Contract No
CDC/501/14
3 June 2014
Request for Proposal:
PROFESSIONAL CONSULTANCY SERVICES FOR THE ST LUCY’S HOSPITAL IN ST CUTHBERTS IN THE EASTERN CAPE
PROVINCE
PDF processed with CutePDF evaluation edition www.CutePDF.comPDF processed with CutePDF evaluation edition www.CutePDF.com
DOCUMENT INFORMATION SHEET
Title of Document : Request for Proposal: Professional Consultancy Services for the St Lucy’s Hospital in St Cuthberts in the Eastern Cape Province
Type of Document : Request for Proposal
Document Number : CDC/501/14
Prepared by : Chandrakant Patel
Typed by : Chandrakant Patel
Business Unit : DoH Programme
Prepared for : CDC
Date of Issue : 3 June 2014
Copyright
All rights reserved. No part of this document may be reproduced or distributed in any form or by any means, electronic, mechanical, photocopying or recording
or otherwise, or stored in a database or retrieval system, without the prior written permission of the Coega Development Corporation (Pty) Ltd. ©
Coega Development Corporation Provincial Projects CDC-Services Department of Health ISO 9001: 2008 Clause 7.4.1 Purchasing Process
This document, and the information or advice which it contains, is provided by the CDC-Services Business
Unit solely for the use by the Dept of Health and the Coega Development Corporation (Pty) Ltd and for
reliance by its Executive Management and the Board in performance of that Business Unit’s duties.
DOCUMENT CONTROL SHEET
The purpose of this form is to ensure that documents are reviewed and approved prior to issue. The form is to be bound into the front of all documents released by the CDC.
PROJECT NAME : PROVINCIAL PROJECTS – DEPARTMENT OF HEALTH
DOCUMENT TITLE : Request for Proposal: Professional Consultancy Services for the St Lucy’s Hospital in St Cuthberts in the Eastern Cape Province
DOCUMENT No. : CDC/501/14
SIGNING OF THE ORIGINAL DOCUMENT We, the undersigned, accept this document as a stable work product to be placed under formal change control as described by the Change Control Procedure document.
ORIGINAL Prepared by Reviewed by Approved by Date:
3 June 2014
Name: Chandrakant Patel
Name: Christo Beukes
Name: Babini Melitafa
Signature:
Signature: Signature:
Distribution: Potential Bidders
REVISION CHART
REVISION 1 Name:
Name:
Name:
Date:
Signature:
Signature:
Signature:
REVISION 2 Name:
Name:
Name:
Date:
Signature: Signature: Signature:
REVISION 3 Name:
Name:
Name:
Date:
Signature: Signature: Signature:
001- RFP-St Lucy’s Hospital Consultancy Services i 17 June 2014
REQUEST FOR PROPOSAL
Professional Consultancy Services for the St Lucy’s Hospital in St Cuthberts in the Eastern Cape Province
Contract No. CDC/501/14
INVITATION AND SCOPE OF SERVICES
The CDC is inviting capable and competent Professional Service Providers to submit proposals for the
provision of professional consulting services. Respondents must comprise of multidisciplinary project teams
which must be achieved through the formation of Consortium or Joint Venture. Members of the consortium or
JV must comprise of following professionals: an Architect, a Quantity Surveyor, Civil & Structural Engineers, a
Mechanical Engineer and an Electrical Engineer.
Respondents are required to have relevant experience and knowledge in the planning, design, construction
management and final commissioning of the completed health care facilities. The services to be provided will
include the following;
(a) Development of concept design and plans;
(b) Development of detailed designs and tender documentation;
(c) Full time site supervision and contract management during construction phase;
(d) Overall co-ordination and project management activities;
(e) Assisting with the Commissioning of the completed facility and handover to the Health Technology
Commissioning Team; and
(f) Close-out Report.
CONDITIONS
(a) Preference will be given to respondents who comply with the CDC’s Procurement Policy & Procedures.
(b) Preferential Procurement Policy Framework Act (PPPFA) principles shall apply, whereby submissions
will be evaluated according to the provisions of that Act and the Public Finance Management Act
(PFMA) Sections 36 and 49.
The Coega Development Corporation (Pty) Ltd (CDC) is assisting the Provincial Department of Health
(ECDoH) and the Provincial Department of Roads and Public Works (DRPW) with the upgrading of health
care facilities within the Eastern Cape Province. This project entails the construction of the Community
Health Hospital which includes all the associated works that will ensure a fully functional facility.
001- RFP-St Lucy’s Hospital Consultancy Services ii 17 June 2014
(c) Bidders must submit a valid BBBEE Verification Certificate from SANAS Accredited Verification Agency
or from a Registered Auditor approved by Independent Regulatory Board of Auditors (IRBA) in order to
be eligible for empowerment points. The Exempted Micro Enterprises (EME) may submit a letter from
the Accounting Officer confirming the company turnover.
(d) The following scores will be applied:
(i) Price - 90;
(ii) BBBEE Status - 10.
Request for Proposal documents will be available from 10:00 on Friday, 20th
June 2014 at the CDC’s East
London Office, 2nd
Floor, Liberty Life Quarry View Building, Corner Pearce Street and Quartzite Drive,
Berea, East London and can also be downloaded from the CDC website:
www.coega.com
A mandatory briefing meeting is scheduled for 12:00 on Monday, 30th
June 2014 at the EL Health Resource
Centre, Chelterham Road, East London (situated immediately North of Frere Hospital), where
representatives from Coega Development Corporation will meet prospective tenderers.
One original completed bid document shall be placed in a sealed envelope clearly marked: “CDC/501/14 –
Professional Consultancy Services for the Construction of the St Lucy’s Hospital in St Cuthberts in the
Eastern Cape Province. The closing date and time for the receipt of completed bids is Monday, 14th
July
2014 at 12h00 at the reception desk of the CDC’s East London Office, 2nd
Floor Liberty Life Quarry View
Building, Corner Pearce Street and Quartzite Drive, Berea, East London. Bids will not be opened in public
and no late submissions will be considered.
Failure to provide any mandatory information required in this Bid will result in the submissions being deemed
null and void and shall be considered non-responsive. Respondents must include a valid and original SARS
Tax Compliance Certificate in their submissions in order to be considered.
Telegraphic, telexed, facsimiled or e-mail submissions will not be accepted.
No telephonic or any other form of communication with any other CDC member of staff, other than the
named individual below, relating to this request for bid will be permitted. All enquiries regarding this
bid must be in writing only, and must be directed to:
Luvuyo Matya, Acting Supply Chain Manager; e-mail: [email protected].
The CDC reserves the right not to accept the lowest proposal in part or in whole or any proposal.
001- RFP-St Lucy’s Hospital Consultancy Services iii 17 June 2014
TABLE OF CONTENTS
1 INTRODUCTION AND BACKGROUND ............................................................................................. 1
2 SCOPE OF WORK ........................................................................................................................... 1
3 PREPARATION OF SUBMISSION .................................................................................................... 6
4 ASSESSMENT CRITERIA .................................................................................................................. 7
4.1 Responsiveness ............................................................................................................................. 7
4.2 Additional Information Required .................................................................................................. 8
4.3 Quantitative Assessment .............................................................................................................. 8
5 TERMS AND CONDITIONS ............................................................................................................. 8
6 DISQUALIFICATION ..................................................................................................................... 10
7 APPENDICES:
A. Financial Proposal
B. Respondent's Information Sheet
C. Tender Offer Evaluation and Scoring
D. Certificate of Independent Bid Determination - Form SBD 9
E. Conditional Assessment Report
F. Compulsory Declaration of Interest Form
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 1 17 June 2014
1 INTRODUCTION AND BACKGROUND
The Coega Development Corporation (Pty) Ltd (CDC) is assisting the Eastern Cape Provincial
Department of Health (DoH) together with the Eastern Cape Provincial Department of Roads and
Public Works (DRPW) in the upgrading of health care facilities within the Eastern Cape Province.
These programmes include all the associated works that will ensure fully functional facilities.
This particular project is a fast-track project to enable the construction of the St Lucy’s Hospital in
Mhlontlo Municipality, O R Tambo District of the Eastern Cape Province and is approximately 61 km
North West of Mthata off Tsolo-Maclear road. This facility requires urgent intervention as the existing
facilities are not complying with the norms and standards of Community Health Hospitals (CHH).
The Department of Health (DoH) and the Management of the St Lucy’s Hospital are in the process of
improving the level and the quality of services in the Province. Hence, the primary objective of the
project is to ensure that the health care services to be provided at this facility are aligned with health
care norms, standards, best practices and regulations. A Community Health Hospital (CHH) should
ideally provide comprehensive integrated CHH services using a one-stop approach on a 24 hour basis
a day and for seven days a week.
2 SCOPE OF WORK
The immediate goal is to design and then the refurbishment and/or construction of the new healthcare
facility to address the immediate needs of the local community in the surrounding areas and ensure a
facility that will meet the Primary Health Care service standards.
The long-term project objective is to ensure that the services provided at the St Lucy’s Hospital meet
the level of service required by the Department of Health, through this immediate intervention. It is
imperative to align the design, components and size of each facility to the population distribution,
socio-economic status, transport access and a host of social and environmental determinants of
health which influences the infrastructure and improves the aesthetics of the building. The existing
hospital has to remain operational during the entire course of the project. Hence, disturbance would
have to be kept to absolute minimum which includes disruption to services, noise levels, dust and
general nuisances.
The scope of work for this project is described here below:
Phase 1: Conditional Assessment of the Existing Hospital Facility (Already done by others-
Appendix E, no need to price)
(a) The physical assessment of existing surrounding facilities in terms of strategic (municipal services
i.e potable water, sewer and electricity supply) and estate planning, ergonomically safe and risk-
free environment, population distribution, socio-economic status, and transport access;
(b) Site topography surveys and cadastral site plans (if required);
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 2 17 June 2014
(c) Environmental plan (if required);
(d) Compilation and submission of a Conditional Assessment Report and
(e) Overall co-ordination and project management activities.
Phase 2: Compilation of Project Brief/Clinical Report for the Community Health Hospital
(Already done by others, no need to price)
(a) Development of a Clinical Brief complete with user requirement as per accommodation
schedules;
(b) Development of a high level conceptual design layout for the facility taking into consideration the
need to make alterations and extensions, reconfiguration of internal arrangements,
refurbishments and external civil works;
(c) Computing estimated costs for the building upgrading works; and
(d) Overall co-ordination and project management activities.
