GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 1 of 50 SESSION COMPULSORY Y N BRIEFING VENUE DATE TIME TENDER BOX LOCATION



Similar documents
TENDER BOX LOCATION. The Tendering System

T54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON

REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02

ADVERTISEMENT DATE 3 December 2014 Marketing & Communications RFQ NUMBER JCPZ/RFQ/MKT DATE)

The purpose of this database is to give all prospective suppliers an equal opportunity to submit quotations.

LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT

Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES

90 days (commencing from the RFB Closing Date) RENEWAL OF MICROSOFT LICENSES FOR THE CIDB FOR THE PERIOD OF 12 MONTHS

INVITATION TO BID (SBD 1) BID DESCRIPTION BID DOCUMENTS ARE TO BE DEPOSITED AT:

Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar

T34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON

Request for Quotation Project Manager to facilitate the Private Sector Energy Efficiency (PSEE) Project in ethekwini Municipality

PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE

Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015

T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON

Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software

TERMS OF REFERENCE. Appointment of a website developer as service provider for the National Biosafety Communication Project

NCRCP3262 REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011

REQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM

Terms of Reference for. Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013

Reissue: Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar website

PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK

REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES

NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM

1. Introduction. 2. Scope of Work. 30 September 2015 Enquiries: Kathryn Kasavel:

REQUEST FOR PROPOSALS FOR MEDIA MONITORING SERVICES

ADVERTISEMENT DATE 04 December 2013 CRM & Customer Interface Management DATE)

ZNB 5825/2009-H THE SUPPLY OF UNIFORMS: CENTRAL PROVINCIAL STORES

SUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS

REQUEST FOR PROPOSALS ENERGY RELATED PUBLIC RELATIONS SERVICES

1. Cover Page and Guideline pg Invitation to Tender (SBD 01) pg Valid Original Tax Clearance Certificate (SBD 02) pg.

NAMAKWA DISTRICT MUNICIPALITY

2015/2016 DATABASE REGISTRATION FORM

Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project

SUPPLY CHAIN MANAGEMENT

SPECIAL CONDITIONS OF CONTRACT RT

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:

Records Information Management System Development and Implementation

CONSTRUCTION EDUCATION AND TRAINING AUTHORITY. RFQ No: /2016 PROVISION OF VEHICLE TRACKING DEVICES. Issued by:

T10/05/15 REQUEST FOR PROPOSAL FOR THE PROVISON OF OFF-SITE STORAGE SERVICE FOR THE IDC RECORDS BID CLOSING DATE: MONDAY, 08 JUNE 2015 AT 12:00 NOON

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE SECURE MANAGEMENT SOLUTION AND ARCHIVING FOR NLC: RFP 010/2015

QUOTATIONS MUST BE SUBMITTED IN SEALED ENVELOPES CLEARLY MARKED RFQ FOR... The following information must be submitted with the quotation:

T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES

REQUEST FOR PROPOSAL FICKSBURG ECO-FURNITURE PROJECT CONTRACT NO: SP-GK-0301/06/08

REQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: /2015

CITY POWER JOHANNESBURG

Please attach certified BEE certificate to quotes above R10 000

Potatoes South Africa NPC Supplier Database Registration

DoE Supply Chain Management Processes. 24 February 2016 Presenter: Boitumelo Musi

FINANCIAL SERVICES BOARD FSB REPUTATION MANAGEMENT BID FSB2015/019 CLOSING DATE: 14 JULY 2015

QUOTATION STANDARD BIDDING DOCUMENT ANNEXURE QUOTATION DESCRIPTION. Background. Scope of Work

SUPPLY CHAIN MANAGEMENT POLICY

TO ALL SUPPLIERS SEEKING REGISTRATION AS APPROVED SUPPLIERS ON STATISTICS SOUTH AFRICA S SUPPLIER DATABASE

REQUEST FOR PROPOSAL/TENDER (RFP/T)

BOJANALA PLATINUM DISTRICT MUNICIPALITY

Q044/09 - THE SUPPLY OF STORAGE SERVER(S) TO THE SOL PLAATJE MUNICIPALITY

Supply Chain Management Policy September 2005

DoE Supply Chain Management Processes

(1 July to date) LOCAL GOVERNMENT: MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003

FINANCIAL SERVICES BOARD MEDIA MONITORING (BROADCAST, PRINT AND ONLINE) BID FSB2015/037 CLOSING DATE: 24 NOVEMBER 2015

PROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT

MBOMBELA LOCAL MUNICIPALITY. Supply Chain Management Policy

Gauteng Shared Services Centre HOW TO TENDER

City of Johannesburg Johannesburg Roads Agency

OTHER POSTS POST 20/37 : ASSISTANT DIRECTOR: HUMAN RESOURCES DEVELOPMENT, REF NO: MISA 15/2016

SPECIFICATION/TERMS OF REFERENCE FOR OUTSOURCING OF AN EXECUTIVE COACHING PROGRAMME FOR A PERIOD OF 36 MONTHS

Yagan Moodley Tel : (011)

CONSTRUCTION EDUCATION AND TRAINING AUTHORITY BID NO: /2016 PROVISION OF ARCHIVING SERVICES FOR CETA. Issued by:

IMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000

SUPPLY CHAIN MANAGEMENT POLICY

NATIONAL TREASURY Republic of South Africa December 2003

REQUEST FOR PROPOSALS

AUDITING PROFESSION AMENDMENT BILL

F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS

Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF UMHLATHUZE. Procurement Less than R (including vat)

RFQ 803 SUPPLY AND DELIVERY OF STATIONERY

Request of training on Operational Risk Management

PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000

CALL FOR TENDERS. Closing date for submission of proposals: Monday 11 November 2013 at 14:00

