+ All Categories
Home > Documents > Parking Management System - Section 33 Draft for Comment.pdf

Parking Management System - Section 33 Draft for Comment.pdf

Date post: 05-Jan-2017
Category:
Upload: phungdan
View: 218 times
Download: 2 times
Share this document with a friend
38
PROPOSED DRAFT CONTRACT 1T-8559: REQUEST FOR PROPOSALS FOR THE PROVISION OF A PARKING MANAGEMENT SYSTEM FOR A PERIOD OF SIXTY (60) MONTHS FOR THE ETHEKWINI MUNICIPALITY NOTICE IS HEREBY GIVEN in terms of Section 33 of the Local Government Municipal Finance Management Act, No .56 of 2003 that the eThekwini Municipality intends advertising a tender for a request for proposals for the provision of a parking management system for a period of sixty (60) months for the eThekwini Municipality. The resultant contract(s) that may arise from the proposed tender will impose a financial obligation on the Municipality for a period of longer than the thirty six (36) months covered in the annual budget for the financial year 2013/2014. NOTICE IS FURTHER GIVEN in accordance with Section 21A and Section 21 of the Local Government Municipal Systems Act , No. 32 of 2000 that : a) The local community and other interested persons are invited to submit comments or representations to the Municipality in respect of the proposed draft tender which may result in contract(s) exceeding thirty six (36) months Such comments or representations must be received by no later than 11: 00 on Friday 6 September 2013 via electronic mail on the email provided below or be delivered to the mailing address at P O Box 680, Durban, 4000 or lodged at the Tender Box located on the Ground Floor, City Engineers Building, 166 KE Masinga Road, Durban marked Section 33 Process for Parking Management System. b) Copies of the proposed draft tender which may result in contract(s) and information statement summarising the Municipality’s obligation in terms of the draft tender which may result in contract(s) are available for inspection on the official website www.durban.gov.za as well as the Cashier, Basement, Engineering Unit, 166 KE Masinga Road, Durban. c) Further details and clarity may be requested via email on Rajen.Govender @durban.gov.za d) Persons who are physically disabled or unable to write but need to participate in the process may present themselves during office hours at the offices of the Supply Chain Operations, Contracts Department, at Ground Floor, MMB, Archie Gumede Place, Durban where a staff member will assist them to transcribe the relevant comments or representations. Mr S Sithole Municipal Manager 1 st Floor, City Hall Dr Pixley Kaseme Street, Durban
Transcript
Page 1: Parking Management System - Section 33 Draft for Comment.pdf

PROPOSED DRAFT CONTRACT 1T-8559: REQUEST FOR PROPOSALS FOR THE

PROVISION OF A PARKING MANAGEMENT SYSTEM FOR A PERIOD OF SIXTY (60)

MONTHS FOR THE ETHEKWINI MUNICIPALITY

NOTICE IS HEREBY GIVEN in terms of Section 33 of the Local Government Municipal Finance Management Act, No .56 of 2003 that the eThekwini Municipality intends advertising a tender for a request for proposals for the provision of a parking management system for a period of sixty (60) months for the eThekwini Municipality. The resultant contract(s) that may arise from the proposed tender will impose a financial obligation on the Municipality for a period of longer than the thirty six (36) months covered in the annual budget for the financial year 2013/2014. NOTICE IS FURTHER GIVEN in accordance with Section 21A and Section 21 of the Local Government Municipal Systems Act , No. 32 of 2000 that :

a) The local community and other interested persons are invited to submit comments or

representations to the Municipality in respect of the proposed draft tender which may result in contract(s) exceeding thirty six (36) months Such comments or representations must be received by no later than 11: 00 on Friday 6 September 2013 via electronic mail on the email provided below or be delivered to the mailing address at P O Box 680, Durban, 4000 or lodged at the Tender Box located on the Ground Floor, City Engineers Building, 166 KE Masinga Road, Durban marked “Section 33 Process for Parking Management System”.

b) Copies of the proposed draft tender which may result in contract(s) and information statement summarising the Municipality’s obligation in terms of the draft tender which may result in contract(s) are available for inspection on the official website www.durban.gov.za as well as the Cashier, Basement, Engineering Unit, 166 KE Masinga Road, Durban.

c) Further details and clarity may be requested via email on Rajen.Govender @durban.gov.za

d) Persons who are physically disabled or unable to write but need to participate in the

process may present themselves during office hours at the offices of the Supply Chain Operations, Contracts Department, at Ground Floor, MMB, Archie Gumede Place, Durban where a staff member will assist them to transcribe the relevant comments or representations.

Mr S Sithole Municipal Manager

1st

Floor, City Hall Dr Pixley Kaseme Street, Durban

Page 2: Parking Management System - Section 33 Draft for Comment.pdf

CONTRACT 1T-8559

INFORMATION STATEMENT

SCOPE OF CONTRACT

This Request for Proposals (RFP) calls for prospective service providers to submit a

proposal for the complete financing, provision, installation, operation and maintenance of an

on-street and municipal parking grounds parking management system, including related

signage and road markings, within the eThekwini Municipal area. The detailed objective of

this Contract is provided in the contract document.

MOTIVATION FOR A LONG TERM CONTRACT OF SIXTY MONTHS

Depending on the proposed solutions, some systems may require substantial capital input

for both the on-street equipment as well as for the supporting systems. It is therefore

recommended that the contract period be extended sixty months to make the Contract

economically viable.