Phase 3: Design of the Upgrading of the Community Health Hospital (Technical Brief)
(a) Review of the Concept Plan (to be provided by others), where necessary and Development of a
detailed concept design in compliance with the Clinical Brief and requirements for sign off /
approval;
(b) Development of detailed design and tender documents. For Building Information Modeling
(BIM), general integration of design elements and design presentations to the Client, “Revit©”
shall be used;
(c) Site supervision during construction phase;
(d) Commissioning of the facility on completion (infrastructure only); and
(e) Overall co-ordination and project management functions ;
The following items are exclusions from the scope:
• Initial planning i.e. development of clinical brief and concept plans
• Clinical equipment and furniture for the facility; and
• HT commissioning for operational readiness.
The Professional Service Provider/s will be expected to produce detailed specifications and drawings
for the works in consultation with the CDC and ECDoH. The specifications should be in line with the
approved project brief specifications as per the norms and standards for health care facilities. The
following services will be provided by the service providers:
Consultants (This RfP document)
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 3 17 June 2014
(a) Health facility planning, standards and approved layout plan (*Refer to IUSS FACILITY GUIDES
– Primary Health Care Facilities Report) containing the requirements with detailed
accommodation schedules, a concept layout of the proposed facility, a cost estimate based on
the concept design and conditional assessment report by the Consultants. Note that the
conditional assessment of the existing facility was already undertaken by other consultants
together with a Clinical Brief Report and proposed Concept Layout. This information will be
issued on appointment of the successful consultancy consortium/JV;
(b) Carry out further geotechnical investigations and site surveying if required;
(b) Further Concept Designs; Detail Design and Tender Documentation for procurement of a building
contractor;
(c) Overall contract administration, project management, co-ordination and construction
management of the works, attend site meetings at least every two weeks and more frequently if
deemed necessary by the CDC Project Manager;
(d) Commissioning of the completed facility (infrastructure only);
(e) Project Close Out.
NOTE:
The project may have to be executed in phases due to restrictions and sequencing of the works so as
not to adversely affect the operational hospital. The phasing will be identified during the development
of the Master Plan, Clinical Brief and Concept Design by others. The Consortium/JV will cooperate
fully at all times with the HT Consultants in the decanting, de-commissioning and commissioning of the
facilities. The project period for design and construction is 30 months.
The detailed stages of the services will be as follows:
2.1.1 Stage 1 - Concept Design (Preliminary Designs)
(i) Advise the End User/Client on the requirement to appoint a Health and Safety
Consultant including its procurement and managing during the construction;
(ii) Communicate the scope of works and accept and comment on the development of
the project brief and concept design with amendments where required;
(iii) Agree with the CDC and the ECDoH on the format and procedures for cost control
and reporting;
(iv) Manage and monitor the preparation of project costing with specific reference to site
matters that may affect the project costs;
(v) Prepare and co-ordinate an Indicative Project Document and Project Programme;
(vi) Manage the integration of concept design presentation to the DoH and ECDoH for
approval; and
(vii) Facilitate the End User/Client approvals.
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 4 17 June 2014
2.1.2 Stage 2 – Detail Design
(i) Establish a design Project Review Committee with one member representing every
stakeholder;
(ii) Conduct monthly project progress design review meetings with the consultants,
hospital management, CDC and ECDoH;
(iii) Manage the performance of the consultant team, with specific reference to
deliverables, and fee payable;
(iv) Manage the performance of the contractor with specific reference to deliverables,
payment, interest and penalties;
(v) Actively pursue the optimisation of the designs and implementation strategies;
(vi) Establish and co-ordinate the formal and informal communication structure,
processes and procedures for the design development of the project;
(vii) Prepare, co-ordinate and agree on a detailed Design and Documentation for the
project;
(viii) Manage, co-ordinate and integrate the design in a sequence to suit the project
design and documentation with consultants;
(ix) Facilitate and manage the end-user participation, by establishing the working group
committee to participate in meetings during the design of the project;
(x) Manage and monitor the timeous submission by the design team of all plans and
documentation to obtain the necessary statutory approvals;
(xi) Conduct Value Engineering exercise with CDC on detail designs for approval;
(xii) Facilitate any input from the design consultants required by Health and Safety
consultant;
(xiii) Establish responsibilities and monitor the information flow (to and from) to all
stakeholders
(xiv) Manage the preparation of cost estimates by the Quantity Surveyor, budgets and
cost reports;
(xv) Cost control to achieve cost effective designs;
(xvi) Facilitate and monitor the timeous technical co-ordination of the design by the design
team;
(xvii) Manage and monitor the planning and documentation of commissioning of the
facility, including change management planning; and
(xviii) Facilitate End User/Client approvals.
2.1.3 Stage 3 - Tender Documentation and Procurement
(i) Prepare and agree on the Project Procurement Programme;
(ii) Prepare and agree on the tendering process and format of tender evaluation;
(iii) Co-ordinate and monitor the preparation of the tender document by the consultants;
(iv) Preparation of Health and Safety Specifications;
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 5 17 June 2014
(v) Prepare Socio Economic Specifications;
(vi) Ensure inclusion of EPWP and SMME work package principles in the designs and
tender documents based on CDC SMME specifications;
(vii) Ensure energy efficient designs;
(viii) Manage the tender process in accordance with the CDC Procurement Policy and
PFMA requirements, including calling for tenders, adjudication of tenders, and
appointment of contractor, all conforming to CIDB and Government procurement
procedures;
(ix) Manage all the risks associated with tendering process; and
(x) Facilitate client approval to proceed with the construction.
2.3.5 Stage 4 - Construction Administration and Site Supervision
(i) Assist with appointment of contractor including signing of JBCC contract;
(ii) Ensure that all contractual obligations from the contractor are met e.g. guarantees,
insurances, programmes, etc are in place;
(iii) Manage the performance of the consultants, with specific reference to deliverables
and fee remuneration;
(iv) Manage the performance of the contractor with specific reference to deliverables,
cost structures, interest and penalties;
(v) Actively pursue the optimisation of the designs and implementation strategies;
(vi) Facilitate the hand-over of site to the contractor;
(vii) Establish and co-ordinate the formal and informal communication structure and
procedures during the construction period;
(viii) Monitor, review and approve the preparation of the contract programme;
(ix) Regularly attend the necessary site meetings;
(x) Monitor the compliance by the contractors of the requirements of the Health and
Safety Consultant;
(xi) Monitor the auditing of the contractors Health and Safety Plan and on site auditing by
the Health and Safety Agent;
(xii) Monitor the compliance by the contractors of the requirements of the Socio -
Economic Deliverables;
(xiii) Report on EPWP and SMME achievements to ECDoH;
(xiv) Establish if any scope may require environmental approval such as heritage approval
permits, etc and action on behalf of ECDoH;
(xv) Manage the preparation of the Environmental Management Plan by Environmental
Consultants (if required);
(xvi) Agree and manage the document schedule to ensure timeous delivery of required
information to the contractor;
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 6 17 June 2014
(xvii) Establish procedure for monitoring, controlling and agreeing all scope and cost
variations not exceeding 5% of the original appointed contract value. Formal
approvals to be obtained from CDC and ECDoH prior to instruction to proceed with
any scope changes;
(xviii) Agree and monitor all quality assurance procedures and implementation thereof by
the consultant and the contractor;
(xix) Monitor, review, approve and certify monthly progress payments of all Service
Providers;
(xx) Receive, review and adjudicate any contractual claims;
(xxi) Monitor the preparation of monthly cost reports by the Quantity Surveyor;
(xxii) Submit all necessary cash flows to the CDC and ECDoH;
(xxiii) Prepare monthly project reports (reporting on project progress and financial
management) including any other submission to the CDC and ECDoH;
(xxiv) Co-ordinate and monitor the defects/snag lists to enable the issue of the Certificate
of Practical Completion;
(xxv) Monitor the execution of the defects items to achieve works completion and the
issue of a Works Completion Certificate;
(xxvi) Monitor the execution of the defects items during the defect period to achieve final
completion and the issue of a Final Completion Certificate;
2.3.6 Stage 6 - Project Close Out
(i) Manage, co-ordinate and monitor all necessary commissioning of all complete works
on the facility for formal hand over to the HT Commissioning Team who will be
responsible for the HT equipment supply and operational commissioning of the
facility;
(i) Manage, co-ordinate and expedite the preparation of As-Built drawings;
(ii) Manage and expedite the issue of all operating and maintenance manuals as well as
warrantees and guarantees;
(iii) Manage, co-ordinate and expedite the preparation and agreement of the final
account by the consultants with the relevant contractors;
(iv) Process final accounts;
(v) Receive and review Close-out Reports from the Consultants/Contractors; and
(vi) Submit a project Close-out Report with project and financial data to the CDC and
ECDoH.
3 PREPARATION OF SUBMISSION
The following items are to be submitted:
(a) The Respondents Information Sheet at the beginning of this document;
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 7 17 June 2014
(b) An organogram of all members of the Consortium/ Joint Venture;
(c) Percentage and description of work to be carried out by each member of the Consortium/ Joint
Venture;
(d) Commitment to the transfer of knowledge i.e. the use of interns and students proposed for this
project by indicating the minimum number (five) to be assigned to this project and remuneration
deemed to be included in the percentage fee by all disciplines for the duration of the
appointment;
(e) The Financial Proposal form (Appendix A) is to be completed by respondents, wherein fees are
reflected as an amount in Rand and the remaining fees expressed as a percentage of the total
construction cost; and
(f) The Tender Offer Evaluation and Scoring document attached (Appendix B) should be carefully
read and all Annexures are to be completed in full.
4 ASSESSMENT CRITERIA
4.3 Responsiveness
The following criteria will be used in assessing the responsiveness of tenders.
Table 1: Mandatory Requirements to be submitted
NO. DESCRIPTION YES NO
1 Valid original Tax Clearance Certificate;
2 Confirmation of signing of attendance register to the mandatory
briefing meeting;
3 Authority of lead partner to sign the documents for JVs;
4 A letter signed by all members of JV, where they occur, confirming the
lead partner;
5 Comprehensive CVs of Professional Service Providers in each
discipline
6 Proof of Registration with Professional Institutions for each discipline
7 Completed and signed Declaration of Interest Register;
8 Financial proposal Schedules (A1, A2 & A3) must be completed and
signed in full and returned; and
9 Completed and signed Certificate of Independent Bid Determination -
Form SBD 9
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 8 17 June 2014
Failure to submit and complete all mandatory information will result in submissions
being deemed null and void and shall be considered “non – responsive” and therefore
not considered.
4.4 Additional Information Required
The following additional information is required for the assessment of bids:
(a) BEE Certificate; and
(b) A capability statement, reflecting the past experience of the respondents on projects of a
similar nature.
4.5 Quantitative Assessment
Bids are to be adjudicated on Price and BEE status. The method of scoring Financial
Proposals and the BEE Verification Certificate is described in the attached Tender Evaluation
and Scoring document.