Objectives. An uptake economy. indirect job

Standardised Job Descriptions for Infrastructure Development and Technical Services Units of Provincial Health Departments as funded through the

OVERSTRAND MUNICIPALITY

INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE BRAND SOUTH AFRICA

Request for proposal (RFP) for Off- Site Scanning of Files and Documents for the GPAA

1. BACKGROUND 2. OBJECTIVES

REQUEST FOR BIDS: APPOINTMENT OF SERVICE PROVIDER TO PROVIDE MEDIA MONITORING AND ANALYSIS SERVICES

REQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS GOODS V-NECK T -SHIRTS

TO ALL TENDERERS, PLEASE NOTE THE FOLLOWING VERY IMPORTANT NOTICE: YOU MUST SUBMIT YOUR TENDER OFFER BY THE CLOSING TIME INDICATED BELOW

Software Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30

FINANCIAL SERVICES BOARD SECURITY INFORMATION AND EVENT MANAGEMENT (SIEM) SOLUTION BID FSB2015/017 CLOSING DATE: 23 JUNE 2015

90 days (commencing from the RFB Closing Date)

REQUEST FOR PROPOSALS FROM SERVICE PROVIDERS TO PROVIDE AN

TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review

NATIONAL STUDENT FINANCIAL AID SCHEDME (NSFAS) BID No: SCMN014/2015 REQUEST FOR PORPOSALS CORPORATE TRAVEL MANAGEMENT DURATION: 3 YEARS.

SOL PLAATJE MUNICIPALITY Directorate: Technical Services Section: City Electrical Engineer

SUPPLIER DATABASE REGISTRATION DOCUMENT

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY /

SPECIFICATION DOCUMENT PROCUREMENT OF EXTERNAL AUDIT SERVICES

REVISED SUPPLY CHAIN MANAGEMENT POLICY

MUNICIPAL SUPPLY CHAIN MANAGEMENT POLICY

Transcription:

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 1 of 50 Client Support RFP NUMBER RFP DESCRIPTION Request for Proposal Page 1 of 3 CUSTOMER DEPARTMENT CUSTOMER INSTITUTION SESSION COMPULSORY Y N BRIEFING SESSION Y N SESSION HIGHLY RECOMMENDED Y N BRIEFING VENUE DATE TIME TERM AGREEMENT CALLED FOR? Y N TERM DURATION CLOSING DATE CLOSING TIME TENDER BOX LOCATION GPT is acting as Common Service Provider or buying organisation on behalf of all Gauteng Provincial Government Customer Departments / Institutions. The goods / services are therefore required by the Customer Department / Institution, as indicated on this form RFP 01. Notes: - All bids / tenders must be deposited in the Tender Box at the following address: Gauteng Provincial Treasury, Imbumba House, 75 Fox Street, Marshalltown, Johannesburg - Bids / tenders must be deposited in the Tender Box on or before the closing date and time. - Bids / tenders submitted by fax will not be accepted. - The GPT Tender Box is generally open 24 hours a day, 7 days a week. - Also see the notice on electronic bidding on pages 2 of this form RFP 01. - ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL GPG RFP FORMS (NOT TO BE RE-TYPED) - ALL REQUIRED INFORMATION MUST BE COMPLETED (FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED): The Tendering System The RFP Pack consists of two parts namely, Section 1 and Section 2. The these two sections must be submitted separately, clearly marked with the Tender Number and the Section Number. Training sessions: Electronic Tendering System Non-compulsory How to tender workshops are held every Wednesday at 75 Fox Street from 10:00-13:00. Bookings must be made prior to attendance. Contact: BEE Trainers Tel: 011 689-6050 Filename:RFP01GDFQF Revision:05 Release Date:17/01/2012

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 2 of 50 Client Support Request for Proposal Page 2 of 3 Company Name Physical Address Phone Cell Phone Company Reg N o DETAILS OF BIDDER Bidder Name Postal Address Fax VAT Reg N o e-mail Address Has a Tax Clearance Certificate been attached (RFP 09)? Y N Are you the accredited representative in South Africa for the goods/services being offered by you? [IF YES ENCLOSE PROOF] Y N Has a B-BBEE Status Level Verification Certificate been submitted? Y N If Yes who was the certificate issued by? (Tick Applicable Box) An Accounting Officer as contemplated in the Close Corporation Act (CCA) A Verification Agency accredited by the South African Accreditation System (SANAS) A Registered Auditor NOTE: A B-BBEE Status Level Verification Certificate must be submitted in order to qualify for Preference Point for B- BBEE. SIGNATURE OF BIDDER DATE CAPACITY UNDER WHICH THIS BID IS SIGNED The successful bidder will be required to fill in and sign a written Contract Form (VEND 03). This RFP is subject to the General Conditions of Contract and were applicable any other Special Conditions of Contract. NOTIFICATION: ELECTRONIC BIDDING / TENDERING The following procedure must be followed in order to download tender documents electronically: GO TO http://www.finance.gpg.gov.za GO TO Economic Opp CLICK ON Open Tenders GO TO Relevant tender COMPLETE Information electronically SAVE PDF on Hard Drive CLICK ON Relevant PDF Pack PRINT HARD COPY Sign & Send Hard Copy to the GDF Section 1 and Section 2 Separately Filename:RFP01GDFQF Revision:05 Release Date:17/01/2012

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 3 of 50 Client Support Request for Proposal Page 3 of 3 ENQUIRIES ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO: Department Contact Person Telephone Facsimile e-mail address ANY ENQUIRIES REGARDING TECHNICAL INFORMATION MAY BE DIRECTED TO: Department Contact Person Telephone Facsimile e-mail address Filename:RFP01GDFQF Revision:05 Release Date:17/01/2012