Page 3: Parking Management System - Section 33 Draft for Comment.pdf

ETHEKWINI MUNICIPALITY

ETHEKWINI TRANSPORT AUTHORITY

ROAD SYSTEM MANAGEMENT

Contract No. 1T-TBC

REQUEST FOR PROPOSALS

FOR THE PROVISION OF A PARKING MANAGEMENT SYSTEM

FOR THE ETHEKWINI MUNICIPALITY

COMPULSORY CLARIFICATION BRIEFING: WEDNESDAY TBC

CLOSING DATE: FRIDAY TBC

Issued by: T. Manyathi Head: eThekwini Transport Authority Municipal Centre 30 Archie Gumede (Old Fort) Place Durban 4001 Employer’s Agent: RAJEN GOVENDER 031 3117337 083 448 7794 [email protected]

Page 4: Parking Management System - Section 33 Draft for Comment.pdf

CONTENTS

1. Conditions of this Request for Proposals ………………………..……………..………….…………. 1

1.1 Form of Submission and Closing Date …………………….………….….………….….…….….. 1

1.2 Acceptance of Submission ……………………………….………….…….…………..…………… 1

1.3 Withdrawal of Offers ……………………….……….…………………..….………….….…………. 1

1.4 Property and Information ………………………………………….……….………….….………… 1

1.5 Communications or Gifts …………………………………………..….……………………………. 1

1.6 Risk Analysis …………………………………………………………………………………………. 2

1.7 Compulsory Clarification Briefing ………………….……………….………………..….…………. 2

1.8 Enquiries …………………………………………………………………..……………….…………. 3

2. Introduction …………………………………………………….……………………………….…………. 3

3. Details of Current System ……………………………..….………………………………….………….. 3

4. Scope of Solution Required ……………………………………………….…………………………….. 4

5. Competencies and Experience ……………………………….………………...………………………. 4

6. Duration of Contract ………………………………………………………………..……………………. 5

7. Adjudication Process and Criteria…..………………………………………….………………….……. 5

8. Financial Model …………………………………………………………………………………………… 7

9. Format of Submissions …………………………………………………….……….……..…………….. 8

10. Final Contract …………………………………………………………………………….……….……… 9

11. Returnable Documents …………………………………………………………………………………. 10

Page 5: Parking Management System - Section 33 Draft for Comment.pdf

1

1. CONDITIONS OF THIS REQUEST FOR PROPOSAL (RFP)

1.1 FORM OF SUBMISSION AND CLOSING DATE

Bidders must submit ONE original plus FOUR copies of their proposal, marked „Contract No. 1T-

TBC – Parking Management System‟, into the tender box located on the Ground Floor,

Engineering Unit, 166 KE Masinga (Old Fort) Road, Durban, on or before 11:00 on Friday TBC.

Submissions made otherwise will be disqualified.

1.2 ACCEPTANCE OF SUBMISSION

The eThekwini Municipality (also herein referred to as the Council) shall not be bound to accept

the highest, part of, or any submission.

1.3 WITHDRAWAL OF OFFERS

Submissions must hold good for a period of 16 (sixteen) weeks from the date of opening. Should

a respondent withdraw his submission during the period for which it is to hold good, he shall be

liable to pay to the Council any expenses or loss of income incurred by it in having either to call

for fresh tenders or to accept any less favourable submission.

1.4 PROPERTY AND INFORMATION

1.4.1 Respondents must acquaint themselves with the situation and generally obtain their own

information insofar as all matters affecting the submission of a response for this request

for proposal (RFP).

1.4.2 Respondents will be personally responsible for any loss they might suffer due to any

misunderstanding or incorrect information obtained except where the information was

given in writing over the signature of an authorized signatory of the Council.

1.5 COMMUNICATIONS OR GIFTS

No respondent shall offer, promise or give to any person or persons howsoever connected with

this tender or the awarding thereof, any gratuity bonus or discount, or other benefit in whatever

form in connection with the obtaining of the contract. Any contravention of or attempt to

contravene this condition shall forthwith be reported to the Council which, if it is satisfied that such

contravention has taken place, may disqualify such tender.

Page 6: Parking Management System - Section 33 Draft for Comment.pdf

2

1.6 RISK ANALYSIS

Notwithstanding compliance with the requirements of this RFP and the points scored by any

Bidder, the Council has the right to perform a risk analysis relating to any bidder in respect of the

following:

1.6.1 financial standing,

1.6.2 reasonableness of the financial offer,

1.6.3 ability to fulfil its obligations in terms of the offer, that is, can the bidder demonstrate

that it possesses the necessary capabilities and competence, financial resources,

equipment and other physical facilities, managerial capabilities, reliability,

experience, reputation and personnel etc.

1.6.4 the Bidders‟ past experience of similar contracts, undertaken in the past 5 years.

Bidders are required to submit these details in a tabular form giving the following

information:

1.6.4.1 service description;

1.6.4.2 the start and end dates;

1.6.4.3 the client‟s name, contact person and telephone number for reference

purposes;

1.6.4.4 the outcome of the contract in terms of achieving the objectives (time, cost

and quality),

1.6.4.5 and the approximated value of the services rendered,

1.6.4.6 particulars of any material non-compliance or dispute concerning the

execution of such contract.

1.6.5 Where sub-contractors are intended to be used, the same details as in Clause 1.6.4

must be provided in respect of each proposed sub-contractor.