The allocation of tender adjudication points for this Contract shall be as follows:
Area of Adjudication Maximum Points
Tendered Price (SP) 90
Empowerment Objectives (SE) 10
Total Points (S) 100
5 TERMS AND CONDITIONS
(a) All submissions must be received by the CDC no later than 12:00 noon, Monday, the 14th
July
2014. Respondents must submit their proposals before the closing date and time and any late
submissions will not be considered;
(b) A Clarification (Briefing) meeting has been scheduled for 30 June 2014 at 11:00 am at EL Health
Resource Centre, Chelterham Road, East London;
(c) All submissions and subsequent information received will become the property of the CDC and
will not be returned;
(d) Failure to complete all mandatory information will result in submissions being deemed null and
void and shall be considered “non-responsive” and therefore not considered;
(e) Telegraphic, telexed, faxed or e-mailed submissions will not be accepted;
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 9 17 June 2014
(f) One original document shall be placed in sealed envelopes clearly marked. “CDC/501/14 -
Professional Consultancy Services for the St Lucy’s Hospital in St Cuthberts in the
Eastern Cape Province”
(g) Respondents or their representatives (including the courier services) must ensure that they
register their submissions in the Register for Submissions form that will be provided at the
Reception Desk of the CDC, wherein they will indicate the name of the person delivering the
submission, the number of copies submitted, the time and date of submission and attach their
signatures;
(h) All enquiries and submissions regarding this Request for Proposal must be directed in writing
only to: Mr Luvuyo Matya: Acting Supply Chain Manager, Coega Development Corporation,
Corner Alcyon Road & Zibuko Street, Zone 1, Coega IDZ, Port Elizabeth, 6100.
Email : [email protected]
(i) The contact person reflected above shall be the only point of contact for this contract. Failure to
observe this requirement will lead to immediate disqualification of the respondent;
(j) The CDC reserves the right not to accept any submission. If the CDC does not accept any
submission, it will declare this proposal request process to be closed and may then elect to
negotiate with any party, or to proceed on a completely different basis, or not to proceed with the
services;
(k) Submission of a proposal and its subsequent receipt by the CDC does not represent a
commitment on the part of the CDC to proceed further with any Respondent or any project;
(l) The Respondent shall treat as confidential all documentation, drawings, reports, etc which are
provided pursuant to this RfP;
(m) All documents, drawings, reports, etc prepared by the Respondent pursuant to this RfP shall
become the copyright of the CDC;
(n) No costs incurred by the Respondents in the preparation of their submission will be reimbursed;
(o) All Respondents will be advised as soon as the successful Bidders have been approved
pertaining to the specific contract;
(p) Members of the bidders not to appear in more than one consortium. In the event that this is
unavoidable, such consultant shall sign a confidentiality agreement among the consortium or JV
members to not disclose information to another group. This document to be enclosed in the
bid submission.
(q) Disbursements for printing, typing, binding, etc. unless otherwise stated will be payable as per
the National Department of Roads and Public Work’s Gazetted Rates;
(r) All travel and time cost disbursements within a radius of 65km from the base office in Mthatha (O
R Tambo District) would be deemed to be included in the percentage fees schedule for all
disciplines. Travel and time costs to meetings at special request of CDC will be paid as per the
National Department of Roads and Public Work’s Gazetted Rates on a proven cost basis; and
(s) The Fidic Client/Consultant Model Service Agreement, Fourth Edition 2006, will be used after
appointment of the successful respondent.
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 10 17 June 2014
6 DISQUALIFICATION
Potential Bidders will be disqualified immediately during the tendering stage or during the tender
evaluation and adjudication stage or after the contract has been awarded if they are found to have
conducted or committed any of the following:
(a) Bidders, bidder’s representatives, associates, or shareholders that sought to influence
adjudication process of this tender, or outcomes of the adjudication process, directly or indirectly;
(b) Bidder that failed to follow or observe the lines of communication that are prescribed in the
Advert;
(c) Collusion among bidders;
(d) Misrepresentation of information;
(e) Any Bidder or its principals or both who have engaged in corrupt and fraudulent practices, not
only with the CDC but anywhere else;
(f) Bidder who has pending liquidation, in receivership, bankrupt/insolvent (actually and
commercially);
(g) Tendered price that is unrealistically low and posing commercial risk to the CDC;
(h) Poor past performance on previous contracts; and
(i) Bidder or JV/Consortium partner appearing on National Treasury blacklist.
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 11 17 June 2014
APPENDIX A
FINANCIAL PROPOSAL
Schedule A1: Professional Services
Activities per Stage
Disciplines Total per
Activity (all
disciplines) Arch/PA** QS
Civil &
Structural Electrical Mech
Clerk of
Works
% %
% % %
% %
(a) Fee as a percentage of the total construction cost for the review and development of the concept design and cost estimate.
(b) Fee as a percentage of the total construction cost for the detail designs and pre tender cost estimate*.
(c) Fee as a percentage of the total construction cost for the tender document.
(d) Fee as a percentage of the total construction cost for the overall project co-ordination and project management functions/activities.
(e) Fee as a percentage of the total construction cost for full time site supervision during construction.
(f) Fee as a percentage of the total construction cost for the commissioning of the new facility on completion and close out report.
Total Percentage per Discipline & Overall Total
* The cost estimate to include the project life-cycle cost (including the demolition of the facility)
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 12 17 June 2014
** Responsibility of the PA functions to be decided by the Consortium/JV.
Schedule A2: Fee Amount Calculation
Estimated Construction Costs (Excluding VAT) R 75 000 000
Fees Tendered Unit Amount
Percentage Basis Fees
Percentage for A1 from Previous Page
(Overall _________% from Schedule A1) R
Fixed Fees
(g) Fee for development of the Project Brief
(including Assessment Report)
Fixed
Fee Not Required
(h) Fee for development of the Master Plan (if
necessary)
Fixed
Fee Not Required
Total Fee Amounts R Schedule A2 – Carry Forward to Page 14 - OFFER
Above fee estimate to exclude VAT
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 13 17 June 2014
Schedule A3: Disbursements
Activity Unit Quantity Rate Amount
Geotechnical Investigation [If required] (Proven Costs) Prov Sum 1 R 70,000.00 R 70,000.00
Mark-up & Profit Charge % 1 % R
Topographical and Cadastral survey [If required] (Proven
Costs) Prov Sum 1 R 40,000.00 R 40,000.00
Mark-up & Profit Charge % 1 % R
H & S Agent Services (Proven Costs) Prov Sum 1 R 100,000.00 R100,000.00
Mark-up & Profit Charge % 1 %
Travelling (Proven Costs) as per CDC instruction only km 6000 R R
Travel time (all disciplines) (Proven costs) Hrs 60 R R
Printing, Typing, Binding & Drawings Prov Sum 1 R 40,000.00 R 40,000.00
Accommodation& Meals Nights stay 10 R R
Total Disbursement Amount R
Schedule A3 - Carry
Forward to Page 14 –
FINAL OFFER
Above fee estimate to exclude VAT
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 14 17 June 2014
SUMMARY - TOTALS FOR SCHEDULES A2 & A3 FOR FEES &
DISBURSEMENT – FINAL OFFER
From Schedule A2 – Total Amount for Fees (percentage & fixed) R
From Schedule A3 – Total Amount for Disbursements R
Total Consultancy Services Amount Offered (Excluding VAT) R
Notes
(a) All deliverables, but not limited to these listed, will be treated as disbursement at a proven cost by CDC; (b) The disbursement for copies, prints, binding, etc. will be paid as per the National Department of Roads and Public Work’s Gazetted Rates; (c) Disbursements which include travelling and accommodation will be paid based on the assumptions that the offices are within the O R Tambo District (Mthatha
based); and (d) Interns monthly remuneration is deemed to be included in the fixed percentage fees.
We/I _______________________________in my/our capacity ________________________________duly authorized Lead Partner for the ____________________________________________________Consortium/Joint Venture offer the amount of R__________________(exclusive of VAT) (Amount in Words) _______________________________________________________________________________________for rendering Professional Consultancy Services for the St Lucy’s Hospital.
Name of Person: __________________________
Authorized Signature: __________________________
Witness:
Name: ___________________________ Signature: ___________________________
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 15 17 June 2014
APPENDIX B
RESPONDENT’S INFORMATION SHEET
RESPONDENT’S INFORMATION SHEET
This form MUST be filled in by all respondents to this RfP and included as the third page of the Proposal
after the cover page.
Contract No. CDC/501/14
Description of Contract Professional Consultancy Services for the St Lucy’s Hospital in St Cuthberts in the Eastern Cape Province.
Name of Organisation / Joint Venture / Consortium
(Lead Consultant)
Physical Address
Postal Address
Contact Name
Email Address
Telephone Number
Fax Number
Cell Number
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 16 17 June 2014
APPENDIX C
TENDER OFFER EVALUATION AND SCORING
Coega Development Corporation (Pty) Ltd
TENDER OFFER EVALUATION AND SCORING
Empowerment Objectives
Price
SPECIFICATION
TGP 07: 2013
REVISION 07: JANUARY 2013
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
EVALUATION AND SCORING OF TENDER OFFERS ON EMPOWERMENT
OBJECTIVES AND PRICE
SPECIFICATION
TGP 07: 2013
REVISION 07: JANUARY 2013
Coega Development Corporation (Pty) Ltd
Coega Business Centre
Zone 1, Coega IDZ
Port Elizabeth, South Africa
6001
Copyright © 2006 Coega Development Corporation (Pty) Ltd
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
DOCUMENT CONTROL SHEET
PROJECT NAME : COEGA INDUSTRIAL DEVELOPMENT ZONE AND PORT OF NGQURHA
DOCUMENT TITLE : EVALUATION AND SCORING OF TENDER OFFERS ON EMPOWERMENT
OBJECTIVES AND PRICE
DOCUMENT No. : TGP 07 : 2013
SIGNING OF THE ORIGINAL DOCUMENT
We, the undersigned, accept this document as a stable work product to be placed under formal change
control as described by the Change Control Procedure document.