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 4 of 50 Client Support RFP Point System Page 1 of 1 RFP NUMBER CLOSING DATE VALIDITY OF RFP CLOSING TIME In case of queries, please contact the GPT Contact Centre at tel: 0860 011 000 *GPT is acting as Common Service Provider or buying organisation on behalf of all Gauteng Provincial Government Customer Departments / Institutions. The goods / services are therefore required by the Customer Department / Institution, as indicated on RFP 01. The Gauteng Provincial Government requests your bid on the goods and/or services listed on the attached forms. Please furnish all information as requested and return your bid on the date stipulated. Late and incomplete submissions may invalidate the bid submitted. This RFP will be evaluated on the basis of the under noted point system, as stipulated in the Preferential Procurement Policy Framework Act (Act number 5 of 2000). Point System Points SHALL be allocated as follows: Points for Points for *It is the responsibility of the bidder to attach the relevant B-BBEE Verification Certificate and submit it with this RFP to the relevant office to qualify for the preference points. Filename: RFP02GPTQF Revision:2 Release Date: 07/02/2012

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 5 of 50 Client Support Instructions to Bidders Page 1 of 2 1. The RFP (Request for Proposal) Pack is drawn up so that certain essential information should be furnished in a specific manner. Any additional particulars shall be furnished in a separate annexure. 2. The RFP forms should not be retyped or redrafted, but photocopies may be prepared and used. Additional offers may be made for any item, but only on a photocopy of the page in question or on other forms obtainable from the relevant Department or Institution advertising this RFP. Additional offers made in any other manner may be disregarded. 3. Should the RFP forms not be filled in by means of mechanical devices (for example typewriters), ink (preferably black) must be used to complete the forms. 4. Bidders shall check the numbers of the pages and satisfy themselves that none are missing or duplicated. No liability shall be accepted with regards to claims arising from the fact that pages are missing or duplicated. 5. The forms RFP 04 to RFP 09 and PREF series shall be completed, signed and submitted with the bid, together with an original Tax Clearance Certificate, as requested in RFP 08 (Vendor Information) and RFP 09 (Tax Clearance Application Form). RFP 10 (National Industrial Participation Programme Form) will only be added to the RFP pack to be completed by bidders when an imported component in excess of US $ 10 million is expected. 6. A separate RFP 06 form (RFP Price Schedule per item) shall be completed in respect of each item. Photocopies of this form may be prepared and used or additional copies, if required, are obtainable from the relevant Department or Institution advertising this RFP. 7. Firm delivery periods and prices are preferred. Consequently bidders shall clearly state whether delivery periods and prices will remain firm or not for the duration of any contract., which may result from this RFP, by completing RFP 06 (RFP Price Schedule per item) and RFP 07 (Non-Firm Prices per item). 8. If non-firm prices are offered bidders must ensure that a separate RFP 07 (Non-Firm Prices per item) is completed in respect of each item for which a non-firm price is offered. Photocopies of this form may be prepared and used or additional copies, if required, are obtainable from the relevant Department or Institution advertising this RFP. 9. Where items are specified in detail, the specifications form an integral part of the RFP document (see RFP 05 and the attached specification) and bidders shall indicate in the space provided whether the items offered are to specification or not. 10. In respect of the paragraphs where the items offered are strictly to specification, bidders shall insert the words "as specified" (see RFP 05 and the attached specification). 11. In cases where the items are not to specification, the deviations from the specifications shall be indicated (see RFP 05 and the attached specification). 12. In instances where the bidder is not the manufacturer of the items offered, the bidder must as per RFP 06 (RFP Price Schedule per item) submit a Letter of Supply from the relevant manufacturer or his supplier. 13. The offered prices shall be given in the units shown in RFP 05 and the attached specification, as well as in RFP 06 (RFP Price Schedule per item). 14. With the exception of imported goods, where required, all prices shall be quoted in South African currency. Where bids are submitted for imported goods, foreign currency information must be supplied by completing the relevant portions of RFP 06 (RFP Price Schedule per item) and RFP 07 (Non-Firm Prices per item). 15. Unless otherwise indicated, the costs of packaging materials (if applicable) are for the account of the bidder and must be included in the bid price on RFP 06 (RFP Price Schedule per item). 16. Delivery basis: (a) Supplies which are held in stock or are in transit or on order from South African manufacturers at the date of offer shall be offered on a basis of delivery into consignee's store or on his site within the free delivery area of the bidder's centre, or carriage paid consignee's station, if the goods are required elsewhere. (b) Notwithstanding the provisions of paragraph 16(a), offered prices for supplies in respect of which installation / erection / assembly is a requirement, shall include ALL costs on a delivered on site basis, as specified on RFP 06 (RFP Price Schedule per item). 17. Unless specifically provided for in the RFP document, no bids transmitted by telegram, telex, facsimile or similar apparatus shall be considered. 18. Failure on the part of the bidder to sign any of the forms RFP 04 to RFP 10 and PREF series and thus to acknowledge and accept the conditions in writing or to complete the attached RFP forms, Preference Claim Forms, questionnaires and specifications in all respects, Filename: RFP03GDF Revision: 1 Release Date: 04/04/2011