1.6.6 No Bidder will be recommended for award unless it has shown it has the skills

required and that it has or can acquire resources to provide the service, or of its risk

profile is considered too high.

Note: The Council reserves the right to verify any information submitted in any submission and

any information that is incorrect may result in the submission being automatically disqualified

and not being considered further.

1.7 COMPULSORY CLARIFICATION BRIEFING

A compulsory clarification briefing will be held at 11:00 on Wednesday TBC at the Executive

Boardroom, Ground Floor, 30 Archie Gumede (Old Fort) Place, Durban. Respondents, or their

representatives, absent from this briefing will not be considered in the adjudication of this RFP.

Page 7: Parking Management System - Section 33 Draft for Comment.pdf

3

1.8 ENQUIRIES

All questions, queries, etc. regarding this RFP may be directed, preferably in writing, to:

Carlos Esteves

Telephone: (031) 311-7196

Facsimile: (031) 3055871

E-Mail: [email protected]

Rajen Govender

Telephone: (031) 311-7337 or 083 448 7794

Facsimile: (031) 3055871

E-Mail: [email protected]

2. INTRODUCTION

This Request for Proposals (RFP) calls for prospective service providers to submit a proposal for the

complete financing, provision, installation, operation and maintenance of an on-street and municipal

parking grounds parking management system, including related signage and road markings, within

the eThekwini Municipal area as geographically depicted in Annexure A.

3. DETAILS OF CURRENT SYSTEM

There are currently in excess of 3 000 metered parking bays in the Municipal area and this is spatially

distributed as follows:

Durban City Centre 2 546 bays

Umhlanga Town Centre 101 bays

Gateway and surrounds 197 bays

Pinetown 255 bays

Musgrave Road 52 bays

The current parking tariff is R6.00 per hour including VAT. The fine structure relative to parking meters

has been gazetted at R100 per offence. It is incumbent on the Bidder to familiarise itself with the

general environment including, but not limited to, car guards, enforcement practices, occupancies and

paid occupancies of the bays, legal frameworks and weather conditions in which he is to operate. The

Council will not be held responsible for any expenses incurred by the Bidder in preparing and

submitting any proposal.

Page 8: Parking Management System - Section 33 Draft for Comment.pdf

4

4. SCOPE OF SOLUTION REQUIRED .

This RFP calls for a proposal for the complete financing, provision, installation, operation and

maintenance of an on-street and municipal parking grounds parking management system, including

related signage and road markings, within the eThekwini Municipal area.

The solution must have, but not be limited to, the following aims:

Maximise turnover of parking i.e. efficient rotation of parking bays,

Reduction of the non-payment for metered parking,

Improve the operational management and monitoring of kerbside parking,

Be a user friendly parking management system,

Mitigation of the interference of „Carguards‟/‟Parking attendants‟,

Reduce the possibility of fraud eg interception of payments, etc.

The solution must:

Be financially sustainable.

Minimise use of kerbside equipment ie reduce kerbside clutter,

Promote job creation,

Offer different payment methods (where applicable),

Have a full auditable trail of parking utilisation and revenue generation,

Have a comprehensive reporting capability including but not limited to data on parking

utilisation, revenue histories, staff productivity and equipment downtime.

Be compliant with all relevant legislation, including labour legislation.

Make allowance for the introduction of after-hours (night time) parking in selected areas and

possible management of parking on Saturday afternoons and Sundays in selected areas.

Be tried and tested.

5. COMPETENCIES AND EXPERIENCE

Bidders are expected to have experience in the following fields:

Consultation and training

Parking area management

Parking management

Project management

Public liaison and facilitation

Security services

Financial modeling

Evidence of such applicable expertise and experience in the above fields will form part of the

evaluation.

Page 9: Parking Management System - Section 33 Draft for Comment.pdf

5

6. DURATION OF CONTRACT

The Contract will be for a period of five (5) years.

7. ADJUDICATION PROCESS AND CRITERIA

An adjudication team consisting of, but not limited to, representatives from the Council‟s eThekwini

Transport Authority, Finance, Legal, Audit, Procurement and Metropolitan Police Departments, will be

formed to assess the responses. The selection process will examine each response as to compliance

with the tender requirements where given and conditions of tender. Responses will be awarded scores

and weighting to assist in selecting the optimal solution. The selection team will present its

recommendations to the appropriate Council committees for final approval.

The Council will examine several factors in the adjudication of each proposal as to ascertain which

one offers the optimum solution for the Council‟s needs as per the tender requirements and conditions

under the following headings:

Innovation and elegance of the proposed solution – relevant and appropriate technology and

aesthetics.

Performance projections – scenarios in terms of income, fines and compliance levels and

strategy to maximize parking turnover.

Effectiveness of the proposed system – convenience and reliability.

Ongoing maintenance and product support – reaction times, etc.

Implementation lead times and methodology employed.

Income payable to the Council from the system.

Strategy to incorporate „Carguards‟ into the system.

The adjudication will be done in two stages.

Stage 1

The submissions will be assessed for Competence/Functionality in the first stage. The assessment

criteria are as indicated in Table 1. The most responsive submissions in terms

Competence/Functionality will be invited to demonstrate their prospective solutions, including front-

end operations and backoffice operations. A 4 to 6 week testing phase may be undertaken to fully test

any or all of the proposed systems offered by the most responsive bidders. Only prospective service

providers who participate in the trials will be considered eligible for final award of the Contract. The

testing phase will thoroughly test all components of the proposed systems, and only once this has

been satisfactorily completed, will a five (5) year contract be concluded with the selected bidder. All

costs associated with the testing of the kerbside parking management service will be for the account

of the prospective service providers and the Council will in no form whatsoever remunerate

prospective service providers for any costs incurred. The purpose of the field trials will be to verify the

Page 10: Parking Management System - Section 33 Draft for Comment.pdf

6

functionality of the proposed systems and to assess the management and operational models

proposed.

