qualification

Key Personnel Points allocated

Project Director 10

Senior Consultants 15

Other Skilled Workers 0

Total Points 25

Table : Evaluation sub-criteria: Location of service provider

Office Location Points

Awarded

Head office based in Limpopo Province (minimum two years track

record) - proof required 10

Office based outside Limpopo Province in South Africa 5

Office based outside South Africa No points

Total possible points for Location of service provider 10

Maximum scores for locality are applicable only to firms that are fully manned and

managed and are operational in the Limpopo province. (This means full time secretary and

administrative staff and at least one qualified and 1 x registered professional in the

relevant discipline as managing director/ owner). Site visit may be conducted to verify

locality and points claimed. Bidders will be disqualified if found that the locality

requirement is not met/ and or functionality points claimed under table 2 were incorrect

and/or mis-leading and/or based on false information/ documents submitted and/or if

original submitted data do not correspond with current and active service provider office/

resource / experience and qualification status.

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 16 of 64

Table 6:

Part T2: Returnable documents

The tenderer must complete the following returnable schedules and documents:

RETURNABLE DOCUMENTS

T2 CLAUSES MANDATORY

STATUS

Documents to

be submitted

for

Functionality

Points

Included:

Tick

YES/NO

T2.1A Authority To Sign A Bid - COMPANIES mandatory

T2.1B Authority To Sign A Bid – SOLE PROPRIETOR mandatory

T2.1C Authority To Sign A Bid - PARTNERSHIP mandatory

T2.1D Authority To Sign A Bid – CLOSE CORPORATION mandatory

T2.1E Authority To Sign A Bid - COOPERATIVE mandatory

T2.1 F Certified registration certificate/agreement/ID documents mandatory

T2.2 Declaration Of Interest mandatory

T2.3 Amendments, Qualifications And Alternatives mandatory

T2.4 Declaration Of Bidder’s Past Supply Chain Management Practices mandatory

T2.5 Record of Addenda To Bid Documents mandatory

T2.6 A Quality Evaluation: current experience on similar projects For functionality points

T2.6 B Quality Evaluation: previous experience on similar projects For functionality points

T2.6 C Quality evaluation schedule : Key Personnel Assigned To The Work

For functionality points

T2.6 D Experience On Similar Projects References (PROJECT A – PROJECT G)

For functionality points

T2.6 E Experience of Project Team/ Key Personnel For functionality points

T2.6 F Proof of locality (lease agreements, rates and taxes, water and lights etc)

For functionality points

T2.7 Broad –Based Black Economic Empowerment (PPPFA 2017) Non mandatory

T2.8Tax Clearance Certificate Requirements mandatory

T2.9 Certificate of Independent Bid Determination (SBD 9) mandatory

T2.10 Professional Indemnity Cover NON mandatory

T2.11 Letter of good Standing from Compensation of Injuries and Diseases (COIDA)

Mandatory

T2.12 Preferred discipline mandatory

T2.13 Certified copies of current registration with relevant professional bodies

mandatory

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 17 of 64

T2.1 AUTHORITY TO SIGN A BID

Fill in the relevant portion applicable to the type of organisation

T2.1 A COMPANIES If a Bidder is a company, a certified copy of the resolution by the board of directors, personally signed by the chairperson of the board, authorising the person who signs this bid to do so, as well as to sign any contract resulting from this bid and any other documents and correspondence in connection with this bid and/or contract on behalf of the company must be submitted with this bid, that is before the closing time and date of the bid AUTHORITY BY BOARD OF DIRECTORS By resolution passed by the Board of Directors On…..........................20......,……………….. Mr/Mrs....................................................................................................... (whose signature appears below) has been duly authorised to sign all documents in connection with this bid on behalf of (Name of Company) ………………………………………................................................................. IN HIS/HER CAPACITY AS: …….................................................................................. SIGNED ON BEHALF OF COMPANY: ........................................................................ (PRINT NAME) SIGNATURE OF SIGNATORY: ................................................... DATE: …….......... WITNESSES: ..................................................