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 6 of 50 Client Support Instructions to Bidders Page 2 of 2 may invalidate the bid. 19. Bids should preferably not be qualified by the bidder's own conditions of bid. Failure to comply with these requirements (i.e. full acceptance of the General Conditions of Contract or to renounce specifically the bidder's own conditions of bid, when called upon to do so, may invalidate the bid. 20. In case of samples being called for together with the bid (refer to RFP 05 in this regard), the successful bidder may be required to submit pre-production samples to the South African Bureau of Standards (SABS) or such testing authority as designated at the request of the relevant Department concerned. Unless the relevant Department decides otherwise, pre-production samples must be submitted within thirty (30) days of the date on which the successful bidder was requested to do so. Mass production may commence only after both the relevant Department and the successful bidder have been advised by the SABS that the pre-production samples have been approved. 21. Should the pre-production samples pass the inspections / tests at the first attempt, the costs associated with the inspections / tests will be for the account of the relevant Department. If the SABS or such testing authority as designated do not approve the pre-production samples, but requires corrections / improvements, the costs of the inspections / tests must be paid by the successful bidder and samples which are acceptable in all respects must then reach the SABS or such testing authority as designated within twenty-one (21) days of the date on which the findings of the SABS or such testing authority as designated were received by the successful bidder. Failure to deliver samples within the specified time and to the required standards may lead to the cancellation of the intended contract. 22. In case of samples being called for together with the bid (refer to RFP 05 in this regard), the samples must be submitted together with the bid before the closing time and date of the RFP, unless specifically indicated otherwise. Failure to submit the requested sample(s) before the closing time and date of the RFP may invalidate the bid. 23. In cases where large quantities of a product are called for, it may be necessary for the relevant item to be shared among two (2) or more vendors. 24. In cases where the relevant Department or Institution advertising this RFP may deem it necessary, a formal contract may be entered into with the successful bidder, in addition to a Letter of Acceptance and / or purchase order being issued. 25. If any of the conditions on the RFP forms are in conflict with any special conditions, stipulations or provisions incorporated in the bid invitation, such special conditions, stipulations or provisions shall apply. 26. This RFP is subject to the General Conditions of Contract and re-issues thereof. Copies of these conditions are obtainable from any office of the Gauteng Provincial Government (GPG). 27. Each bid must be submitted in a separate, sealed envelope on which the following must be clearly indicated: - NAME AND ADDRESS OF THE BIDDER; - THE BID (RFP) NUMBER; AND - THE CLOSING DATE. The bid must be addressed and EITHER be - posted to Private Bag, X112, Marshalltown, Johannesburg, 2017 and is to reach the destination not later than the closing time and date; OR - deposited in the tender box at Imbumba House, 75 Fox Street, Marshalltown, Johannesburg, before the closing time and date. 28. The Gauteng Provincial Government has become a member and as such a key sponsor of the Proudly South African Campaign. GPG therefore would like to procure local products of a high quality, produced through the practise of sound labour relations and in an environment where high environmental standards are maintained. In terms of the Proudly South African Campaign South African companies are encouraged to submit interesting and innovative achievements in the manufacturing field (if relevant to this RFP) including information on new products, export achievements, new partnerships and successes and milestones. 29. Compulsory GPG Contract: It is a mandatory requirement that successful bidder/s (to whom a tender is awarded) sign a GPG Contract upon award of any given contract. Filename: RFP03GDF Revision: 1 Release Date: 04/04/2011

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 7 of 50 Client Support Bid Commitment and Declaration of Interest Page 1 of 4 PART B: BID COMMITMENT 1. I/We hereby bid to supply all or any of the supplies and/or to render all or any of the services described in the attached RFP documents to the Gauteng Province of the Republic of South Africa, on the terms and conditions and in accordance with the specifications stipulated in the bid documents (and which shall be taken as part of, and incorporated into, this bid) at the prices and on the terms regarding time for delivery and/or execution inserted therein. 2. I/We agree that - (a) (b) (c) (d) the offer herein shall remain binding upon me/us and open for acceptance by the Gauteng Provincial Government as represented by the Department requesting this proposal during the validity period indicated and calculated from the closing time of the bid; this bid and its acceptance shall be subject to the terms and conditions contained in the General Conditions of Contract and Preference Points Claim Form General Conditions and Definitions of the Preferential Procurement Policy Framework Act - PPPFA (PREF 01) with which I am/we are fully acquainted; if I/we withdraw my/our bid within the period for which I/we have agreed that the bid shall remain open for acceptance, or fail to fulfil the contract when called upon to do so, the Province may, without prejudice to its other rights, agree to the withdrawal of my/our bid or cancel the contract that may have been entered into between me/us and the Province and I/we will then pay to the Province any additional expense incurred by the Province having either to accept any less favourable bid or, if fresh bids have to be invited, the additional expenditure incurred by the invitation of fresh bids and by the subsequent acceptance of any less favourable bid; the Province shall also have the right to recover such additional expenditure by set-of against moneys which may be due or become due to me/us under this or any other bid or contract or against any guarantee or deposit that may have been furnished by me/us or on my/our behalf for the due fulfilment of this or any other bid or contract and pending the ascertainment of the amount of such additional expenditure to retain such moneys, guarantee or deposit as security for any loss the Province may sustain by reason of my/our default; if my/our bid is accepted the acceptance may be communicated to me/us by letter or order by ordinary post or registered post and that SA Post Office Ltd shall be regarded as my/our agent, and delivery of such acceptance to SA Post Office Ltd shall be treated as delivery to me/us; (e) the law of the Republic of South Africa shall govern the contract created by the acceptance of my/our bid and that I/we choose domicile citandi et executants in the Republic at (full address of this place); FULL ADDRESS 3. I/We furthermore confirm that I/we have satisfied myself/ourselves as to the correctness and validity of my/our bid; that the price(s) and rate(s) quoted cover all the work/item(s) specified in the bid documents and that the price(s) and rate(s) cover all my/our obligations under a resulting contract and that I/we accept that any mistakes regarding price(s) and calculations will be at my/our risk. 4. I/We hereby accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me/us under this agreement as the Principal(s) liable for the due fulfilment of any contract, which might be awarded based on this offer. 5. I/We agree that any action arising from this contract may in all respects be instituted against me/us and I/we hereby undertake to satisfy fully any sentence or judgement which may be pronounced against me/us as a result of such action. 6. I/We declare that I/we have participation/no participation* in the submission of any other offer for the supplies/services described in this RFP document. If in the affirmative, state names(s) of bidder(s) involved * Delete whichever is not applicable. OTHER BIDDERS INVOLVED 7. AUTHORISATION INDICATE Are you duly authorised to sign the bid? (Also refer to RFP 01 page 2) Y N 8. DECLARATION Filename: RFP04GDFQF Revision: 4 Release Date: 17/01/2012 INDICATE Has the Declaration of Interest (part B of this form: RFP 04) been duly completed? Y N