Table 1: Competence / Functionality Evaluation Criteria

Evaluation Area Evaluation Criteria

Maximum Points

Attainable

Project team Relevant expertise and experience 10.0

Proposed on street parking management system

Statement of methodology

Operational processes

Functionality of the system

Project implementation (work programme)

End user experience including convenience and simplicity

5.0 10.0 10.0 5.0

5.0

Proposed management information system

Functionality of the system

Functionality and accuracy of reports

5.0 5.0

Proposed accounting system Functionality of the accounting system

Functionality and accuracy of reports

5.0 5.0

Proposed strategy to deal with Car Guards (informal parking attendants)

Methodology 5.0

Field trials

Job creation potential

Ease of use by motorists

Revenue security

Reporting

Operational structures and capabilities

Level of compliance

5.0 5.0 5.0 5.0 5.0 5.0

TOTAL 100.00 #

# Any score totally less than 70 for functionality/competency will be considered an unresponsive

bid.

Stage 2

A service provider will then be selected using the combination of the pricing and HDI scores. This

quotation falls under the major category targeting Historically Disadvantaged Individuals (HDIs) as

prime contractors or joint venture partners. Quotations will be assessed on a combination of Price and

of Preferential Procurement in the ratio 90:10.

Page 11: Parking Management System - Section 33 Draft for Comment.pdf

7

7.1 Price and Preference

The following formula will be used to calculate the points for price:

Ps = 90 (1 + )

where Ps = Points scored for the price of response under consideration.

Pt = Rand value of response under consideration.

Ph = Rand value of highest acceptable response.

8. FINANCIAL MODEL

This RFP calls for a proposal for the complete financing, provision, installation, operation and

maintenance of an on-street and municipal parking grounds parking management system, including

related signage and road markings, within the eThekwini Municipal area. Whilst the Council will

provide the necessary general regulation traffic signage, all other signage pertaining to any system

and the successful operation thereof will be for the account of the appointed service provider. The

Council will also, prior to Contract commencement, upgrade all kerbside road markings. The

appointed service provider will then be required to, at its own cost, maintain such markings for the

duration of the Contract. For adjudication purposes, respondents are required to base their financial

proposals on the parking tariff of R6.00 per hour including VAT and with the base number of parking

bays being 3 100. This must then be reduced to the form:

No. of parking bays

Amount payable to Council per bay

(incl VAT) Sub-total

1 to 1500 See note 1

1501 to 2000

2001 to 3000

3001 to 4000

TOTAL

Note 1: Should the total number of available parking bays be less than 1500, the offer may be

subject to renegotiation.

The Council reserves the right to, subject to suitable notification, remove parking bays over block

sections of the street for alternative use. Bidders are to indicate expected compensation for such using

a provisional total number of 300 bays. The Contractor will then be compensated pro rata should the

need arise.

Pt –Ph Ph

Page 12: Parking Management System - Section 33 Draft for Comment.pdf

8

Other alternative financial offers will be considered in evaluating the submission provided this financial

model is complied with, else the submission shall be deemed to be non-responsive. No other fees

shall be due and payable as part of the remuneration of the service provider.

9. FORMAT OF SUBMISSIONS

No submission will be considered unless all the required information and/or documentation are

supplied. Together with the required returnable documents, all submissions must include amongst

other detail:

9.1 A statement of methodology which must incorporate:

9.1.1 The methodology that will be implemented by Bidders to fulfil their contractual

obligations. This must be completed in detail for each of the listed responsibilities.

9.1.2 The methodology to be followed to ensure optimum income from parking activities.

9.1.3 The management structures (organizational chart) that are to be established in order to

carry out the contract, and which must include all key personnel and their CVs. Names,

responsibilities and extent of involvement of the key individuals on the team must be

detailed.

9.1.4 The management systems that are to be implemented in order to carry out the contract.

9.1.5 The operational systems that are to be implemented in order to carry out the contract.

9.1.6 A full description of the works that the Bidder intends to subcontract and procedures to

be followed to ensure subcontractor compliance with the Council‟s requirements. The

percentage value to be subcontracted and the proposed methodology to be followed to

ensure empowerment and local job creation must be addressed.

9.1.7 A full breakdown of the supply chain for the equipment and services that the Bidder

intends to contract with and description of service level agreements that will be put in

place.

9.1.8 A full description of resources available to the Bidder including information systems,

infrastructure, equipment, etc

9.1.9 Any other information that the Bidder believes will support their claim to be able to

complete and manage the contract to the standards required by the Council.

9.2 The proposed on-street management system which must incorporate the following details:

9.2.1 Operational processes including start of day operations, on-street parking operation

procedures, end of day procedures, supervisory level procedures,

9.2.2 Code of conduct,

9.2.3 Dress code,

9.2.4 Shift rotation schedules,

9.2.5 Typical employment contracts.

9.2.6 Strategy to incorporate/manage „Carguards‟ into the system.

9.3 A preliminary task plan and programme for the entire project.

Page 13: Parking Management System - Section 33 Draft for Comment.pdf

9

9.4 A full description of the proposed Management Information System. Examples must be

included.