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 18 of 64

T2.1 B SOLE PROPRIETOR (ONE - PERSON BUSINESS) I, the undersigned.............................................................................. hereby confirm that I am the sole owner of the business trading as ..................................................................................................................................... ................................................................ ......................................................... SIGNATURE DATE

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 19 of 64

T2.1 C PARTNERSHIP The following particulars in respect of every partner must be furnished and signed by every partner: We, the partners in the business trading as........................................... hereby authorise ........................................................................ to sign this bid as well as any contract resulting from the bid and any other documents and correspondence in connection with this bid and /or contract on behalf of Full name of partner Residential address Signature Date

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 20 of 64

T2.1 D CLOSE CORPORATION In the case of a close corporation submitting a bid, a certified copy of the Founding Statement of such corporation shall be included with the bid, together with the resolution by its members authorising a member or other official of the corporation to sign the documents on their behalf. By resolution of members at a meeting on ................................. 20........... at ………………..… Mr/Ms..................................................................................., whose signature appears below, has been authorised to sign all documents in connection with this bid on behalf of (Name of Close Corporation) ……………………………………………………………................................................................... SIGNED ON BEHALF OF CLOSE CORPORATION: ……………………………………………… (PRINT NAME) IN HIS/HER CAPACITY AS ............................................................. DATE: ................ SIGNATURE OF SIGNATORY:......................................................... WITNESSES:.........................................................

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 21 of 64

T2.1 E CO-OPERATIVE A certified copy of the Constitution of the co-operative must be included with the bid, together with

the resolution by its members authoring a member or other official of the co-operative to sign the

bid documents on their behalf.

By resolution of members at a meeting on ...............................……... 20....... at ……………………. Mr/Ms..................................................................................., whose signature appears below, has

been authorised to sign all documents in connection with this bid on behalf of (Name of co-

operative)................................................................………………………………………………

SIGNATURE OF AUTHORISED REPRESENTATIVE/SIGNATORY: ................................................................................................. IN HIS/HER CAPACITY AS:................................................................……………………………

DATE: .................................………….. SIGNED ON BEHALF OF CO-OPERATIVE:.................................................... NAME IN BLOCK LETTERS:………………………………………………………………………….. WITNESSES: .........................................................

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 22 of 64

Returnable Supporting Documents T2.1 F :REGISTRATION CERTIFICATE / AGREEMENT / ID DOCUMENT Important note to Bidder: The relevant supporting documents to the organisation tendering i.e. Registration Certificates for Companies, Close Corporations and Partnerships, or Agreements, or ID documents for Sole Proprietors, all as referred to in the foregoing forms and in T2.1, must be inserted here

INSERT HERE

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 23 of 64

T2.2 DECLARATION OF INTEREST

1. Any legal person, including persons employed by the state¹, or persons having a

kinship with persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-

- the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a

relationship with persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.

2. In order to give effect to the above, the following questionnaire must be

completed and submitted with the bid. 2.1 Full Name of bidder or his or her representative: ………………………………… 2.2 Identity Number: ……………………………………………………………………… 2.3 Position occupied in the Company (director, trustee, shareholder²): ……………. 2.4 Company Registration Number: ………………………………………………..……. 2.5 Tax Reference Number: …………………………………………………….…….… 2.6 VAT Registration Number: ………………………………………………………....

2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference numbers and, if applicable, employee / persal numbers must be indicated in paragraph 3 below.

¹“State” means – (a) 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); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. ²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the

enterprise or business and exercises control over the enterprise.

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 24 of 64

2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? 2.7.1 If so, furnish the following particulars:

Name of person / director / trustee / shareholder/ member: ……....……………………………… Name of state institution at which you or the person connected to the bidder is employed : ……………………………………… Position occupied in the state institution: ……………………………………… Any other particulars: ………………………………………………………………

……………………………………………………………… ………………………………………………………………

2.7.2 If you are presently employed by the state, did you obtain YES / NO

the appropriate authority to undertake remunerative work outside employment in the public sector?

2.7.2.1 If yes, did you attached proof of such authority to the bid YES /

NO document? (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid.

2.7.2.2 If no, furnish reasons for non-submission of such proof:

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

2.8 Did you or your spouse, or any of the company’s directors / YES / NO trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:

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

2.9 Do you, or any person connected with the bidder, have YES / NO any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid?

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 25 of 64

2.9.1If so, furnish particulars. ……………………………………………………………... …………………………………………………………..….

………………………………………………………………

2.10 Are you, or any person connected with the bidder, YES/NO aware of any relationship (family, friend, other) between

any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?

2.10.1 If so, furnish particulars.

……………………………………………………………… ……………………………………………………………… ………………………………………………………………

2.11 Do you or any of the directors / trustees / shareholders / members YES/NO

of the company have any interest in any other related companies whether or not they are bidding for this contract?