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 8 of 50 Client Support Bid Commitment and Declaration of Interest Page 2 of 4 PART B : DECLARATION OF INTEREST 9. Any legal person, including persons employed by the state¹, or persons having a kinship with persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes an advertised competitive bid, a limited bid, a proposal or written price quotation). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where- - the bidder is employed by state; and/or - the legal person on who's behalf the bidding document is signed, has a relationship with persons/a person who are/is involved with the evaluation and / or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on who's behalf the declarant acts and persons who are involved with the evaluation and / or adjudication of the bid 10. In order to give effect to the above, the following questionnaire shall be completed and submitted with the bid. 10.1 Full Name of Bidder or his/ her representative: 10.2 Identity Number: 10.3 Position occupied in the company : (director, trustee, shareholder², member) 10.4 Registration number of company, enterprise, close corporation, partnership agreement or trust 10.5 Tax Reference Number: 10.6 Vat Registration Number: 10.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference numbers and, if applicable, employee / PERSAL numbers must be indicated in paragraph 11 below. * State meansa) any national and provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999), b) any municipality or municipal entity c) provincial legislature d) national Assembly or the national Council of provinces, or e) Parliament ² Shareholder means a person who owns shares in the company and is actively involved in the management of the enterprise/business and exercises control over the enterprise. 10.7 Are you or any person connected with the bidder, presently employed by the state? Y N If so, furnish the following particulars Name of person/director/shareholder/member: Name of Institution to which the person is connected: Position occupied in the institution: Any other particulars: Filename: RFP04GDFQF Revision: 4 Release Date: 17/01/2012

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 9 of 50 Client Support Bid Commitment and Declaration of Interest Page 3 of 4 10.8 If you are presently employed by the state, did you obtain the appropriate authority to undertake remunerative work outside employment in the public sector? Y N 10.8.1 If yes, did you attach proof of such authority to the bid document? (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid). If no, furnish reasons for nonsubmission of such proof Y N 10.9 Did you or your spouse, or any of the company s directors /trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months? Y N If YES, furnish particulars 10.10 Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid? If so, furnish particulars Y N 10.11 Are you, or any person connected with the bidder, aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid? If so, furnish particulars Y N 1 10.12 Do you or any of the directors / trustees / shareholders / membersof the company have any interest in any other related companies whether or not they are bidding for this contract? Y N If so, furnish particulars Filename: RFP04GDFQF Revision: 4 Release Date: 17/01/2012

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 10 of 50 Client Support Bid Commitment and Declaration of Interest Page 4 of 4 11. Full details of directors / trustees / members / shareholders. Full Name Identity Number Personal Income Tax Reference Number State Employee Number / Persal Number DECLARATION I, THE UNDERSIGNED (NAME)...CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 10.1 to 10.11 ABOVE IS CORRECT. I ACCEPT THAT THE PROVINCE MAY ACT AGAINST ME IN TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE. NAME & SIGNATURE OF BIDDER OR ASSIGNEE(S) DATE Position Filename: RFP04GDFQF Revision: 4 Release Date: 17/01/2012

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 11 of 50 Client Support Declaration of Bidder s Past Supply Chain Management Practices Page 1 of 2 1 This Standard Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by institutions in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the Supply Chain Management System. 3 The bid of any bidder may be disregarded if that bidder, or any of its directors have- a. abused the institution s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract. 4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. 4.1 Is the bidder or any of its directors listed on the National Treasury s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page. If so, furnish particulars: 4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page. If so, furnish particulars: Y Y N N 4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years? Y N If so, furnish particulars 4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract? Y N If so, furnish particulars: Filename: RFP04aGDFQF Revision: 0 Release Date: 18/01/2012

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 12 of 50 Client Support Declaration of Bidder s Past Supply Chain Management Practices Page 2 of 2 CERTIFICATION I, THE UNDERSIGNED (FULL NAME) CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. Name, Position & Signature of Bidder DATE: ADDRESS: Filename: RFP04aGDFQF Revision: 0 Release Date: 18/01/2012

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 13 of 50 Client Support Special Conditions Page 1 of 3 RFP NUMBER RFP DESCRIPTION CUSTOMER DEPARTMENT CUSTOMER INSTITUTION THE FOLLOWING MUST ACCOMPANY YOUR BID, IF INDICATED BY Samples SABS /Equivalent Certificate May not be older than one (1) year,the cost of which will be for the account of the bidder. Bidders Briefing Session Filename: RFP05GDF Revision:1 Release Date:04/04/2011

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 14 of 50 Client Support Special Conditions Page 2 of 3 EVALUATION METHODOLOGY Bidders who do not meet the Administrative Compliance Requirements (completion or attachment of Compulsory documents), shall not be considered for Stage 1 evaluation. Points will be awarded in accordance with the Preferential Procurement Policy Framework Act (PPPFA) Stage 1 Criteria for Functionality Points TOTAL NOTE: Bidders who fail to meet the above minimum requirements (Stage 1) shall be automatically eliminated Stage 2 Criteria for Price and HDI Status Points Bid Price 90 Preference Points 10 TOTAL 100 Bidders are required to use the two envelope bidding system, whereby the Technical Proposal (Stage 1) and Pricing and HDI (Stage 2) be placed in two separate sealed envelopes marked: - Stage One - Stage Two Filename: RFP05GDF Revision:1 Release Date:04/04/2011