ORIGINAL Prepared by Reviewed by Approved by
Date:
October 2004
Name:
Andile Ntloko
Name:
-
Name:
Wabo Msizi
Signature:
Signature: Signature:
Revision Prepared by Reviewed by Approved by
Date:
11 August 2006
Name:
Philisa Ndzamela-Qaba
Name:
Bongeka Jojo
Name:
Wabo Msizi
Signature:
Signature: Signature:
Date:
27 October 2006
Name:
Mpumi Mabula
Name:
Peter Inman
Name:
Paul Leese
Signature:
Signature:
Signature:
Date:
27 July 2007
Name:
Carmen Harri
Name:
Luvuyo Matya
Name:
Alan Young
Signature:
Signature:
Signature:
Date:
01 November 2008
Name:
Andile Ntloko
Name:
Luvuyo Matya
Name:
Alan Young
Signature:
Signature: Signature:
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
Date:
6 July 2010
Name:
Luvuyo Matya
Name:
Andile Ntloko
Name:
Bongeka Jojo
Signature: Signature: Signature:
Date:
17 January 2013
Name:
Luvuyo Matya
Name:
Andile Ntloko
Name:
Bongeka Jojo
Signature: Signature: Signature:
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification 17/01/2013
TABLE OF CONTENTS
ACRONYMS ................................................................................................................... 1
1 INTRODUCTION ....................................................................................................... 1
2 APPLICABLE DOCUMENTATION ........................................................................... 1
3 DEFINITIONS AND INTERPRETATIONS ................................................................. 2
4 TENDER ADJUDICATION POINTS .......................................................................... 5
5. DETERMINATION OF RESPONSIVENESS OF BIDDERS…………………………...7
6. THE QUANTITIATIVE ASSESSMENT…………………………………………...............9
7. GUIDELINES WHEN FUNCTIONALITY IS USED IN THE EVALAUTION
PROCESS……………………………………………………………………………………...10
8. DISQUALIFIERS DURING EVALUATION STAGE…………………………………..10
9 DOCUMENTATION TO BE SUBMITTED IN SUPPORT OF TENDER ................... 10
10 VALIDITY OF PREFERENTIAL REGISTRATION AFFIDAVIT ............................... 11
11 PROOF OF CONTRACTUAL ARRANGEMENT ..................................................... 11
12 OUTSOURCING OF WORKS ................................................................................. 12
13 COMPLIANCE WITH LEGISLATION ...................................................................... 12
14 SUBSTITUTION OF PREFERENTIAL GROUP DURING CONTRACT PERIOD 13
15 RECORDING AND REPORTING BY THE CONTRACTOR ................................ 13
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification 17/01/2013
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 1 of 14 17/01/2013
ACRONYMS
ABE = Affirmable Business Enterprise
ABVA = Association of BEE Verification Agencies
BBBEE = Broad-based Black Economic Empowerment
BEE = Black Economic Empowerment
EME = Exempted Micro Enterprises
CDC = Coega Development Corporation (Pty) Ltd
CIDB = Construction Industry Development Board
LEP = Local Enterprise Participation
PPPFA = Preferential Procurement Policy Framework Act
SMME = Small, Medium and Micro Enterprises
WEO = Women Equity Ownership
1 INTRODUCTION
This Specification, TGP 07:2013: Tender Offer Evaluation and Scoring shall form the basis for
determining how this tender will be evaluated and scored more particularly with respect to
achievement of Empowerment Objectives and the Tendered Price.
This Specification was developed and adopted by the Coega Development Corporation Pty Ltd
(CDC) to ensure that Broad Based Black Economic Empowerment (B-BBEE) is meaningfully
progressed and that individuals with B-BBEE status, specifically from the Eastern Cape, participate
meaningfully during the execution of contracts awarded by the CDC for the development of the
Coega IDZ and on projects that the CDC implements on behalf of other entities.
2 APPLICABLE DOCUMENTATION
This Specification is to be read together with following applicable documents:
(a) Preferential Procurement Policy Framework Act (PPPFA);
(b) Broad-based Black Economic Empowerment Act (B-BBEE);
(c) CDC’s Procurement Policy & Procedures;
(d) Construction Industry Development Board’s (CIDB’s) Code of Conduct; and
(e) Public Finance Management Act (PFMA).
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 2 of 14 17/01/2013
3 DEFINITIONS AND INTERPRETATIONS
(a) Affiliated Business: A business entity which has control of or the power to control another
business entity, albeit indirectly, e.g. where a third person has control of or has the power to
control both entities. Indicators of control shall, without limitation, include interlocking
management or ownership, identity of interests among family members, shared facilities and
equipment, or common use of employees.
(b) Accredited Verification Agencies: Enterprises that have been accredited by SANAS and
ABVA on behalf of the DTI to provide an independent opinion on the broad-based economic
empowerment status of enterprises.
(c) Assignment Value: The total Rand value of the money charged to the CDC by a Service
Provider for services rendered to the CDC following a duly authorised appointment to do so
by the CDC.
(d) Black people: refers to African, Coloureds, Chinese and Indian who are citizens of RSA by
birth and are citizens of RSA by naturalisation before 1994.
(e) Black Economic Empowerment: is defined as an integrated and coherent socio-economic
process that directly contributes to the economic transformation of South Africa and brings
about significant increases in the number of black people who manage, own and control the
country’s economy, as well as significant decrease in income inequalities.
(f) Broad Based Black Economic Empowerment: means the economic empowerment of all
black people including black women, workers, youth, people with disabilities and people
living in rural areas, through diverse but integrated socio economic strategies, as defined in
the Act.
(g) Codes of Good Practice : refers to BEE Codes of Good Practice including all the
statements as issued under section 9 of Act 53 of 2003
(h) Contract: A legally binding agreement between the CDC and the Service Provider for the
latter to provide goods and/or services to the former. A contract would be legally binding
only if it has been signed by people who have the delegated authority to do so.
(i) Contractor: Any person, body, or legal entity who has a contract with the CDC for
performing a construction related contract. A Tenderer whose tender has been accepted
becomes a Contractor.
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 3 of 14 17/01/2013
(j) Control: The possession and exercise of legal authority and power to manage the assets,
goodwill and daily operations of a business and the active and continuous exercise of
appropriate managerial authority and power in determining the policies and directing the
operations of the business.
(k) Employment Intensive Construction: Forms of construction utilising methods and
technologies which realise an increase in the number of employment opportunities
generated over plant based or traditional forms of construction.
(l) Executive Director: 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, who, jointly and severally with
his other partners, co-directors or co-members, as the case may be, bears the risk of the
business and takes responsibility for the management and liabilities of the partnership,
company, or close corporation on a day to day basis.
(m) Firm: A business entity providing professional services in which at least two thirds of the
Principals are Registered Professionals-in-training.
(n) Joint Venture: An association of firms, companies or businesses for which purpose they
combine their expertise, efforts, skills and knowledge to execute the Contract.
(o) Local Enterprise Participation: A firm, company, business with a permanent office and
infrastructure in the Eastern Cape Province that participates meaningfully in the Performance
of the Works.
(p) Office: A firm which is under the full-time control and operation of a resident Registered
Professional.
(q) Owned: Having all the customary incidents of ownership, including the right of disposition,
and sharing the risks and profits commensurate with the degree of ownership interest as
demonstrated by an examination of the substance, rather than the form of the ownership
arrangements.
(r) Ownership Goal: The percentage of the Tendered Price, as awarded, which represents the
sum of the Rand value of HDI people’s equity in the Performance of the Works.
(s) Preferential Group: Individuals, firms or companies with BEE status and who are targeted
for empowerment.
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 4 of 14 17/01/2013
(t) Preferential Participation Programme: A programme indicating the means, resources and
methodology by which a Contractor would undertake to engage preferential groups in the
due fulfilment of the Contract.
(u) Prime Contractor: A contractor who contracts with the CDC as the principal or main
contractor or as a joint venture partner to such contractors, to provide goods, services or
works.
(v) Professional Service: The provision on a fiduciary basis of labour and knowledge-based
expertise which is applied with skill, care and diligence in accordance with the provision of
the Professional Service Contract.
(w) Service Provider: Any person or body corporate that is under contract to the CDC for
providing a Professional Service.
(x) Registered Principal: A person within an Office who is professionally registered by the
relevant statutory council, and who is a director, partner, member, profit sharing associate,
shareholder or other category of persons who participates meaningfully in the ownership,
benefits and risks of the Office and is engaged full time in the operation of the Office.
(y) Registered Professional: A full-time employee of an Office, other than a Principal, who is
professionally registered by the relevant statutory council.
(z) Registered Professional-in-training: A full-time employee, other than a Principal, who is
registered by the relevant statutory council as a professional-in-training, has obtained the
necessary tertiary qualifications to register as a professional and is serving an in-house
training period prior to applying to register as a professional.
(aa) Senior Manager: An individual who is responsible for planning, organising, leading and
controlling operations within an organisation and who reports to the Executive Director.
(bb) Services: The provision of labour and/or work carried out by hand or with the assistance of
equipment and plant including the input as necessary of knowledge based expertise.
(cc) Small, Medium and Micro Enterprises: There are two types namely Exempted Small &
Micro Enterprise (ESME’s) and Qualifying Small Enterprise (QSE):
(i) Exempted Small & Micro Enterprises (ESME’s) are defined by the Codes, as
companies with an annual total turnover of R5 million or less.
(ii) Qualifying Small Enterprises (QSE) are defined by the Codes, as companies with an
annual total turnover of between R5 million and R35 million.
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 5 of 14 17/01/2013
(dd) Sub-contractor: A contractor who contracts with the Prime Contractor to provide works as
part of the total services required by the CDC for that Contract.
(ee) Supplier: A firm that owns, operates or maintains stores, warehouses or other
establishments in which materials or supplies are bought, kept in stock and regularly sold to
the public in the usual course of business; and engages as its principal business, and in its
own name, in the purchase and sale of goods.
(ff) Tender: The offer of prospective suppliers of goods and/or services, submitted in a tender
document which is issued to the public at large.
(gg) Women Equity Ownership (WEO): The collective ownership percentage of full-time
Executive Directors within an enterprise who are women.
4 TENDER ADJUDICATION POINTS
4.1 Points Awarded for Empowerment Objectives
The points system for Service Providers (and Contractors) will be structured in the following
way:
SCORING
CRITERIA
WEIGHTING FOR
80:20
WEIGHTING FOR
90:10 COMMENTS
Price 80 90
Empowerment
Objective 20 10
B-BBEE Certificate
is required
Total points 100 100
The 80:20 weighting applies for contracts less than R1 million (VAT Incl.) whereas the 90:10
weighting applies for all contracts in excess of R1 million (VAT Incl.).
The allocation of tender adjudication points for Contracts shall be as follows:
Area of Adjudication Maximum Points Maximum Points
Tendered Price (SP) 80 90
Empowerment Objectives (SE) 20 10
Total Points (S) 100 100
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 6 of 14 17/01/2013
In addition to price evaluation, CDC will evaluate contractors, service providers and
professionals based on their B-BBEE status achieved in accordance with the DTI Codes of
Good Practice and companies must submit B-BBEE Verification Certificates from accredited
verification agency or IRBA registered Auditors in order to be eligible for empowerment
points. Exempted Small & Micro Enterprises (ESME’s) enjoy a deemed BEE recognition of
Level 4 contributor and those, which are 50% or more owned by black people are promoted
to a Level 3 contributor. Sufficient evidence of qualification as an Exempted Small Micro-
Enterprises (ESME’s) is a letter from the enterprise’s Accounting Officer confirming that the
turnover is less than R5m or a verification certificate from Independent Regulatory Board for
Auditors (IRBA) or SANAS registered Verification Agency.