2.11.1 If so, furnish particulars: ……………………………………………………………………………. ……………………………………………………………………………. …………………………………………………………………………….

3 Full details of directors / trustees / members / shareholders.

Full Name Identity Number

Personal Tax Reference Number

State Employee Number / Persal Number

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 26 of 64

4 DECLARATION

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

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE. ………………………………….. ..…………………………………………… Signature Date …………………………………. ……………………………………………… Position Name of bidder

May 2011

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 27 of 64

T2.3 AMENDMENTS, QUALIFICATIONS AND ALTERNATIVES (This is not an invitation for amendments, deviations or alternatives but should the Bidder desire to make any departures from the provisions of this contract he shall set out his proposals clearly hereunder. Independent Development Trust will not consider any amendment, alternative offers or discounts unless forms (a), (b) and (c) have been completed to the satisfaction of the Employer). I / We herewith propose the amendments, alternatives and discounts as set out in the tables below: (a) AMENDMENTS

PAGE, CLAUSE OR ITEM NO.

PROPOSED AMENDMENT

[Notes:(1) Proposals for amendments to the General and Special Conditions of Contract are not acceptable, and will be ignored;

(2) The Bidder must give full details of all the financial implications of the amendments and qualifications in a covering letter attached to his tender failing which the bidder shall be deemed to be unqualified and conform exactly with the requirements of this Bid .

(b) ALTERNATIVES

PROPOSED ALTERNATIVE

DESCRIPTION OF ALTERNATIVE

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 28 of 64

[Notes: (1) Individual alternative items that do not justify an alternative tender, and an alternative offer for time for completion should be listed here. (2)In the case of a major alternative to any part of the work, a separate Bill of Quantities, programme, etc, and a detailed statement setting out the salient features of the proposed alternatives must accompany the tender. (3)Alternative tenders involving technical modifications to the design of the works and methods of construction shall be treated separately from the main tender offer.] SIGNATURE:..............................................………….....……..DATE:............................

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 29 of 64

T2.4 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (To be completed by Bidder.)

1 This Standard Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by institutions in ensuring that when goods

and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be disregarded if that bidder, or any of its directors

have-

a. abused the institution’s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract.

4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item Question Yes No

4.1 Is the bidder or any of its directors listed on the National Treasury’s database as companies or persons prohibited from doing business with the public sector?

(Companies or persons who are listed on this database were

informed in writing of this restriction by the National Treasury

after the audi alteram partem rule was applied).

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? To access this Register enter the National Treasury’s website, www.treasury.gov.za, click on the icon “Register for Tender Defaulters” or submit your written request for a hard copy of the Register to facsimile number (012) 3265445.

Yes

No

4.2.1 If so, furnish particulars:

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 30 of 64

4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.4.1 If so, furnish particulars:

SBD 8

CERTIFICATION

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

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………………... …………………………..

Signature Date

………………………………………. …………………………..

Position Name of Bidder

NOTE: Failure of a tenderer to fully complete and sign this part of this SBD form in full will invalidate the tender

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 31 of 64

T2.5 RECORD OF ADDENDA TO BID DOCUMENTS I / We confirm that the following communications amending the bid documents that I / we received from Independent Development Trust or his representative before the closing date for submission of bids have been taken into account in this bid.

ADDENDUM No.

DATE TITLE OR DETAILS

SIGNATURE: ………………………………………………….. DATE: ………………….. (of person authorized to sign on behalf of the Bidder )

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 32 of 64

T2.6 A: QUALITY EVALUATION SCHEDULE: CURRENT FIRM’S EXPERIENCE ON SIMILAR PROJECTS

Note: Certified Copies of Appointment Letters must be attached to support any Appointments. Certified copies not older than 3 months

COMPANY NAME, CONTACT PERSON AND TELEPHONE

NUMBER

DESCRIPTION OF APPOINTMENTS CONTRACT VALUE (inclusive of VAT)

DURATION OF CONTRACT

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 33 of 64

T2.6 A: QUALITY EVALUATION SCHEDULE: CURRENT FIRM’S EXPERIENCE ON SIMILAR PROJECTS

Note: Certified Copies of Appointment Letters must be attached to support any Appointments. Certified copies not older than 3 months

COMPANY NAME, CONTACT PERSON AND TELEPHONE

NUMBER

DESCRIPTION OF APPOINTMENTS CONTRACT VALUE (inclusive of VAT)