9.5 A full detailed description of the proposed Accounting System. Examples of management

reports must be included.

9.6 The proposed strategy to deal with/incorporate the Carguards.

In addition, respondents will be expected to provide the following:

Proof of financial stability of their organization – audited financial statements for the past three

years.

Tax Clearance Certificate – original and valid.

Proof of registration as an employer.

Any joint venture agreements.

Health and Safety plan.

Evidence of any success in the South African market.

Company profile.

Names and addresses of reference sites together with names and telephone numbers of

contact persons so that the Council can also check the performance of the organizations

offering solutions.

Verification certificate from a verification agency accredited by SANAS and recognized as an

Accredited B-BBEE Verification Agencies

10. FINAL CONTRACT

Whilst this document, together with the successful respondent‟s proposal, will essentially form the

basis for the final contract, the Council reserves the right to renegotiate with the accepted respondent

any terms and conditions as it deems appropriate but without prejudicing other respondents.

Page 14: Parking Management System - Section 33 Draft for Comment.pdf

10

11. RETURNABLE DOCUMENTS

1. Record of Addenda to Tender Document

2. Certificate of Attendance at Clarification Briefing

3. Compulsory Enterprise Questionnaire

4. Declaration of Interest

5. Declaration of Municipal Fees

6. Certificate of Independent Bid Determination (MBD9)

7. Preferencing Schedule For Professional Service Task Orders

8. Preference Points Claim Form in Terms of the Preferential Procurement Regulations

Page 15: Parking Management System - Section 33 Draft for Comment.pdf

11

1. RECORD OF ADDENDA TO TENDER DOCUMENTS

I / We confirm that the following communications received from the Employer, or his representative, before

the date of submission of this offer, amending the Task Order submission documents, have been taken into

account in this submission.

ADD.No DATE TITLE OR DETAILS

1

2

3

4

5

6

7

8

9

10

NAME: ........................................................................... (Block Capitals) SIGNATURE: …………………………...……………………………… DATE: ...........................................

(of person authorised to sign on behalf of the Tenderer)

Page 16: Parking Management System - Section 33 Draft for Comment.pdf

12

2. CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING

This is to certify that

(tenderer) ..................................................................................................................................................

of (address) ..............................................................................................................................................

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

was represented by the person(s) named below at the compulsory meeting held for all tenderers at

(location) ..................................................................................................................................................

on (date) ....................................... starting at (time) ...................................

I / We acknowledge that the purpose of the meeting was to acquaint myself / ourselves with the site of the

works and / or matters incidental to doing the work specified in the tender documents in order for me / us to

take account of everything necessary when compiling our rates and prices included in the tender.

Particulars of person(s) attending the meeting:

Name : ..........................................................

Signature : ..........................................................

Capacity : ..........................................................

Name : ..........................................................

Signature : ..........................................................

Capacity : ..........................................................

Attendance of the above person(s) at the meeting is confirmed by the Employer's representative,

namely :

Name : ..........................................................

Signature : ..........................................................

Capacity : ..........................................................

Date : ..........................................................

Time : ..........................................................

Page 17: Parking Management System - Section 33 Draft for Comment.pdf

13

3. COMPULSORY ENTERPRISE QUESTIONNAIRE

The following particulars must be furnished. In the case of a joint venture, separate enterprise questionnaires

in respect of each partner must be completed and submitted.

Section 1: Name of enterprise: ............................................................................................................

Section 2: VAT registration number, if any: .........................................................................................

Section 3: CIDB registration number, if any: .......................................................................................

Section 4: Particulars of sole proprietors and partners in partnerships

Name* Identity number* Personal income tax number*

Complete only if sole proprietor or partnership and attach separate page if more than 3 partners

Section 5: Particulars of companies and close corporations.

Company registration number: ............................................................

Close corporation number: ..................................................................

Tax reference number: ........................................................................

Section 6: Record in the service of the state

Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or

director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has

been within the last 12 months in the service of any of the following:

a member of any municipal council an employee of any provincial department,

national or provincial public entity or

constitutional institution within the meaning

of the Public Finance Management Act,

1999 (Act 1 of 1999)

a member of any provincial legislature

a member of the National Assembly or the

National Council of Province

a member of the board of directors of any

municipal entity

a member of an accounting authority of any

national or provincial public entity

an official of any municipality or municipal

entity

an employee of Parliament or a provincial

legislature

Page 18: Parking Management System - Section 33 Draft for Comment.pdf

14

If any of the above boxes are marked, disclose the following:

Name of sole proprietor, partner,

director, manager, principal

shareholder or stakeholder

Name of institution, public office,

board or organ of state and position

held

Status of service

(tick appropriate

column)

Current Within last

12 months

*insert separate page if necessary

Section 7: Record of spouses, children and parents in the service of the state

Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor,

partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close

corporation is currently or has been within the last 12 months been in the service of any of the following:

a member of any municipal council an employee of any provincial department,

national or provincial public entity or

constitutional institution within the meaning

of the Public Finance Management Act,

1999 (Act 1 of 1999)

a member of any provincial legislature

a member of the National Assembly or the

National Council of Province

a member of the board of directors of any

municipal entity

a member of an accounting authority of any

national or provincial public entity

an official of any municipality or municipal

entity

an employee of Parliament or a provincial

legislature

If any of the above boxes are marked, disclose the following:

Name of spouse, child or parent Name of institution, public office,

board or organ of state and position

held

Status of service

(tick appropriate

column)

Current Within last

12 months

*insert separate page if necessary

Page 19: Parking Management System - Section 33 Draft for Comment.pdf

15

The undersigned, who warrants that he/she is duly authorised to do so on behalf of the enterprise:

i) Authorizes the Employer to obtain a tax clearance certificate from the South African Revenue Services

that my / our tax matters are in order;

ii) Confirms that neither the name of the enterprise or the name of any partner, manager, director or other

person, who wholly or partly exercises, or may exercise, control over the enterprise appears on the

Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt

Activities Act of 2004;

iii) Confirms that no partner, member, director or other person, who wholly or partly exercises, or may

exercise, control over the enterprise, has within the last five years been convicted of fraud or

corruption;

iv) Confirms that I / we are not associated, linked or involved with any other tendering entities submitting

tender offers and have no other relationship with any of the tenderers or those responsible for

compiling the scope of work that could cause or be interpreted as a conflict of interest; and

iv) Confirms that the contents of this questionnaire are within my personal knowledge and are to the best of

my belief both true and correct.

NAME: ........................................................................... (Block Capitals) SIGNATURE: …………………………...……………………………… DATE: ...........................................

(of person authorised to sign on behalf of the Tenderer)

Page 20: Parking Management System - Section 33 Draft for Comment.pdf

16

4. DECLARATION OF INTEREST

1. Any legal person, including persons employed by the principal, or person having a kinship with persons

employed by the principal, including 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 employed by the principal, 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 and / or take an oath declaring his / her interest,

where -

● the bidder is employed by the principal; 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 Are you or any person connected with the bidder, employed by the principal? ............. (Yes / No)

2.1.1 If so, state particulars ...............................................................................................................

2.2 Do you, or any person connected with the bidder, have any relationship .......... ............ (Yes / No)

(family, friend, other) with a person employed by the principal and who may

be involved with the evaluation and or adjudication of this bid?

2.2.1 If so, state particulars ...............................................................................................................

2.3 Are you, or any person connected with the bidder, aware of any relationship ............... (Yes / No)

(family, friend, other) between the bidder and any person employed by the

principal who may be involved with the evaluation and or adjudication of this bid?

2.3.1 If so, state particulars ...............................................................................................................

I, THE UNDERSIGNED (NAME) ................................................................................... CERTIFY THAT THE

INFORMATION FURNISHED IN PARAGRAPHS 2.1 TO 2.3.1 ABOVE IS CORRECT. I ACCEPT THAT

THE PRINCIPAL MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

SIGNATURE: …………………………...……………………………… DATE: ...........................................

(of person authorised to sign on behalf of the Tenderer)

Page 21: Parking Management System - Section 33 Draft for Comment.pdf

17

5. DECLARATION OF MUNICIPAL FEES

I / We do hereby declare that the Municipal fees of the company ...........................................................,

are, as at the date of the tender closing, fully paid up, or arrangements have been concluded with the

Municipality to pay the said fees :

Account Account Number

Consolidated Billing *_____________________

Electricity *_____________________

Water *_____________________

Rates *_____________________

JSB Levies *_____________________

*___________________ *_____________________

* : to be completed by tenderer.

I / We acknowledge that should it be found that Municipal fees are not up to date, the Council may take such

remedial action as is required, including termination of contract, and any income due to the contractor shall

be utilised to offset any monies due to the Council.

NAME: ........................................................................... (Block Capitals) SIGNATURE: …………………………...……………………………… DATE: ...........................................

(of person authorised to sign on behalf of the Tenderer)

Page 22: Parking Management System - Section 33 Draft for Comment.pdf

18

6. CERTIFICATE OF INDEPENDENT BID DETERMINATION (MBD9)

This Municipal Bidding Document (MBD) must form part of all bids¹ invited.

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.

Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide

measures for the combating of abuse of the supply chain management system, and must enable the

accounting officer, among others, to:

a. take all reasonable steps to prevent such abuse;

b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chain management

system of the municipality or municipal entity or has committed any improper conduct in relation to

such system; and

c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent act during the

bidding process or the execution of the contract.

The following MBD 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.

In order to give effect to the above, the following Certificate of Bid Determination (MBD 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.

Page 23: Parking Management System - Section 33 Draft for Comment.pdf

19

CERTIFICATE OF INDEPENDENT BID DETERMINATION (MBD9)

I, the undersigned, in submitting the accompanying bid, in response to the invitation for the bid made by the

eThekwini Transport Authority do hereby make the following statements that I certify to be true and complete

in every respect:

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.

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;

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

³ Joint venture or Consortium 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.

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

Page 24: Parking Management System - Section 33 Draft for Comment.pdf

20

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.

NAME: ........................................................................... (Block Capitals) SIGNATURE: …………………………...……………………………… DATE: ...........................................