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 15 of 50 Client Support Special Conditions Page 3 of 3 VENDOR JOB CREATION ANALYSIS Company Name Date Est. Staff compliment at Establishment of Enterprise Current staff compliment Permanent Temp SA Citizens Other Comments Number of jobs to be created if Bid is successful The successful bidder may be audited during the course of the contract to verify the above information. Comments to include: If Job Creation is direct (by your own company) or indirect (by your supplier) Where the jobs created for employees that were in existing positions or unemployed? (Net Job Creation) NOTE: Job Creation should adhere to all applicable RSA Legislation and Regulations. Observations Year 1 THIS SECTION IS FOR OFFICE USE ONLY! Initial Job Job Creation 1 st Quarter 2 nd Quarter 3 rd Quarter 4 th Quarter Count Potential Year 2 Year 3 Year 4 Year 5 Filename: RFP05GDF Revision:1 Release Date:04/04/2011

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 16 of 50 IMPLEMENTATION OF THE INFRASTRUCTURE DELIVERY MANAGEMENT SYSTEM IN THE PROVINCE OF GAUTENG (INTERNAL CAPACITY BUILDING: CONSTRUCTION PROCUREMENT SPECIALIST) BUSINESS CASE/TERMS OF REFERENCE

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 17 of 50 PROFESIONAL SERVICE PROVIDER: IMPLEMENTATION OF THE INFRASTRUCTURE DELIVERY MANAGEMENT SYSTEM IN THE PROVINCE OF GAUTENG (INTERNAL CAPACITY BUILDING: CONSTRUCTION PROCUREMENT SPECIALIST) 1 Background In 2001 the National Treasury commissioned a review of provincial service delivery systems with the view to enhance infrastructure delivery. The review identified various deficiencies that impact negatively on the effective and efficient delivery of infrastructure by provinces. The review recommended, amongst others, that a framework be developed to guide and structure the management of infrastructure delivery and that support be provided to provincial departments to develop their capacity to plan, manage and sustain infrastructure delivery. The National Government decided to promote the recommendations of the review report by means of a multi sector and multi partner capacity building programme the Infrastructure Delivery Improvement Programme (IDIP). Gauteng Provincial Treasury as the sponsor of IDIP programme, plays a leading role in facilitating adaption of IDIP principles by all departments responsible for infrastructure delivery. Institutionalising the Infrastructure Delivery Management System (IDMS) is critical in adapting IDIP principles. It has been well documented that institutionalising the IDMS takes time and most cases the benefits are not realised immediately after implementation. As a result, departments are often struggling to find a balance between addressing day to day emergencies in departments and focusing on putting systems in place that will enable institutionalising the IDMS a reality. Gauteng Provincial Treasury is mindful that external short term capacity in ways that do not undermine the state must be procured to take a more pragmatic approach to finalise that work that has already started. The previous phases of IDIP were all funded by National Treasury. 1.1 Infrastructure Delivery Improvement Gauteng Provincial Treasury is continuously reviewing infrastructure delivery management processes and procedures within the Gauteng Provincial Government departments with the view to enhance infrastructure delivery in the province. The review identified various deficiencies that impact negatively on the effective and efficient delivery of infrastructure by the province. Some of the challenges identified includes, but not limited to: Inadequate capacity within infrastructure units in various provincial departments; Payment delays impacting negatively on project delivery; Poor construction procurement processes and procedures; Insufficient project appraisal prior to approval of project funding Lack of project evaluation to inform future project processes and procedures. Gauteng Provincial Government (GPG) has approved the implementation of the Gauteng Infrastructure Delivery Management System (IDMS). The IDMS complies with the requirements stated in applicable legislation, specific conditions stated in the Division of Revenue Act (DORA) and related Standards issued by the Construction Industry Development Board (CIDB), National Treasury and Provincial Treasury. The mandates and functions of different Provincial Government Departments in terms of infrastructure management is clearly defined in the IDMS and it covers the three key delivery processes namely: 1 P age

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 18 of 50 Portfolio Management. Project Implementation Management. Operations and Maintenance Management. The IDMS is applicable to all Provincial Government Departments. The Department of Transport and Roads (DRT) and the Department of Infrastructure Development (DID) play a key role as the main implementing departments respectively for construction and maintenance of roads and construction and maintenance of buildings. The two Departments have also been appointed as the custodians of roads and buildings aligned to the requirements stated in the Government Immovable Asset Management Act. The Gauteng Provincial Treasury (GPT) is responsible for improving the performance of infrastructure delivery by Provincial Departments, Municipalities and Public Entities as well as a monitoring, reporting and oversight role. This role is aligned to the Public Finance Management Act. The other provincial departments are users of buildings and their mandates are clearly defined in the Government Immovable Asset Management Act, the Public Finance Management Act and respective sectorial legislation. The implementation of the IDMS focus on design of strategies and service delivery models, improvement of systems and business processes, as well as staffing and skills to support the delivery of infrastructure management. The Technical Assistant (TA) responsible for Construction Procument is required to assist provincial departments with the institutionalisation of the IDMS. GPT would take full responsibility of leading, supporting and monitoring provincial departments on infrastructure delivery based on the IDIP Provincial Log frame and Work plans. This document summarises the Terms of Reference for the Procurement of Professional Service Provider to enhance the capacity of Gauteng Provincial Treasury in performing its mandate of monitoring the use of public funds and getting value for money. 1.2 Infrastructure Management Functions for Provincial Treasury The provincial infrastructure performance management functions for Gauteng Provincial Treasury as defined in the approved IDMS are the following: Promote and contribute to infrastructure funding frameworks and long term infrastructure planning in the Province; Manage Institutionalisation of the Provincial Infrastructure Delivery Management System (IDMS), and provide IDMS training as required; Mentor Gauteng Provincial Treasury, sector departments and the Implementing Agent, Gauteng Department of Infrastructure Delivery (DID) infrastructure personnel to implement and institutionalise the IDMS; Assess relevant provincial infrastructure plans and budgets and provide expert infrastructure inputs and guidance; Provide expert infrastructure inputs at relevant forums; Promote, monitor and enforce the transparent, economic, effective and efficient management in respect of infrastructure expenditure of Provincial Departments, Municipalities and Provincial Public Entities; Institutionalise the monitoring system for financial and performance indicators related to infrastructure expenditure. Promote, monitor and enforce the optimal utilisation and maintenance of infrastructure by the Provincial Custodians and users. Perform ad hoc investigations into infrastructure programmes and projects and produce recommendations for Treasury intervention / action / instruction as may be required 2 P age