DURATION OF CONTRACT

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 34 of 64

T2.6 B: QUALITY EVALUATION SCHEDULE: FIRM’S PREVIOUS EXPERIENCE ON SIMILAR PROJECTS. LIST SIX

Note: Certified Copies of Appointment Letters must be attached to support any Appointments. Certified copies not older than 3 months

COMPANY NAME, CONTACT PERSON AND TELEPHONE NUMBER

DESCRIPTION OF APPOINTMENTS

CONTRACT VALUE (inclusive

of VAT)

DURATION OF CONTRACT

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 35 of 64

T2.6 notes QUALITY EVALUATION SCHEDULE: EXPERIENCE ON SIMILAR PROJECTS REFERENCES

Very Good (Score 100) Points allocated for proven track record based on previous specific completed projects executed by tenderer in consideration. The scoring on this item will be carried out as follows: STAGE 1. (12.5) Points will be allocated based on the Nature of Work and the submission of (i) Signed Appointment Letter; (ii) Signed Completion Certificate; (iii) Signed and Stamped Reference (in the form issued to the tenderer) by a client representative and responsible Principal Agent; all (i.e items (i); (ii) and (iii)) for the Project in consideration. Failure to provide any 1 of the 3 required documents will result in no points being awarded to the contractor for both Stage 1 and Stage 2. STAGE 2. (12.5) Points will be allocated based on the Project Range and the submission of (i) Signed Appointment Letter; (ii) Signed Completion Certificate; (iii) Signed and Stamped Reference (in the form issued to the tenderer) by a client representative and responsible Principal Agent; all (i.e items (i); (ii) and (iii)) for the Project in consideration

Good (Score 90)

Satisfactory (Score 70)

Poor (Score 40)

Not Acceptable (Score 0)

SIGNATURE:..............................................…………....DATE:.................................... (of person authorised to sign on behalf of the Bidder )

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 36 of 64

T2.6 C QUALITY EVALUATION SCHEDULE: KEY PERSONNEL ASSIGNED TO THE

WORK

Insert in the table below the key personnel and their proposed function

KEY PERSONNEL SCHEDULE

No. Key Person Name Proposed Function

1.

2.

3.

4.

5.

6.

7.

8.

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 37 of 64

T2.6 D EVALUATION SCHEDULE: EXPERIENCE ON SIMILAR PROJECTS REFERENCES

The Tenderer shall provide details of his performance on each of the previous projects listed in the “Relevant Experience” returnable schedule. “Client Reference Scorecards” will be completed by each of the respective Clients for the projects listed in the “Relevant Experience” returnable schedule.

REPORT ON BIDDER’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and is to be supported in each case accompanied by

Signed Appointment Letter; (ii) Signed and Stamped Reference (in the form issued to the tenderer)

PROJECT A:

Type of Project, e.g. (new school, renovation of clinic): …………………………………………

Client: . .................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:………………………………………………………………………….

RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE

DESCRIPTION: OVERALL PERFORMANCE AT ALL STAGES OF WORK SCORE

TICK APPROPRIATE SCORING

Very Good 5

Good 4

Satisfactory 3

Poor 2

Not Acceptable 1

Any other remarks considered necessary to assist in evaluation of the Service Provider?

..................................................................................................................................................................

Client’s contact person: ..................................................................................................... ...................

Telephone: ........................................................................................................................... ...................

I hereby declare that to the best of my knowledge, information completed above is true and

correct and I understand that I will be held responsible for any misrepresentation.

Client Signature: ........................................... Date: ..............................................

STAMP

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 38 of 64

T2.6 D EVALUATION SCHEDULE: EXPERIENCE ON SIMILAR PROJECTS REFERENCES

The Tenderer shall provide details of his performance on each of the previous projects listed in the “Relevant Experience” returnable schedule. “Client Reference Scorecards” will be completed by each of the respective Clients for the projects listed in the “Relevant Experience” returnable schedule.

REPORT ON BIDDER’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and is to be supported in each case accompanied by

Signed Appointment Letter; (ii) Signed and Stamped Reference (in the form issued to the tenderer)

PROJECT B:

Type of Project, e.g. (new school, renovation of clinic):

…………………………………………………………………..

Client: . .................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:………………………………………………………………………….

RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE

DESCRIPTION: OVERALL PERFORMANCE AT ALL STAGES OF WORK SCORE

TICK APPROPRIATE SCORING

Very Good 5

Good 4

Satisfactory 3

Poor 2

Not Acceptable 1

Any other remarks considered necessary to assist in evaluation of the Service Provider?

..................................................................................................................................................................

Client’s contact person: ..................................................................................................... ...................

Telephone: ........................................................................................................................... ...................

I hereby declare that to the best of my knowledge, information completed above is true and

correct and I understand that I will be held responsible for any misrepresentation.

Client Signature: ........................................... Date: ..............................................

STAMP

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 39 of 64

T2.6 D EVALUATION SCHEDULE: EXPERIENCE ON SIMILAR PROJECTS REFERENCES

The Tenderer shall provide details of his performance on each of the previous projects listed in the “Relevant Experience” returnable schedule. “Client Reference Scorecards” will be completed by each of the respective Clients for the projects listed in the “Relevant Experience” returnable schedule.

REPORT ON BIDDER’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and is to be supported in each case accompanied by

Signed Appointment Letter; (ii) Signed and Stamped Reference (in the form issued to the tenderer)

PROJECT C:

Type of Project, e.g. (new school, renovation of clinic): …………………………………………

Client: . .................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:………………………………………………………………………….

RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE

DESCRIPTION: OVERALL PERFORMANCE AT ALL STAGES OF WORK SCORE

TICK APPROPRIATE SCORING

Very Good 5

Good 4

Satisfactory 3

Poor 2

Not Acceptable 1

Any other remarks considered necessary to assist in evaluation of the Service Provider?

..................................................................................................................................................................

Client’s contact person: ..................................................................................................... ...................

Telephone: ........................................................................................................................... ...................

I hereby declare that to the best of my knowledge, information completed above is true and

correct and I understand that I will be held responsible for any misrepresentation.

Client Signature: ........................................... Date: ..............................................

STAMP

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 40 of 64

T2.6 D EVALUATION SCHEDULE: : EXPERIENCE ON SIMILAR PROJECTS REFERENCES

The Tenderer shall provide details of his performance on each of the previous projects listed in the “Relevant Experience” returnable schedule. “Client Reference Scorecards” will be completed by each of the respective Clients for the projects listed in the “Relevant Experience” returnable schedule.

REPORT ON BIDDER’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and is to be supported in each case accompanied by

Signed Appointment Letter; (ii) Signed and Stamped Reference (in the form issued to the tenderer)

PROJECT D:

Type of Project, e.g. (new school, renovation of clinic):

……………………………………………………………………

Client: . .................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:………………………………………………………………………….

RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE

DESCRIPTION: OVERALL PERFORMANCE AT ALL STAGES OF WORK SCORE

TICK APPROPRIATE SCORING

Very Good 5

Good 4

Satisfactory 3

Poor 2

Not Acceptable 1

Any other remarks considered necessary to assist in evaluation of the Service Provider?

..................................................................................................................................................................

Client’s contact person: ..................................................................................................... ...................

Telephone: ........................................................................................................................... ...................

I hereby declare that to the best of my knowledge, information completed above is true and

correct and I understand that I will be held responsible for any misrepresentation.

Client Signature: ........................................... Date: ..............................................

STAMP

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 41 of 64

T2.6 D EVALUATION SCHEDULE: : EXPERIENCE ON SIMILAR PROJECTS REFERENCES

The Tenderer shall provide details of his performance on each of the previous projects listed in the “Relevant Experience” returnable schedule. “Client Reference Scorecards” will be completed by each of the respective Clients for the projects listed in the “Relevant Experience” returnable schedule.

REPORT ON BIDDER’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and is to be supported in each case accompanied by

Signed Appointment Letter; (ii) Signed and Stamped Reference (in the form issued to the tenderer)

PROJECT E:

Type of Project, e.g. (new school, renovation of clinic):

…………………………………………………………………..

Client: . .................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:………………………………………………………………………….

RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE

DESCRIPTION: OVERALL PERFORMANCE AT ALL STAGES OF WORK SCORE

TICK APPROPRIATE SCORING

Very Good 5

Good 4

Satisfactory 3

Poor 2

Not Acceptable 1

Any other remarks considered necessary to assist in evaluation of the Service Provider?

Client’s contact person: ..................................................................................................... ...................

Telephone: ........................................................................................................................... ...................