(of person authorised to sign on behalf of the Tenderer)

Page 25: Parking Management System - Section 33 Draft for Comment.pdf

21

7. PREFERENCING SCHEDULE FOR PROFESSIONAL SERVICE TASK ORDERS

1 Definitions 1.1 The following definitions shall apply to this schedule:

BEP: built environment professional related enterprises which provides services related but not limited to consulting engineering, architecture and quantity surveying

Black African equity ownership: The percentage of an enterprise or business owned by individuals or, in respect of a company, the percentage of the company‟s shares that are owned by black persons who are Africans, who are actively involved in the management of an enterprise or business and exercise control over the enterprise, commensurate with their degree of ownership at the closing date of the submission

black owned: an entity in which:

a) black people hold more than 50% of the exercisable voting rights as determined under Code series 100; and

b) black people hold more than 50% of the economic interest as determined under Code series 100.

black person: natural persons who are Africans, Coloureds and Indians who are citizens of the Republic of South Africa by: i) birth or descent; or ii) naturalization occurring:

a) before the commencement date of the Constitution of the Republic of South Africa Act of 1993; or

b) after the commencement date of the Constitution of the Republic of South Africa Act of 1993, but who, without the Apartheid policy would have qualified for naturalization before then.

Code: the Broad-Based Black Economic Empowerment Codes of Good Practice issued in terms of the section 9(1) of the Broad Based Black Economic Empowerment Act 53 of 2003, as published in Government Gazette No 29617 of 9 February 2007.

Construction Code: the Construction Sector Code issued in terms of Section 9(1) of the Broad Based Black Economic Empowerment Act 53 of 2003, as published in Government Gazette No 32305 of 5 June 2009.

entity: a natural or a juristic person conducting a business, trade or profession in the Republic of South Africa.

exempted micro enterprise: an enterprise which has an annual total turnover of R1,5million or less.

principal: means a natural person who is a partner in a partnership, a sole proprietor, a director of a company established in terms of the Companies Act, 1973 (Act 61 of 1973) or a member of a close corporation registered in terms of the Close Corporation Act, 1984, (Act No. 69 of 1984), who jointly and severally with his other partners, co-directors or co-members, as the case may be, bears the risk of business and takes responsibility for the management and liabilities of the partnership, company, or close corporation

qualifying small enterprise: an enterprise which has an annual total revenue of between R1,5 million and R 11,5 million

qualifying small enterprise score card: the scorecard contained in Code series 2800 of the Construction Code

start up enterprise: a recently formed or incorporated entity that has been in operation for less than 1 year, but excluding any newly constituted enterprise which is merely a continuation of a pre-existing enterprise.

Page 26: Parking Management System - Section 33 Draft for Comment.pdf

22

verification agency: a verification agency accredited by SANAS and recognized as an Accredited B-BBEE Verification Agencies (see www.sanas.co.za/directory/bbee_default.php)

1.2 The definitions contained in the Code and the Construction Code shall have precedence in the

interpretation of any ambiguity or inconsistency with the above definitions. 2 Broad based black economic empowerment as measured in accordance with the

Construction Code 2.1 Conditions associated with the granting of preferences 2.1.1 Consultants who claim a preference shall provide sufficient evidence of their B-BBEE Status in

accordance with the requirements of section 3, failing which their claims for preferences will be rejected.

2.1.2 Verification agencies shall clearly indicate the financial year or the period on which the entity‟s B-

BBEE Status is based in any verification certificate that is issued. Certificates which fail to provide this information will be rejected.

2.2 Establishing the B-BBEE status of an enterprises 2.2.1 Exempted micro enterprises 2.2.1.1 An exempted micro enterprise shall be deemed to have the B-BBEE Status of a Level 4 Contributor. 2.2.1.2 An exempted micro enterprise with more than 50% ownership by black people shall be deemed to

have the B-BBEE Status of a Level 3 Contributor. 2.2.1.3 An exempted micro enterprise wishing to improve their B-BBEE Status may be measured in terms of

the Qualifying Small Enterprise Scorecard 2.3.1.4 Sufficient evidence of qualification as an Exempted Micro-Enterprise is an auditor‟s certificate or

similar certificate issued by an accounting officer or verification agency in respect of the entity‟s last financial year or a 12 month period which overlaps with its current financial year.

2.3.1.5 Sufficient evidence of qualification as a Level 3 Contributor shall be a signed affidavit by all of the

principals of the entity declaring that at least 50% of the ownership of the entity is by black people. 2.3.1.6 Sufficient evidence of qualification for a higher B-BBEE status in terms of the qualifying small

enterprise scorecard shall be as stated in 2.3. 2.3 Qualifying small enterprises 2.3.2.1 A qualifying small enterprise‟s B-BBEE Status shall be measured in accordance with the Qualifying

Small Enterprise Scorecard in accordance with the relevant provisions of the Construction Code. 2.3.2.2 Sufficient evidence of B-BBEE Status is a certificate issued by a verification agency based on the

performance of the entity during its last financial year or a 12 month period which overlaps with its current financial year.

2.4 Start up Enterprises 2.4.1 Start up enterprises shall be measured as follows for the first year following their formation or

incorporation:

Value of task including VAT Clause for assessing B-BBEE Status

≤ R 1 500 000 3.1

> R 1 500 000 but < R11 500 000 3.2 based on annualized data

≥ R 11 500 000 3.4 based on annualized data

Page 27: Parking Management System - Section 33 Draft for Comment.pdf

23

2.4.2 Sufficient evidence of Start up Enterprises status shall be a certificate issued by an auditor or a verification agency confirming such status in accordance with the relevant provisions of the Code.

2.5 Enterprises other than micro exempted, qualifying small enterprises or start up enterprises 2.5.1 Enterprises other than micro exempted, qualifying small enterprises or start up enterprises shall be

measured in accordance with the relevant provisions of the relevant provisions of the Construction Code.

2.5.2 Sufficient evidence of B-BBEE Status is a certificate issued by a verification agency based on the

performance of the entity during its last financial year or a 12 month period which overlaps with its current financial year.