Note:
� 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.
� 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 tender.
Empowerment points shall be awarded to a tenderer for attaining the B-BBEE status level of
contributor in accordance with the table below.
CONTRIBUTION LEVEL WEIGHTING FOR
80:20
WEIGHTING FOR
90:10
Level One 20 10
Level Two 18 9
Level Three 16 8
Level Four 12 5
Level Five 8 4
Level Six 6 3
Level Seven 4 2
Level Eight 2 1
Non Compliant Contributor 0
0
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 7 of 14 17/01/2013
Local Enterprise Participation (LEP Target)
The LEP target is the value of work done by local enterprises, whether as prime contractor, sub-
contractor or supplier, determined as follows:
The value sourced at local level is the value of resources based in the local area or produced in
the local area
The LEP target must be calculated in relation to every entity involved in the project. Management
staff commuting from other areas for the duration of the project will not qualify as local. Plant and
equipment brought in from other areas will not qualify as local. Materials and plant sourced via
local suppliers or agencies will qualify as local. A supplier that has been established locally by a
Tenderer solely for the purpose of servicing the project will not qualify as a local Supplier.
The LEP threshold for CDC contracts is 30%.
The threshold may be increased by the BU up to 50% if scope exists for further local
participation.
SMME / EME Involvement
There should be a minimum participation of 35% SMME’s / EME’s participation of tender value,
excluding VAT, escalation, etc. Each project from every Business Unit must achieve a minimum
of 35% SMME participation. SMMEs must be 100% Black owned or at least majority black
owned.
5 DETERMINATION OF RESPONSIVENESS OF BIDDERS
In deciding on the responsiveness or pre-qualifiers due cognisance must be taken to the fact that
some should always be included in the tender documents and some would depend upon the nature
of the contract and therefore might not always be required. The following responsiveness criteria or
pre-qualifiers will be used in this bid and are subdivided into mandatory and non-mandatory:
5.1 Mandatory Requirements
NO. DESCRIPTION
(1) Valid original Tax Clearance Certificate;
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 8 of 14 17/01/2013
5.5.2 Additional information required
6. THE QUANTITATIVE ASSESSMENT
(2) Minimum required CIDB Grading;
(3) Signed certificate of attendance to the mandatory Briefing Meeting or copy of
signing of Attendance Register;
(4) Authority of lead partner to sign the documents;
(5) Signed Form of Offer;
(6) Signed Letter of Intent to enter into Joint Venture, Consortium or to subcontract
(where applicable);
(7) Complete Bill of Quantities filled in clearly legible and permanent ink;
(8) Completed and signed Declaration of Interest Register.
(9) Proof of access to key personnel with relevant experience to execute the works;
NO. DESCRIPTION
(1) BBBEE Certificate
(1)
The main JV partner to carry out the highest percentage of the work, to have the
relevant CIDB grading for that category of works in case of contractors, and to lead
contract (where applicable);
(2)
Proposed methodology covering and demonstrating coherence of the:
(i) Work organization programme, (ii) Resource plan, and (iii) Methodology for executing the works.
(3) Access/ownership (availability) of plant & equipment (In case of hiring key plant,
letter conforming the willingness of the hirer to hire equipment to the bidder);
(4) Record of previous projects which may be relevant in the evaluation of the bid and
contact persons (if any);
(5)
Supporting documents on project imperatives:
(i) Plans for promoting and managing safety, health and environmental issues during execution of the project;
(ii) Plans for monitoring and applying quality assurance principles in the execution of the project;
(iii) Plans for addressing socio-economic issues (with specifics on numbers to be achieved) which include:
(1) Maximisation of job opportunities (labour histograms); (2) Creation of opportunities and meaningful involvement of SMMEs; (3) Use of local material/local suppliers; and (4) Training of labour (non –accredited). (5) Proof of office locality (e.g. municipal account, title deed, lease
agreement etc.)
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 9 of 14 17/01/2013
It is considered that there might be a need for an iterative process between the Stage 1 and Stage
2 in that other things befit Stage 1 might only be apparent in Stage 2. This should be construed as
progressive elaboration of assessment and should be allowed to take place when a need to do so
arises.
6.1 Points Awarded for Tender Price (SP)
The lowest acceptable tendered price should be determined and will be used to calculate the
score for price. A maximum of 80 or 90 points will be allocated to the Tendered Price on the
following basis:
Where: SP = Score obtained by the Tenderer for Price;
Smax = Maximum score that could be obtained for this Contract;
Plowest = Lowest acceptable tender price;
Ptendered = Tendered price being considered.
6.2 Empowerment Scoring, SE
(a) Obtain Broad-based Black Economic Empowerment (B-BBEE) certificate which must
be submitted with tender. (entities issuing the certificates should be registered with
SANAS or IRBA.
(b) In case of JV or Consortium submissions a Consolidated B-BBEE Scorecard must be
submitted and it must be prepared for every separate tender.
6.3 Total Tender Adjudication Points
The total tender adjudication points (S), is given by:
S = SP + SE (Not to Exceed 100 Points)
7 GUIDELINES WHEN FUNCTIONALITY IS INCLUDED AS A CRITERION IN THE
EVALUATION OF BIDS
Functionality – means the measurement according to predetermined norms of a service or
commodity designed to be practical and useful, working or operating, taking into account quality,
reliability, viability and durability of a service or commodity.
)(max tenderedlowestP
PPSS =
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 10 of 14 17/01/2013
The evaluation of bids must be conducted in the following two stages:
7.1 Firstly, the assessment of functionality must be done in terms of the evaluation criteria and
the minimum threshold be determined. A bid must be disqualified if it fails to meet the
minimum threshold for functionality as per the bid invitation.
7.2 Thereafter, only the qualifying bids are evaluated in terms of the 80/20 or 90/10 preference
points systems, where the 80 or 90 points must be used for price only and the 20 or 10
points are used for empowerment scoring and/or for achieving the prescribed RDP Goals.
8 DISQUALIFIERS DURING EVALUATION STAGE
The following disqualifiers will be used:
8.1 Bidder that sought to influence the adjudication process;
8.2 Collusion among bidders;
8.3 Misrepresentation of information;
8.4 Any service provider or its principals (or both) who have engaged in corrupt and fraudulent
practices, not only with the CDC but anywhere else;
8.5 Bidder who has a pending liquidation, in receivership, bankrupt/insolvent (actually and
commercially)
8.6 Tendered price unrealistically low and posing commercial risks to the client;
8.7 Poor past performance (the focus is on gross poor performance and a clear trend of poor
performance needs to be established).
9 DOCUMENTATION TO BE SUBMITTED IN SUPPORT OF TENDER
(a) The CDC shall require all potential Consultants, SP’s and CONTR’s to submit at tender
stage, a valid certified copy of a Verification Certificate. The Verification Certificate which
indicates the entity’s BEE status must be issued by SANAS Accredited Verification Agency
or IRBA registered Auditors. Similarly, small entities i.e. Exempted Small Micro Enterprises
(ESME’s) will have to submit Exemption Certificates issued by an Accredited Verification
Agency or IRBA registered Auditor’s certificate or similar certificate issued by Accounting
Officers.
(b) The common legislative requirements that are specified by the CDC are CIDB Grading and
valid original Tax Clearance Certificate (TCC).
(c) Tenderers shall submit the Draft Joint Venture Agreement when required to do so.
(d) Tenderers shall deliver to the Employer a works programme clearly specifying the
participation of targeted enterprises per activity.
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 11 of 14 17/01/2013
(e) Failure by the Tenderer to complete and deliver the information schedules in the form and
within the time specified as agreed by the CDC or its agents/officers, etc., may render the
tender non-responsive and lead to its rejection.
10 VALIDITY OF PREFERENTIAL REGISTRATION AFFIDAVIT
(a) Should a Tenderer either claim or engage an enterprise whose actual black equity and/or
staff composition differs from the actual black equity and/or staff composition for which
credits have been claimed whether incorrectly and/or fraudulently on any tender, such
Tenderer shall immediately be disqualified.
(b) Any Contract awarded on account of false information furnished by the Tenderer in order to
secure preference may be cancelled at the sole discretion of the CDC without prejudice to
any other remedies the CDC may have.
(c) Should the Tenderer be found to have acted fraudulently and/or dishonestly, he/she will be
disqualified from all future tenders for a minimum period of thirty six (36) months, or as
otherwise decided by the CDC.
(d) It is primarily the responsibility of the Tenderer to understand the relevant criteria, definitions
and interpretations associated with a specific preference group before claiming credits for
the engagement of such preference group.
11 PROOF OF CONTRACTUAL ARRANGEMENT
11.1 The Contractor shall submit to the CDC a list of sub-contractors to perform works, services
or supply of goods entered into between the Prime Contractor or Joint Venture at Prime
Contract Level and the sub-contracted preference groups. The CDC may deny the
Contractor credits towards the attainment of his preference group participation percentage in
the absence of a written sub-contract and/or the failure by the Contractor to submit a copy
thereof to the CDC.
11.2 A Joint Venture or Consortium shall submit to the CDC a certified copy of the Joint Venture /
Consortium Agreement, if the Joint Venture/Consortium involves preference groups for
which participation credits are applied. The Contractor shall not impose upon preference
groups unfair conditions of contract. Preference participation credits claimed may be denied
if such contracts contain:
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 12 of 14 17/01/2013
(i) A right of set-off, session and assignment as well as surety in favour of the employing
contractor;
(ii) Authoritarian rights given to the employing contractor with no recourse to independent
adjudication in the event of a dispute arising;
(iii) Payment procedures based on a pay-when-paid system;
(iv) Unreasonable retention percentages and periods of retention after completion;
(v) Conditions which are more onerous than those which exist in the Contract with the
CDC.
11.3 Groups for which preference credits are applied for shall participate meaningfully during the
Performance of the Works and shall be responsible for clearly defined portions of the works
to be performed or services to be provided with its own work force and using its own
resources or resources hired by it independent of the employing contractor or non-
preference partners in a joint venture.
12 OUTSOURCING OF WORKS
12.1 The Prime Contractor/Service Provider shall execute works in accordance with tender
commitment and may not outsource works without due approval of the CDC Project
Manager.
12.2 An entity must not be awarded points for B-BBEE status level if it is indicated in the tender
documents that such a tenderer 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 tenderer
qualifies for, unless the intended sub-contractor is an exempted micro enterprise that has the
capacity and ability to execute the sub-contract.
12.3 An entity 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 exempted micro
enterprise that has the capacity and ability to execute the sub-contract.