I hereby declare that to the best of my knowledge, information completed above is true and

correct and I understand that I will be held responsible for any misrepresentation.

Client Signature: ........................................... Date: ..............................................

STAMP

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 42 of 64

T2.6 D EVALUATION SCHEDULE: EXPERIENCE ON SIMILAR PROJECTS REFERENCES

The Tenderer shall provide details of his performance on each of the previous projects listed in the “Relevant Experience” returnable schedule. “Client Reference Scorecards” will be completed by each of the respective Clients for the projects listed in the “Relevant Experience” returnable schedule.

REPORT ON BIDDER’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and is to be supported in each case accompanied by

Signed Appointment Letter; (ii) Signed and Stamped Reference (in the form issued to the tenderer)

PROJECT F:

Type of Project, e.g. (new school, renovation of clinic): ……………………………………………

Client: . .................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:………………………………………………………………………….

RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE

DESCRIPTION: OVERALL PERFORMANCE AT ALL STAGES OF WORK SCORE

TICK APPROPRIATE SCORING

Very Good 5

Good 4

Satisfactory 3

Poor 2

Not Acceptable 1

Any other remarks considered necessary to assist in evaluation of the Service Provider?

..................................................................................................................................................................

Client’s contact person: ..................................................................................................... ...................

Telephone: ........................................................................................................................... ...................

I hereby declare that to the best of my knowledge, information completed above is true and

correct and I understand that I will be held responsible for any misrepresentation.

Client Signature: ........................................... Date: ..............................................

STAMP

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 43 of 64

T2.6 D EVALUATION SCHEDULE: EXPERIENCE ON SIMILAR PROJECTS REFERENCES

The Tenderer shall provide details of his performance on each of the previous projects listed in the “Relevant Experience” returnable schedule. “Client Reference Scorecards” will be completed by each of the respective Clients for the projects listed in the “Relevant Experience” returnable schedule.

REPORT ON BIDDER’S COMPETENCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and is to be supported in each case accompanied by

Signed Appointment Letter; (ii) Signed and Stamped Reference (in the form issued to the tenderer)

PROJECT G:

Type of Project, e.g. (new school, renovation of Clinic):……………………………………….

Client: . .................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:………………………………………………………………………….

RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE

DESCRIPTION: OVERALL PERFORMANCE AT ALL STAGES OF WORK SCORE

TICK APPROPRIATE SCORING

Very Good 5

Good 4

Satisfactory 3

Poor 2

Not Acceptable 1

Any other remarks considered necessary to assist in evaluation of the Service Provider?

..................................................................................................................................................................

Client’s contact person: ..................................................................................................... ...................

Telephone: ........................................................................................................................... ...................

I hereby declare that to the best of my knowledge, information completed above is true and

correct and I understand that I will be held responsible for any misrepresentation.

Client Signature: ........................................... Date: ..............................................

STAMP

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 44 of 64

T2.6 E EXPERIENCE OF PROJECT TEAM AND KEY PERSONNEL

(To be attached here)

Note: Attach CV and original certified qualifications and proof of registration not older than 3 months

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 45 of 64

T2.6 NOTES: PROJECT TEAM CVS The experience of each key person, relevant to the scope of work, will be evaluated from three different points

of view:

1) General experience (total duration of professional activity), level of education and training and positions

held of staff member.

2) The education, training and experience of the key staff members / experts, in the specific sector, field,

subject, etc which is directly linked to the scope of work.

3) The key staff member’s knowledge of issues which the tenderer considers pertinent to the project e.g.

local conditions, affected communities, legislation, techniques etc.

A CV of each key person should be attached to this schedule.

Each CV should be structured under the following headings:

1 Personal particulars

- name

- date and place of birth

- place (s) of tertiary education and dates associated therewith

- professional awards

2 Qualifications (degrees, diplomas, certificates, grades of membership of professional societies and

professional registrations)

3 Name of current employer and position in enterprise

4 Overview of post graduate / diploma experience (year, organization and position)

5 Outline of recent assignments / experience that has a bearing on the scope of work

The scoring of the experience of key staff will be as follows:

"Points allocated for required competencies & qualification of allocated personnel for the project in

consideration. Required Key Project Resources;

1. Project Director:

(i) 5 or more years of experience on projects of similar scale ,

(ii) Professional Registration ,

2. Senior Consultants:

(i) 5 or more years of experience on projects of similar scale ,

(ii) Tertiary Qualification (B.Degree) ,

(iii) Professional Registration ,

3. Technicians:

(i) 5 or more years of experience on projects of similar scale ,

(ii) Tertiary Qualification ,

3. Other Skilled Workers:

(i) 5 or more years of experience on projects of similar scale ,

(ii) Tertiary Qualification

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 46 of 64

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.