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 19 of 50 Review problematic infrastructure programmes and projects and provide recommendations as above. Assist sector departments and the Implementing Agent to resolve contractual matters with a financial implication to Gauteng Provincial Government, Municipalities and Public Entities. 2 The Purpose of this Assignment The purpose of this assignment is to appoint the services of Professional Service Provider to enhance internal capacity of the Gauteng Provincial Treasury to enable it to provide support to provincial departments, municipalities and public enties and play an oversight role of monitoring infrastructure performance in the province. 3 Scope of Work 3.1 General The Professional Service Provider (PSP) will be appointed on a full time basis, for a period of 36 months to work in the Gauteng Provincial Treasury to provide technical support. Specialist skills are for example required in developing the construction procurement system and institutionalisation of infrastructure planning and budgeting. On appointment, the PSP will be required to work closely with all provincial departments, municipalities, and public entities responsible for infrastructure delivery in Gauteng. 3.2 Specific Scope of Work The following are the main tasks that the PSP will be required to perform: a) Participate and guide the process of improving, tailoring, reviewing and updating the IDMS in the Province as well as provide training when required in collaboration with Provincial Departments and relevant National Departments. b) Develop strategies and technical inputs for the implementation of the IDMS in provincial departments including municipalities and public entities. c) Provide technical inputs in the development of appropriate organisational structures for infrastructure units within various provincial departments, aligned to the requirements of the IDMS and where applicable aligned to generic functional structures issued by the Department of Public Service and Administration (DPSA) and/or the relevant National Department. d) Provide technical inputs on assessment of affordability and credibility of different infrastructure service plans. e) Provide technical inputs during assessments of infrastructure programmes and projects; f) Assist Provincial Departments, municipalities and Public Entities to develop provincial construction procurement process; g) Assist in checking whether tender specification documentation is aligned to the approved construction procurement policies; h) Validate that all role players adhere to the procurement gates as defined in the Standard for Construction Procurement; i) Review and suggest improvements in sector departments annual User Asset Management Plans (UAMPs) without interfering with the role of the custodian. j) Review and suggest improvements in sector departments, municipalities and public entities Infrastructure Programme Management Plans (IPMPs); 3 P age

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 20 of 50 k) Review and facilitate improvements in the Implementing Agents (IA) Infrastructure Programme Implementation Plans (IPMPs) in collaboration with sector department infrastructure units, municipalities and public entities; l) Assist in validating procurement plans of IAs and determine that it is aligned to the timeframes in the different Infrastructure Programme/Project Implementation plans; m) Make technical inputs to the development and review of the Management Information System; n) Review post project and post occupancy evaluation reports to inform required changes in the provincial IDMS; o) Provide technical inputs in the review for project appraisal process and procedures; p) Support and facilitate the introduction of performance management systems to manage the performance of various departmental infrastructure portfolios; 4 The Expected Outputs and Outcomes 4.1 Outputs It is required that outputs will be generated according to the scope of work listed above. The details will be finalised during the inception phase. The implementation of IDMS in Gauteng seeks to deliver the following outputs: Develop an effective and efficient system of infrastructure development and delivery in the province including municipalities and provincial public entities. Monitoring and reporting system developed and implemented. Ensure that departmental log frame and PTAT annual work plans are developed, approved and effectively managed within the IDIP principles. Roles and responsibilities matrix developed and implemented and constantly reviewed. The Delivery Management System as described in the IDIP Toolkit is used as a process map and guide to standardize processes, procedures and methods to manage infrastructure delivery. The Infrastructure Alignment and Infrastructure Reporting Models are used to link the infrastructure delivery cycle with the MTEF Budget Cycle. Infrastructure planning processes are aligned with the IDIP Toolkit. Support the implementation of CIDB prescripts, i.e. procurement processes, register of projects and register of contractors. Routinely review infrastructure planning, delivery and maintenance processes against international best practice and emerging government requirements (e.g. GIAMA). Effective and efficient construction procurement systems and processes. Capacitation of all infrastructure departments in GPG. Well developed maintenance programs linked to life cycle costing. Packaged infrastructure projects and programmes for targeted job creation initiatives. Ongoing professional development of infrastructure personnel through training, mentorship and coaching, facilitated with the help of HR units within Departments, Municipalities and Public Entities. 4 P age