3 Black African equity ownership 3.1 Black African equity ownership can only be claimed in respect of private companies and shall be

based on the percentage of equity ownership of black persons who are African. 3.2 The following equity ownership is owned by the following black persons who are Africans:

Name ID Number Date obtained South African citizenship

Percentage equity ownership (%)

Total

Page 28: Parking Management System - Section 33 Draft for Comment.pdf

24

4 Location of office 4.1 An office, in order to qualify for preference points shall be under the continual direct and personal

supervision and control of a person registered in a category(s) of registration for the service area applied for as set out in criteria 3 of clause F.2.1 of the Tender Data and who is permanently located in that office.

4.2 The office is manned by:

Name ID Number Professional category of registration

Registration number

4.3 The address of the office and contact numbers are:

Physical Address Postal address Fax

Telephone

5 Preferences claimed I/we claim the following preferences on behalf of my/our firm:

Category of preference

Tender evaluation points provided for in the

Preferential Procurement Policy Framework Act

(Act 5 of 2000)

Preference claimed for Category

of Preference

(Y=yes)

Broad Based Black Economic Empowerment

Level one contributor 7,0

Level two contributor 6,5

Level three contributor 5,7

Level four contributor 5,2

Level five contributor 4,1

Level six contributor 3,1

Level seven contributor 2,6

Level eight contributor 0,5

Black African Equity Ownership

100% Black African Equity ownership 3,0

Greater than or equal to 75% Black African Equity ownership 2,4

Greater than or equal to 50% Black African Equity ownership 1,8

Greater than or equal to 25% Black African Equity ownership 1,2

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the firm confirms that he / she understands the conditions under which such preferences are granted and confirms that the Consultant satisfies the conditions pertaining to the granting of preferences. Signature: ...............................................................................................................................……….

Page 29: Parking Management System - Section 33 Draft for Comment.pdf

25

Name: .......................................................................................................................................………

Duly authorised to sign on behalf of: ............................................................................................………

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

Fax: ................................................................................

Date: ...............................................................................

Page 30: Parking Management System - Section 33 Draft for Comment.pdf

26

9. PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2011

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 90/10 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 90 1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 10 Total points for Price and B-BBEE must not exceed 100

1.4 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

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

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;

Page 31: Parking Management System - Section 33 Draft for Comment.pdf

27

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. 3.4 In the event that two or more bids have scored equal total points, the successful bid

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

Page 32: Parking Management System - Section 33 Draft for Comment.pdf

28

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

Ph

PhPtPs 190

Where

Ps = Points scored for price of response under consideration

Pt = Rand value of response under consideration

Ph = Rand value of highest acceptable respinse 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

Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a

Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA‟s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.

5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate

or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity,

provided that the entity submits their B-BBEE status level certificate.

Page 33: Parking Management System - Section 33 Draft for Comment.pdf

29

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 :

9.3 Company registration number …………………………………………………………………….

:

Page 34: Parking Management System - Section 33 Draft for Comment.pdf

30

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 shareholders and directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been

Page 35: Parking Management System - Section 33 Draft for Comment.pdf

31

applied; and (e) forward the matter for criminal prosecution

WITNESSES: 1. ……………………………………… …………………………………… SIGNATURE(S )OF BIDDER(S) 2. ……………………………………… DATE:………………………………..

ADDRESS:………………………………………….

………………………………………………………..

………………………………………………………..

Page 36: Parking Management System - Section 33 Draft for Comment.pdf

32

ANNEXURE A

Page 37: Parking Management System - Section 33 Draft for Comment.pdf

33

Page 38: Parking Management System - Section 33 Draft for Comment.pdf

QADI

TOYANE

XIMBA

PINETOWN

UMLAZI

ISIMAHLA

SOBONAKHONA-MAKHANYA

VUMANGAZI

INANDA

NGCOLOSI

MAPUMULO

UMNINI TRUST

KLOOF

WESTVILLE

ILANGA

HAZELMERE

GILLITTS

VERULAM

MPUMALANGA

NTUZUMAHARRISON

CLIFFDALE

LOVU

HILLCREST

KWAMASHU

ASSAGAY

WATERFALL

QUEENSBURGH

ISIPINGO

KWADEBEKA

REDCLIFFE

DRUMMOND

QINISELANI-MANYUSWA

TONGAAT

UMHLANGAKWA KHABAZELA

AMANZIMTOTI

LOWER ILLOVO

KINGSBURGH

FREDVILLE

NEW GERMANY

VUMAZONKE

CLERMONT

SHALLCROSS

WELBEDACHT WEST

MOUNT EDGECOMBE

DASSENHOEK

EVERTON

KWAMAKUTHA

CATO RIDGE

UMBOGINTWINI

HAMMARSDALE

LAMONTVILLE

BOTHAS HILL

WATERLOO

NGQUNGQULU-THEMBU

CANELANDS

BUFFELSDRAAI

MARIANNHILL

MAGABHENI

YELLOWWOOD PARK

KWANDENGEZI

LANGEFONTEIN

UMDLOTI

CRAIGLEA

INANDA GLEBE

LOWER LANGEFONTEIN

KLAARWATER

INCHANGA

STERKSPRUIT

RIETRIVIER

HAMBANATHI

OTTAWA

CHESTERVILLE

INCHANGA WEST

MOUNT MORELAND

BLACKBURN


Recommended