Signed Date

Name Position

Tenderer

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 47 of 64

T2.6 F QUALITY EVALUATION SCHEDULE: LOCALITY – PROOF OF RESIDENCE REGISTERED WITH THE FIRM’S NAME

(Insert here)

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 48 of 64

FOR INFORMATION ONLY

T2.7 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

1. This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE

GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

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 R50 000 000 (all applicable taxes included); and

- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).

1.2

a) The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and therefore the ……80/20…….. preference point system shall be applicable; or

b) Either the 80/20 or 90/10 preference point system will be applicable to this tender (delete whichever is not applicable for this tender).

1.3 Points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contributor.

1.4 The maximum points for this bid are allocated as follows:

POINTS

PRICE 80

B-BBEE STATUS LEVEL OF CONTRIBUTOR

20

Total points for Price and B-BBEE must not exceed

100

1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid, will be interpreted to mean that preference

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 49 of 64

points for B-BBEE status level of contribution are not claimed.

1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

2. DEFINITIONS

(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

(c) “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 goods or services, through price quotations, advertised competitive bidding processes or proposals;

(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.

(g) “prices” includes all applicable taxes less all unconditional discounts;

(h) “proof of B-BBEE status level of contributor” means:

1) B-BBEE Status level certificate issued by an authorized body or person;

2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;

3) Any other requirement prescribed in terms of the B-BBEE Act;

(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 50 of 64

3. POINTS AWARDED FOR PRICE

3.1 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 price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR

4.1 In terms of Regulation 6 (2) and 7 (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 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor

0 0

5. BID DECLARATION

5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 51 of 64

6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1

6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.

7. SUB-CONTRACTING

7.1 Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

7.1.1 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 or QSE

(Tick applicable box)

YES NO

v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of Preferential Procurement Regulations,2017:

Designated Group: An EME or QSE which is at last 51% owned by:

EME

QSE

Black people

Black people who are youth

Black people who are women

Black people with disabilities

Black people living in rural or underdeveloped areas or townships

Cooperative owned by black people

Black people who are military veterans

OR

Any EME

Any QSE

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 52 of 64

8. DECLARATION WITH REGARD TO COMPANY/FIRM

8.1 Name of

company/firm:……………………………………………………………….

8.2 VAT registration

number:………………………….…………………………………

8.3 Company registration

number:.……………………….…………………………….

8.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited [TICK APPLICABLE BOX]

8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

………………………………………………………………………………………

………………………………………………………………………………………

………………………………………………………………………………………

………………………………………………………………………………………

8.6 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX]

8.7 MUNICIPAL INFORMATION

Municipality where business is situated:…………………………………….

Registered Account Number: ………………………….

Stand Number:……………………………………………….

8.8 Total number of years the company/firm has been in business:…..……………

8.9 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 contributor indicated in paragraphs 1.4 and 6.1 of the foregoing certificate,

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 53 of 64

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 paragraphs 1.4 and 6.1, 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 contributor 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) recommend that the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury 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. ……………………………………..

2. …………………………………….

………………………………………. SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 54 of 64

SECTION FT2.8 TAX CLEARANCE CERTIFICATE REQUIREMENTS 1. The following is an abstract from the National Treasury SCM instruction number 7 of 2017/18

"Tax clearance status

3.2 The Central Supplier Database and the tax compliance status pin are the approved methods that will be utilized to verify tax compliance as the South African Revenue Services does not issue tax certificates but has made an online provision available via e-filing for Bidders to print their own tax certificates which they can submit with their bids or price quotations.

3.4 Where a supplier does not submit a tax compliance status pin but provides a Central

Supplier Database Registration report with supplier number, Accounting Officers and Accounting Authorities must utilize Central Supplier Database number via the central supplier database website www.csd.gov.za to access the supplier records and verify tax compliance status. A printed screen view at the time of verification must be attached to the suppliers records for Audit purposes.

2. Failure to submit a valid Tax Clearance Certificate with verification PIN number and OR

provide a CSD registration report with supplier number will inevitably invalidate the tender.