13 COMPLIANCE WITH LEGISLATION
Submissions from entities which do not meet the specified legislative requirements or proof of
suitable arrangements being made with the relevant authorities at the time of tendering will be
rendered non-responsive by the CDC. The common legislative requirements that are specified by
the CDC are CIDB Grading and valid original Tax Clearance Certificate (TCC).
Coega Development Corporation Coega IDZ and Port Procurement Unit Zone Development and Operations ISO 9001: 2008 Clause 7.4 Purchasing
TGP Specification Page 13 of 14 17/01/2013
In cases of Joint Ventures or Consortia, all the JV partners must have valid original TCC by the
time they make a submission. If one of the JV partners has not submitted a valid original TCC, the
entire JV or Consortium shall be regarded as being non-responsive. Sub-contractors must also
comply with Tax Clearance Certificate (TCC) requirements.
14 SUBSTITUTION OF PREFERENTIAL GROUP DURING CONTRACT PERIOD
13.1 Conditions during the Performance of the Works may necessitate terminating the
participation of a Preferential Group. This termination must, however, be authorised by the
designated CDC Project Manager. Key indicators for such justification include, but are not
limited to the following:
(i) Continuous poor productivity and progress by the Preferential Group;
(ii) Continuous non-conformance to quality standards by the Preferential Group
13.2 Each case shall be investigated and a formal written report prepared by the Procurement
Office in consultation with the Project Manager (PM).
15 RECORDING AND REPORTING BY THE CONTRACTOR
The CDC Project Manager shall monitor and ensure that SMME and LEP commitments are
achieved during the duration of the contract, the contractor shall report on monthly basis the
achievements thereof to the consultants and CDC Project Manager. The CDC Project Manager
shall take all necessary actions during the Performance of the Works to bring to the attention of the
Contractor when progress in the attainment of the tendered goal percentage(s) is lacking.
Supply Chain Manager
Andile Ntloko
…………………………………………….. …………………………………………………...
Signature Supply Chain Manager Date of approval
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 17 17 June 2014
APPENDIX D
CERTIFICATE OF INDEPENDENT BID DETERMINATION – FORM SBD 9
1
SBD 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.
2
SBD 9
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
3
SBD 9
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; 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.
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.
4
SBD 9
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
Js914w 2
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 18 17 June 2014
APPENDIX E
CONDITIONAL ASSESSMENT REPORT
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
Report prepared by b4 Architects cc 17 January 2014
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
CONTENTS:
1. METHODOLOGY 2. CLINICAL ASSESSMENT
2.1. Introduction 2.1.1. History of Facility
2.2. Location 2.2.1. Site Map 2.2.2. Aerial Photograph
2.3. Approach 3. KEY FINDINGS
3.1. District PHC Framework 3.2. Utilization
3.2.1. Population 3.3. Referral Network 3.4. PHC Service Package 3.5. Staffing 3.6. Geographical Aspects 3.7. Patient Transport 3.8. Assets 3.9. Infrastructure Requirements
4. CRITICAL AND EMERGING ISSUES 5. RECOMMENDATIONS 6. APPENDIX 1 : BUILDING ASSESSMENT 7. APPENDIX 2 : PHOTOGRAPHIC REPORT 8. APPENDIX 3 : ASSET REGISTER
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
1. METHODOLOGY
The Assessment of St Lucy’s Hospital was undertaken by a team of three Architects / Architectural Technologists and an Electrical Engineer conversant in the design and construction of Healthcare projects. The team undertook a physical assessment of the infrastructure and also a discussion with the Acting Hospital Manager to ascertain information pertinent to the assessment. The Physical Assessment was undertaken over a period of two days and involved a building by building condition audit assessment both externally and internally (where access was possible). Each building was assessed on a number of fields and rated on their suitability and present condition using a 5 point scale ranging from New to Failed (Condemn / Replace). These forms have been compiled into the Building Assessment Report (Appendix A). A photographic record of each building was made and selected photographs have been included in the Photographic Report (Appendix B). A variety of online and Department of Health documents were consulted to obtain Demographic and Population Statistical information and insight into the planned classification of Hospitals which were then used to assess the needs of the Hospital. These documents included :
Stats SA website and Census 2011 population and demographic stats
Government Gazette No. 9570, August 2011 : Regulations relating to categories of Hospitals
Eastern Cape Department of Health Rationalized Service Delivery Platform
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
2. CLINICAL ASSESSMENT 2.1. Introduction
The Assessment Team consisted of the following individuals with experience in Healthcare Architecture:
Bryan Brinkman : Professional Architect (b4 Architects) – 15 years Healthcare Architecture experience
Debbie Haupt : Professional Architect (b4 Architects) – 3 years Healthcare Architecture experience
Leigh McLaren : Candidate Architect (b4 Architects) – 1 year Healthcare Architecture experience
Sim Nteleza : Student Architect (b4 Architects) – 2 years part‐time Healthcare Architecture experience
Pat Callaghan : Professional Electrical Engineer (CA du Toit) – 25 years Healthcare Electrical Engineering experience
The Assessment Team visited and audited St Lucy’s Hospital on Thursday the 6th and Friday the 7th December 2014. During the time on site the team interacted and obtained key information from the following staff:
Mrs Catherine N. Zazela (Acting Hospital Manager)
Senior Maintenance Personnel
2.1.1. History of Facility
St Lucy’s Hospital was originally part of the St Cuthberts Mission and originally constructed as a Mission Hospital. Taken over by the State at an (at present) undefined date, it developed into a 140 bed specialist hospital. Due to its deteriorating state a decision was taken to construct a new Hospital, Dr Malizo Mpehle Hospital in closer proximity to the town of Tsolo. The original intention was for Dr Malizo Mpehle Hospital to replace St Lucy’s Hospital, but the public outcry of communities near St Cuthbert’s has created sufficient political pressure for the facility to remain open. This culminated in the MEC for Health apparently advising that the hospital be turned into a 60 bed facility (this statement was referred to by Hospital Management and was made during a visit to St Lucy’s in the latter part of 2013).
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
2.2. Location & Demographics
St Lucy’s Hospital is located in the village of St Cuthburts in the foothills of the mountains to the weset of Tsolo. It is located in the Mhlonto Municipality in the OR Tambo District of the Eastern Cape. It is approximately 58km to the north‐west of Mthatha and is accessible by tarred road off the Tsolo‐Maclear tarred road (Provincial Road).
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
2.2.1 Site Map
See following fold out A3 page.
2.2.2 Aerial Photograph
Google Earth image of St Lucy’s Hospital (middle left)and St Lucy’s Gateway Clinic (upper right quadrant of intersection in the middle of the image).
The approach road is from the right and the original Mission Station and Church is below the crossroads in the centre of the image.
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
2.3. Approach & Regulatory Findings
The following documents were utilised as background information for assessing how DoH intends St Lucy’s Hospital to fit into the Healthcare Service Delivery:
Government Gazette No. 9570, August 2011 : Regulations relating to categories of Hospitals o Page 11 : St Lucy’s Hospital is defined as a Specialist Hospital with 110 beds.
Eastern Cape Department of Health Rationalized Service Delivery Platform
The requirements for St Lucys Hospital were then examined against the proposals tabled in the above two documents and with consideration with the estimated population present around St Lucy’s Hospital and the fact that Dr Malizo Mpehle Hospital is geographically in close proximity to St Lucy’s Hospital, with little topographical divide between them (barring a smallish river).
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
3. KEY FINDINGS 3.1. District PHC Framework
The Eastern Cape Department of Health Rationalized Service Delivery Platform document defines the differences between types of Health Facilities as followings:
Table 1: Minimum travel time and population per type of health facility
Level of care Maximum Travel Time Minimum Population
Clinic 20 mins 24 000 (urban)
10 000 (rural) (5km)
CHC 40 mins 60 000 – 144 000
(40‐50km)
Level1 1 hr 300 000 – 900 000
(District Hosp)
Level2 2 hrs 1 400 000
(Regional Hosp)
Level3 3 hrs 2 200 000
(Tertiary Hosp)
Note the following extract from the Eastern Cape Department of Health Rationalized Service Delivery Platform document:
“In the Eastern Cape Province context, the number of the clinics and CHHs cannot be calculated solely on the basis of population coverage as the great variation in population densities and the topographical challenges will render that approach inappropriate for certain facilities. The addition of municipality clinics will also contribute in duplication and facility oversupply in certain areas.”
There are at present three major hospitals within the Mhlonto Municipality:
Dr MMM Hospital (Tsolo) o Level 1 Hospital
Current 194 acute Proposed 160 acute & step‐down
Nessie Knight CHH Currently being redeveloped to into a CHH.
St Lucy’s Hospital o Formerly approximatey 140 beds
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
o Currently 40 Beds o Recommended to be reclassified as a CHH.
The Eastern Cape Department of Health Rationalized Service Delivery Platform document concludes with the proposal that the Mhlonto sub‐district shall have the following CHHs in addition to Dr MMM Hospital as the District Hospital.
Mhlakulo CHC
Qumbu CHC
St Lucy’s Hospital
Nessie Knight Hospital
Please refer to the map of the Mhlonto Municipality in the OR Tambo district on the following page.
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
Legend:
Yellow – Level 1 District Hospital
Blue – CHH
Red – St Lucy’s (Specialist to be reclassified CHH)
Green – Specialist Facility
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
3.2.1 Population
According to Stats SA the OR Tambo District has a population of 1,364,932 people and the Mthlontlo sub‐district a population of 188,226 individuals. It is worth noting that the Government Gazette Doc No. 9570 of 2011 refers to a population of 1,748,624 people – a significant difference.
Although no detailed population statistics are available for the area around St Cuthberts and the nearby communities it is estimated that the catchment population for St Lucy’s Hospital is at in the vicinity of 20 000 individuals as the proximity of Dr Malizo Mpehle Hospital (20 kms) means that many communities nearby St Lucy’s Hospital fall into the catchment area of Dr Malizo Mpehle Hospital.
3.3 Referral Network
St Lucy’s Hospital refers patients onto Dr Malizo Mpehle Hospital for most patients, but also Mthatha General / Nelson Mandela Academic Hospital. There are three clinics located in the nearby communities which refer patients to St Lucy’s Hospital, including the St Lucy’s Gateway Clinic, Ezingcuka Clinic and a mobile clinic. Patients are occasionally received from Dr Malizo Mpehle, Nessie Knight and Mthatha General Hospital (septic circumcisions and chronically ill patients) when those hospitals have a shortage of available beds.
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
3.4 PHC Service Package
The Hospital used to have a capacity of 140 beds but has subsequently been downgraded to 40 beds. St Lucy’s Hospital offers the following services / has the following facilities:
OPD & Casualty
Radiology
ARV
Mortuary
Physiotherapy
CSSD Services
Depot for Laboratory Services
40 Chronic Patient Beds (according to the official organogram), but the physical beds available are as follows:
o 32 TB Beds Patients (Male & Female) o 50 Beds Medical & Surgical (Male & Female)
Nurse Training in conjunction with Lilitha College (one year course)
Radiology (1): o The X‐Ray was sealed by a representative of the Radiation Control Board relating to problems
dating back to 2009. Problems identified at the time (including the Darkroom) have been rectified and tests are being conducted from December 2013 to February 2014. Once they have been completed and submitted to the Radiation Control Board it is hoped to have a functional Radiology by the end of February 2014. The (analog) X‐Ray machine is working.
Theatre (1): o The single Theatre is also not operational. o It is planned to return it to operational status when the Maternity and Paediatric Wards are
reopened and provided there are Theatre Staff available. According to the Hospital it is intended to only conduct minor procedures as all major procedures (including Caesarean sections) will be performed at Dr Malizo Mpehle Hospital.
The Maternity Ward & Pediatric Ward have both closed and the buildings formerly accommodating these services are unoccupied.
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
3.5 Staffing
The current staff establishment is as follows: Total number of posts: 152 Filled: 141 Vacant: 11
STAFF CATEGORY NO OF POSTS
Clinical Manager/CEO Nil
Nursing Service Manager Nil
Medical Officers 02
Pharmacist/Radiographer/Physiotherapist/Dentist NIL
Hospital Administrator NIL
Operational Managers 03
Professional Nurses 11
Post Community Service Professional Nurses 04
Community Service Professional Nurses 04
Quality Assurance/OHS Officer/Infection Control All acting
Enrolled Nurses 14
Enrolled Nursing Assistants 28
Assistant Pharmacists (Post Basic) 01
Assistant Pharmacists 01
Physiotherapy Assistants 01
Supplementary Radiographer 01
Administration 18
Data capturers 02
Maintenance, Cleaning, Laundry & Catering Services 48
Two (2) staff (HRM and Records Clerk) are on contract.
3.6 Geographical Aspects
St Lucy’s Hospital is set in the foothills of a mountain and has a beautiful vista overlooking the valley below. The view is orientated towards the North so the buildings and site potentially have a very good therapeutic orientation. St Cuthberts Village is tranquil, pleasant with many trees. The Hospital is a 15 minute drive off the Tsolo‐Maclear Provincial Road and is accessible by tar road. It is approximately 20km from Dr Malizo Mpehle Hospital and an hour from Mthatha.
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
3.7 Patient Transport
St Lucy’s Hsopital has three vehicles available:
2 Bakkies
1 Car There is no dedicated on site vehicle storage facilities (garages / carports). Patients requiring transport are transported by Patient Transport vehicle from Dr Malizo Mpehle Hospital.
3.8 Assets
Please see Appendix C for the Asset Register received from the Hospital. Radiology: The X‐Ray was sealed by a representative of the Radiation Control Board relating to problems dating back to 2009. Problems identified at the time (including the Darkroom) have been rectified and tests are being conducted from December 2013 to February 2014. Once they have been completed and submitted to the Radiation Control Board it is hoped to have a functional Radiology by the end of February 2014. The (analog) X‐Ray machine is working.
Kitchen: The kitchen equipment has been upgraded recently and appears to be in a satisfactory condition. Laundry: The laundry building is currently undergoing renovation. Workshop: The equipment is inadequate and dated and the lack of space results in the workshops being cramped and poorly organized. Medical Gas: There is a small medical gas bottle installation connected to the Theatre. The housing / screen around the installation is inadequate and should be replaced if the procedures to be undertaken at the Mortuary Fridge Cabinets: There are mortuary cabinets which are in working order. Incinerator: The incinerator should no longer be in use as DoH has a contract in place with Compass Waste that is removing medical waste every Thursday. However there are dumps of incinerated waste and rubbish scattered near the old incinerator that need to be removed.
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
3.9 Infrastructure
Water Supply Water comes from the mountain via the two reservoir tanks through to the hospital. There is a borehole on site that is supposed to be a backup supply to the hospital, but it is not working at present. Water samples have been taken during December for testing water quality from the borehole, reservoir tanks and others tanks in the hospital. Results from these tests are currently awaited. After heavy rain dirt, stones and rubble block the pipes supplying water from the mountain dam to the reservoir tanks and needs to be cleared. Sewerage Sewerage dams are to the north and below the hospital and are treated regularly. Storm water There is no on site piped stormwater and no Municipal Stormwater system. Electricity The Hospital has an electrical supply from Eskom. There is an onsite standby generator that is functional for the Hospitals current needs. Refuse removal Tsolo Municipality removes general waste on contract once or twice a week as required. Accommodation There is a Nurses’ Home on site that is poor condition. Lilitha Training College are responsible for the condition and renovation of this building. There is a shortage of suitable accommodation on site as many of the houses are in need of repair or renovation. They are also scattered around the site and poorly accessed and serviced. Almost all the rondavels and mudbrick buildings are in a shocking condition, but are used by some staff for accommodation purposes, including the transient Doctors. They should all be demolished and suitable accommodation provided.
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
4. CRITICAL AND EMERGING ISSUES:
The buildings are old and in various stages of dilapidation. Most of the ward buildings have had some cosmetic renovation externally which belies their true condition. Internally the buildings are all in need of extensive renovation. The Accommodation facilities on site are in very poor condition and some staff are residing in shocking conditions which requires immediate attention. There is a shortage of Professional Staff (including Doctors) which the poor accommodation available exacerbates. The Hospital have requested the provision of 5 mobile structures for accommodation of Professionals in 2014. Radiology has not been functioning, but should be pending the outcome of the tests currently being conducted. The Hospital site is very large and difficult to maintain due to its expanse. Credit must be given to the Hospital however as they are trying to maintain the site and keep the grass cut around the main buildings. The on site road infrastructure is very poor and in rainy conditions must get treacherous. Due to the haphazard nature of the development of the site there is poor access between the service areas and the wards and accommodation areas. With the reduction in the capacity of the hospital there is a surpluss of patient accommodation available.
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 Report : 17 January 2014
5. RECOMMEDATION:
The Norm for the Community Health Hospitals (Community Health Centres) is 60 000 to 144 000 for rural and urban settings respectively. Thus St Lucy’s Hospital’s catchment population is well below the norm stated above. It is assumed that the majority of patients requiring care being referred from PHCs will be referred to Dr Mazilo Mpehla Hospital and not St Lucy’s Hospital. This is borne out by the limited number of clinics that currently refer patients to St Lucy’s Hospital. St Lucy’s Hospital geographic position and environment (in the lee of the mountain in a tranquil heavily tree’d village) and its low patient load make it an ideal environment for long term patient care (either terminal cases or TB treatment). The proposed change in bed count to 60 beds (including 10 Maternity and 10 Paediatric and 40 Adult [TB]) is reasonable. The report thus far has commented on the size of the site and the difficulty in maintaining it and the building assessment report and photographs will bear testimony to the fact that the general state of the facility is poor and/or dilapidated. Refer to the following diagrams:
Utilisation Map
Condition Assessment Map (determined form the individual building assessment)
Redevelopment Zoning Map The Redevelopment Zoning Map assesses the site in 10 zones and recommends how the site could be utilized to develop a new upgraded and more compact facility that could provide a manageable facility to meet the proposed bed count. It is beyond the scope of this report to propose a Masterplan of the redevelopment, but the current site does facilitate the opportunity for a new clinical treatment area (OPD, Wards etc.) to be constructed on available land and for the older structures to be demolished or re‐purposed.
B1 OPDB2 MORTUARYB3 PAEDIATRIC WARDB4 MATERNITY WARDB5 PRIMARY CIRCULATIONB6 T.B. WARD FB7 X-RAY DEPARTMENTB8 OPERATING DEPARTMENT, CSSDB9 SURGICAL WARD FB10 GENERAL WARDS M AND FB11 SURGICAL WARD MB12 KITCHENB13 OUTBUILDING (RONDAWEL)B14 STAFF RESIDENCEB15 STAFF RESIDENCEB16 STAFF RESIDENCEB17 STAFF RESIDENCEB18 OUTBUILDING (TOILET BLOCK)B19 OUTBUILDING (TUCK SHOP)B20 SECURITY (GATE HOUSE)B21 RONDAWELB22 STAFF RESIDENCEB23 STORESB24 STORESB25 OUTBUILDING (TOILETS)B26 OUTBUILDING (TOILETS)B27 OUTBUILDING (TOILETS)B28 NURSE TRAININGB29 STAFF RESIDENCEB30 NURSE TRAININGB31 NURSE TRAININGB32 OUTBUILDING (CLOAK ROOM)B33 DININGB34 NURSE TRAININGB35 STAFF RESIDENCEB36 ADMINB37 STORE