3. An example of the Application for Tax Clearance Certificate which Tenderers may use to apply

for the Tax Clearance Certificate is included hereafter and is available at any Receiver's Office.

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 55 of 64

T2.8 VALIDTAX CLEARANCE CERITFICATE WITH PIN NUMBER OR CSD

REGISTRATION REPORT WITH SUPPLIER NUMBER

[Valid Tax Clearance Certificate and SARS pin obtained from SARS AND OR CSD REGISTRATION REPORT WITH SUPPLIER NUMBER to be inserted here]

INSERT TO REPLACE THIS PAGE

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 56 of 64

VALID VAT CERTIFICATE OR CSD REGISTRATION REPORT Attached hereto is my / our certified copy of my / our VAT registration certificate. / CSD REGISTRATION REPORT My / our failure to submit the certificate with my / our tender document will lead to the conclusion that my / our company is not registered for VAT.

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 57 of 64

SECTION M

T2.9 CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an

agreement between, or concerted practice by, firms, or a decision by an association

of firms, if it is between parties in a horizontal relationship and if it involves collusive

bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot

be justified under any grounds.

3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:

a. disregard the bid of any bidder if that bidder, or any of its directors have abused

the institution’s supply chain management system and or committed fraud or any other improper conduct in relation to such system.

b. cancel a contract awarded to a supplier of goods and services if the supplier

committed any corrupt or fraudulent act during the bidding process or the execution of that contract.

4 This SBD serves as a certificate of declaration that would be used by institutions to

ensure that, when bids are considered, reasonable steps are taken to prevent any form

of bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD

9) must be completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly

conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and /

or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 58 of 64

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

___________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

___________________________________________________________________

(Name of Institution)

do hereby make the following statements that I certify to be true and complete in every

respect:

I certify, on behalf of:_________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found

not to be true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying

bid, on behalf of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized

by the bidder to determine the terms of, and to sign the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the

word “competitor” shall include any individual or organization, other than the bidder,

whether or not affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based

on their qualifications, abilities or experience; and

(c) provides the same goods and services as the bidder and/or is in the

same line of business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without

consultation, communication, agreement or arrangement with any competitor.

However communication between partners in a joint venture or consortium³ will not be

construed as collusive bidding.

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 59 of 64

7. In particular, without limiting the generality of paragraphs 6 above, there has been no

consultation, communication, agreement or arrangement with any competitor

regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market

allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and

conditions of the bid; or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or

arrangements with any competitor regarding the quality, quantity, specifications and

conditions or delivery particulars of the products or services to which this bid invitation

relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the

bidder, directly or indirectly, to any competitor, prior to the date and time of the official

bid opening or of the awarding of the contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to

combat any restrictive practices related to bids and contracts, bids that are suspicious

will be reported to the Competition Commission for investigation and possible

imposition of administrative penalties in terms of section 59 of the Competition Act No

89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for

criminal investigation and or may be restricted from conducting business with the

public sector for a period not exceeding ten (10) years in terms of the Prevention and

Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

…………………………… ………………………….

Signature Date

…………………………………………………. …………………………………..

Position Name of Bidder

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 60 of 64

T2.10 PROFESSIONAL INDEMNITY COVER

(Professional Indemnity to be supplied as part of the bid)

.(the professional indemnity will be a compulsory requirement ).

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 61 of 64

T2.11 LETTER OF GOOD STANDING FROM COMPENSATION OF INJURIES AND

DISEASES

(To be attached here)

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 62 of 64

T2.12 Preferred Discipline Service providers are to mark the discipline they are applying for below.

DISCIPLINE

PLEASE TICK

Civil/Structural Engineers

Electrical Engineers/ Mechanical Engineers

Occupational Health and Safety Consultants

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 63 of 64

T2.13: CERTIFIED COPIES OF CURRENT REGISTRATION WITH RELEVANT PROFESSIONAL BODIES (ATTACH HERE) (more than 50% of the company must be owned by the registered professional in the relevant discipline.)

Bid No: LDSD ACC 2-PSP/01 (2018;/2019) APPOINTMETN OF MULTI PROFESSIONAL SERVICE PROVIDER

Page 64 of 64

F.2.23. Proof of CSD Registration (Attach CSD Registration) All Bidders are required to be registered on CSD (Central Supplier Database) with National Treasury. Please provide a copy of CSD registration with a number with your Bid if registered Registration with CSD is a requirement before any award for a Bid.


Recommended