B39 STORESB40 STAFF RESIDENCEB41 STAFF HOUSEB42 STAFF HOUSEB43 STAFF HOUSEB44 STAFF HOUSEB45 STAFF RESIDENCEB46 STAFF HOUSEB47 STAFF RESIDENCEB48 STAFF HOUSEB49 ENG PLANTB50 STAFF RESIDENCEB51 STORES
B53 WORKSHOPS
B55 OUTBUILDING (TOILETS)B56 OUTBUILDING (AMBULANCE)B57 OUTBUILDINGB58 PHYSIOTHERAPYB59 STAFF RESIDENCEB60 STAFF RESIDENCEB61 OUTBUILDINGB62 STAFF RESIDENCEB63 STAFF RESIDENCEB64 SECURITY (GUARD HOUSE)B65 RELIGIOUSB66 GATEWAY CLINIC ADMINB67 GATEWAY CLINICB68 STAFF RESIDENCE
B70 OUTBUILDING (CENTRAL TOILET BLOCK)
B72 STAFF HOUSEB73 STAFF RESIDENCEB74 STAFF RESIDENCEB75 STAFF RESIDENCEB76 STAFF RESIDENCE
B38 STAFF RESIDENCE
B52 STAFF RESIDENCE
B54 LAUNDRY
B69 STAFF RESIDENCE
B71 STAFF HOUSE
LEGEND:
B74
B75
B76
B73B72
B70
B68
B67
B66
B65B64
B63
B62
B61
B60
B59
B49B50
B58
B51
B53
B3
B4
B1
B6B17
B7
B8
B9
B10
B55
B56B11
B12
B20
B19
B21B18
B22
B23
B14B16
B15
B29
B28
B24
B25
B26
B27B13
B30
B32
B35
B31
B57
B39
B40
B42
B41
B38
B36
B46
B47
B44
B48
B45B43
B2
B5
B37
B34
B33
B52B54
B71
B69
B32b
N
NEW - NO MAINTANANCE REQUIRED
MINOR MAINTENANCE REQUIRED
MAJOR MAINTENANCE REQUIRED
TO BE DEMOLISHED
Date
Project number
2014
/01/
10 1
2:37
:37
PMSite Plan - Condition Overview
216-003
St Lucy's Hospital
CDC/723/13: PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDSASSESMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCYS HOSPITAL
09-01-2014 216-003/002
B1 OPDB2 MORTUARYB3 PAEDIATRIC WARDB4 MATERNITY WARDB5 PRIMARY CIRCULATIONB6 T.B. WARD FB7 X-RAY DEPARTMENTB8 OPERATING DEPARTMENT, CSSDB9 SURGICAL WARD FB10 GENERAL WARDS M AND FB11 SURGICAL WARD MB12 KITCHENB13 OUTBUILDING (RONDAWEL)B14 STAFF RESIDENCEB15 STAFF RESIDENCEB16 STAFF RESIDENCEB17 STAFF RESIDENCEB18 OUTBUILDING (TOILET BLOCK)B19 OUTBUILDING (TUCK SHOP)B20 SECURITY (GATE HOUSE)B21 RONDAWELB22 STAFF RESIDENCEB23 STORESB24 STORESB25 OUTBUILDING (TOILETS)B26 OUTBUILDING (TOILETS)B27 OUTBUILDING (TOILETS)B28 NURSE TRAININGB29 STAFF RESIDENCEB30 NURSE TRAININGB31 NURSE TRAININGB32 OUTBUILDING (CLOAK ROOM)B33 DININGB34 NURSE TRAININGB35 STAFF RESIDENCEB36 ADMINB37 STORE
B39 STORESB40 STAFF RESIDENCEB41 STAFF HOUSEB42 STAFF HOUSEB43 STAFF HOUSEB44 STAFF HOUSEB45 STAFF RESIDENCEB46 STAFF HOUSEB47 STAFF RESIDENCEB48 STAFF HOUSEB49 ENG PLANTB50 STAFF RESIDENCEB51 STORES
B53 WORKSHOPS
B55 OUTBUILDING (TOILETS)B56 OUTBUILDING (AMBULANCE)B57 OUTBUILDINGB58 PHYSIOTHERAPYB59 STAFF RESIDENCEB60 STAFF RESIDENCEB61 OUTBUILDINGB62 STAFF RESIDENCEB63 STAFF RESIDENCEB64 SECURITY (GUARD HOUSE)B65 RELIGIOUSB66 GATEWAY CLINIC ADMINB67 GATEWAY CLINICB68 STAFF RESIDENCE
B70 OUTBUILDING (CENTRAL TOILET BLOCK)
B72 STAFF HOUSEB73 STAFF RESIDENCEB74 STAFF RESIDENCEB75 STAFF RESIDENCEB76 STAFF RESIDENCE
B38 STAFF RESIDENCE
B52 STAFF RESIDENCE
B54 LAUNDRY
B69 STAFF RESIDENCE
B71 STAFF HOUSE
LEGEND:
B74
B75
B76
B73B72
B70
B68
B67
B66
B65B64
B63
B62
B61
B60
B59
B49B50
B58
B51
B53
B3
B4
B1
B6B17
B7
B8
B9
B10
B55
B56B11
B12
B20
B19
B21B18
B22
B23
B14B16
B15
B29
B28
B24
B25
B26
B27B13
B30
B32
B35
B31
B57
B39
B40B42
B41
B38
B36
B46
B47
B44
B48
B45B43
B2
B5
B37
B34
B33
B52B54
B71
B69
B32b
N
CLINICAL
SUPPORT
ADMIN
TRAINING
ACCOMMODATION
NOT UTILIZED
Date
Project number
2014
/01/
10 1
2:37
:37
PMSite Plan - Utilisation Plan
216-003
St Lucy's Hospital
CDC/723/13: PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDSASSESMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCYS HOSPITAL
09-01-2014 216-003/001
B1 OPDB2 MORTUARYB3 PAEDIATRIC WARDB4 MATERNITY WARDB5 PRIMARY CIRCULATIONB6 T.B. WARD FB7 X-RAY DEPARTMENTB8 OPERATING DEPARTMENT, CSSDB9 SURGICAL WARD FB10 GENERAL WARDS M AND FB11 SURGICAL WARD MB12 KITCHENB13 OUTBUILDING (RONDAWEL)B14 STAFF RESIDENCEB15 STAFF RESIDENCEB16 STAFF RESIDENCEB17 STAFF RESIDENCEB18 OUTBUILDING (TOILET BLOCK)B19 OUTBUILDING (TUCK SHOP)B20 SECURITY (GATE HOUSE)B21 RONDAWELB22 STAFF RESIDENCEB23 STORESB24 STORESB25 OUTBUILDING (TOILETS)B26 OUTBUILDING (TOILETS)B27 OUTBUILDING (TOILETS)B28 NURSE TRAININGB29 STAFF RESIDENCEB30 NURSE TRAININGB31 NURSE TRAININGB32 OUTBUILDING (CLOAK ROOM)B33 DININGB34 NURSE TRAININGB35 STAFF RESIDENCEB36 ADMINB37 STORE
B39 STORESB40 STAFF RESIDENCEB41 STAFF HOUSEB42 STAFF HOUSEB43 STAFF HOUSEB44 STAFF HOUSEB45 STAFF RESIDENCEB46 STAFF HOUSEB47 STAFF RESIDENCEB48 STAFF HOUSEB49 ENG PLANTB50 STAFF RESIDENCEB51 STORES
B53 WORKSHOPS
B55 OUTBUILDING (TOILETS)B56 OUTBUILDING (AMBULANCE)B57 OUTBUILDINGB58 PHYSIOTHERAPYB59 STAFF RESIDENCEB60 STAFF RESIDENCEB61 OUTBUILDINGB62 STAFF RESIDENCEB63 STAFF RESIDENCEB64 SECURITY (GUARD HOUSE)B65 RELIGIOUSB66 GATEWAY CLINIC ADMINB67 GATEWAY CLINICB68 STAFF RESIDENCE
B70 OUTBUILDING (CENTRAL TOILET BLOCK)
B72 STAFF HOUSEB73 STAFF RESIDENCEB74 STAFF RESIDENCEB75 STAFF RESIDENCEB76 STAFF RESIDENCE
B38 STAFF RESIDENCE
B52 STAFF RESIDENCE
B54 LAUNDRY
B69 STAFF RESIDENCE
B71 STAFF HOUSE
LEGEND:
B74
B75
B76
B73B72
B70
B68
B67
B66
B65B64
B63
B62
B61
B60
B59
B49B50
B58
B51
B53
B3
B4
B1
B6B17
B7
B8
B9
B10
B55
B56B11
B12
B20
B19
B21B18
B22
B23
B14B16
B15
B29
B28
B24
B25
B26
B27B13
B30
B32
B35
B31
B57
B39
B40B42
B41
B38
B36
B46
B47B44
B48
B45
B43
B2
B5
B37
B34
B33
B52B54
B71
B69
B32b
N
ADVISED TO BE DEMOLISHED
ZONE 1
ZONE 2
ZONE 3
ZONE 4
ZONE 5
ZONE 6
ZONE 7
ZONE 8
ZONE 9
ZONE 10
ZONE 1
ZONE 2
ZONE 3
ZONE 4
ZONE 5ZONE 6
ZONE 7
ZONE 8
ZONE 9ZONE 10
NEED TO BE DEMOLISHED
SEWER PONDS
VALLEY VIEW
VA
LLE
Y V
IEW
Abandoned(Not clear who owns land)
Date
Project number
2014
/01/
10 1
2:37
:37
PMSite Plan - Redevelopment Plan
216-003
St Lucy's Hospital
CDC/723/13: PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDSASSESMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCYS HOSPITAL
09-01-2014 216-003/003
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 17 January 2014
St Lucy’s Hospital Redevelopment Plan
Site zoning definitions:
Zone 1
This is where the existing clinical functions currently take place. There is more space available than required and the excess space should be either repurposed or demolished if they will facilitate a better overall site redevelopment. Existing buildings would be more suitable for patient wards and could allow for a level of isolation suitable for TB wards.
Zone 2
Most structures in the area have deteriorated and should be demolished. This will facilitate a tract of land available for development of new clinical functions which is more outpatient orientated due to its proximity to the entrance.
Zone 3
Existing training precinct to remain and the unsuitable structures are to be demolished.
Zone 4
Current administrative and service functions for the hospital exist here. These could continue to function to support the hospital, but may be too far from the core clinical functions to effectively support them.
Zone 5
Existing accommodation occupies this zone which is sporadically located and poorly accessible.
Zone 6
While some structures are in a reasonable condition they may not be sensibly located within an overall master plan and this portion of the site could be fenced off from the rest of the hospital site and abandoned structures demolished. This will help make the extent of the site more manageable.
CDC/723/13 : PROFESSIONAL CONSULTANCY SERVICES FOR THE NEEDS ASSESSMENT REPORT FOR THE HEALTH FACILITIES AT ST LUCY’S HOSPITAL
B4 Architects Ref : 216‐003 17 January 2014
Zone 7
This area could be used for additional accommodation for the training facilities.
Zone 8
Existing unsuitable structures are recommended to be demolished. Area recommended for new staff and student accommodation (flats and/or houses).
Zone 9
The existing gateway clinic should remain. Site to be consolidated and functions in non‐suitable buildings be relocated and non‐suitable, maintenance intensive structures to be demolished.
Zone 10
Existing structures are to be demolished. This area can be made available to supplement zone 9 if required.
Coega Development Corporation Provincial Projects Department of Health Programme Department of Health ISO 9001:2008 Clause 7.4.1 Purchasing Process
001- RFP-St Lucy’s Hospital Consultancy Services 19 17 June 2014
APPENDIX F
COMPULSORY DECLARATION OF INTEREST FORM
FORM A3: COMPULSORY DECLARATION OF INTEREST FORM
The following particulars must be furnished. In the case of a joint venture, a separate declaration of
interest form in respect of each party to the joint venture 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
* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners
Name* Identity number* Personal income tax number*
Section 5: Particulars of companies and close corporations
Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 6: Record of association with CDC member of Staff/Board
If any sole proprietor, partner in a partnership or director, manager, shareholder or stakeholder in a company or close corporation has an association with a CDC member of staff or member of Board, a relative of a CDC member of staff or member of Board please provide information below: An Association is defined as: a business or personal relationship between a group of people or organizations joined together for a purpose.
Name of sole proprietor, partner, director, manager, principal shareholder or stakeholder
Name of the CDC member of staff or Board
Type of relationship (tick appropriate column) Family Friend
*insert separate page if necessary
FORM A3: COMPULSORY DECLARATION OF INTEREST FORM (continued)
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise:
i) confirms that the 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;
ii) 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;
iii) 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.
Signed
Date
Name
Position
Company Name