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 21 of 50 4.2 Outcomes The following outcomes should be realised as a result of this project: a) A clearer understanding and heightened awareness of the needs and challenges with regard to infrastructure delivery within the province including municipalities and provincial public entities; b) Improved capacity of Gauteng Provincial Treasury to effectively and efficiently monitor infrastructure performance in the province including municipalities and provincial public entities; c) Improved capacity of Gauteng Provincial Treasury to accurately allocate funding to infrastructure projects/programmes based on the state of readiness, assessed anticipated cash flows and the performance of the various infrastructure programmes; d) Improved planning, budgeting and implementation of infrastructure projects/programmes by various provincial departments based on the support provided by Gauteng Provincial Treasury; e) Improved procurement processes and procedures in the province, resulting with value for money within infrastructure value chain. f) Strengthened relations between all spheres of Government. g) Cost effective programmes and projects which provide value for money for GPG. 5 Assumptions and Risks 5.1 Assumptions a) Access to necessary information, reports and records; b) Availability of the responsible officials; c) Assignment of a counterpart and d) Stakeholders give their full support. 5.2 Risks a) Lack of co operation; b) Non availability of information; c) Lack of clarity on national and provincial roles and responsibilities and d) Lack of understanding of the IDMS by officials within various provincial departments. 6 Required Expertise The PSP must provide a combination of the following skills and experience which must be adequately demonstrated in the CV of the PSP: The Consultant must be able to demonstrate previous work that centered on the design and roll out of the Infrastructure Delivery Management System either in a National or Provincial Government Department. This assignment requires people with good inter personal skills, a good understanding of the provincial government environment and clearly substantial technical ability and 5 P age

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 22 of 50 competence; because the relationship with the head/director of the infrastructure section/directorate will be an important consideration for the role and function of the PSP. Tertiary qualification in the Built Environment plus relevant skills and expertise in construction procurement. An ability to work with and train/guide others on the implementation of the Infrastructure Delivery Management System and the CIDB Toolkit is pre requisite. 6.1 Number of Professionals Required One Built Environment expert will be required for a period of three years or 36 months, depending on budget and performance. The expert must meet the expertise requirements indicated below. 6.2 Expertise The proposed candidate must provide a combination of the following skills and experience which must be adequately demonstrated in his/her CV: a) An ability to interpret the TOR for this assignment and to propose an approach and methodology that meets the requirements of the TOR; b) A minimum of 15 years experience in a senior management position within the built environment. c) Knowledge, understanding and practical experience in implementing the IDMS; d) Infrastructure and construction (building) contract procedures, programme and project management expertise, skills and experience; e) Financial planning, management, control and reporting f) Project and programme planning and implementation, control and operation; g) Experience and practical knowledge and application of the different types of contracts used in the construction industry, h) Socio Economic Analysis and Cost Benefit Analysis; i) Experience with portfolio management, programme/project design and budgeting; j) Experience in construction management and quantity measurements; k) Knowledge of public service delivery management systems and processes particularly; l) Experience in the development or strengthening of infrastructure delivery processes and systems; m) Knowledge of service delivery and infrastructure related policies and legislative requirements; n) Experience in organisational development and institution building; o) Experience with capacity building initiatives; p) Communication, writing and presentation skills; q) Experience in strategic planning; r) Interpersonal, facilitation and stakeholder relationship management skills and s) Awareness of all relevant legislation that impacts on the delivery of infrastructure. 6.3 Qualifications The PSP or Technical Assistant must possess a degree in a built environment discipline is essential while a post graduate built environment qualification would be advantageous. 6 P age

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 23 of 50 7 Contracting Arrangements 7.1 Contracting arrangements The PSP will be contracted by the Gauteng Provincial Treasury. However the PSP will be expected to work with other Provincial Departments and Public Entities responsible for infrastructure delivery. 7.2 Timeframes This assignment will be for a period of 36 months. The PSP/individual will be stationed at Gauteng Provincial Treasury on a full time basis and required to work for a maximum of 8 hours a day. Performance will be reviewed monthly, quarterly and annually. Should performance be below the required standard, the contract will be terminated before the end of the agreed period. 7.3 Reporting The PSPs will report to Chief Director: Public Finance who will approve all outputs of the PSP and will validate the monthly reports, timesheets and invoices of the PSP. Monthly reports, timesheets and invoices will be submitted to the GPT: Accounts Section for payment. Annual review reports will be required and these will form the basis for performance review of the PSP. 7.4 Logistic Support The PSP will be responsible for providing their own laptop, cell phone and vehicle for this assignment. The Gauteng Provincial Treasury will make provision for all other equipment, supporting infrastructure and secretarial services that will be necessary to successfully deliver on this assignment. 7.5 Candidate Replacement Should there be a need to replace a candidate based on whom a consulting firm was appointed, it should be noted that the replacement will not be automatic i.e. provision of another candidate by the Company. GPT has a right to request a replacement candidate with equivalent experience and expertise or better credentials, failing which, GPT will appoint the second best should they qualify or re advertise the position in order to find a suitable replacement. 7 P age

GT/GPT/055/2015 SECTION 1 - ISSUE DATE: 13/05/2015 Page 24 of 50 8. Technical Evaluation capabilities: 8.1 PHASE 1 TABLE 1.1 EVALUATION CRITERIA BASED ON TECHNICAL CAPABILITIES: Construction Procurement Specialist Technical Proposal 1. Proposed Individual s Experience 15 and above years experience in procurement within the construction industry Between 10 and 14 years experience in procurement within the construction industry Between 5 and 09 years experience in procurement within the construction industry Between 2 and 4 years in procurement within the construction industry 2. Individual s qualifications: A post graduate qualification in Construction / Civil Engineering A degree in construction management / Civil Engineering. A National Diploma in construction management / civil engineering. 3. Individual s track record of major projects that involve construction procurement Five contactable reference/ testimonial letters / testimonial Four contactable reference/ testimonial letters / testimonial Three contactable reference/ testimonial letters / testimonial Two contactable reference/ testimonial letters / testimonial One contactable reference/ testimonial letters / testimonial 4. Detailed Approach and Methodology Rational and understanding of the assignment Understanding of IDMS and relevant case studies Overall approach to the assignment Allocated Points 30 20 10 5 30 20 10 10 08 06 04 02 15 05 05 05 Maximum Points 30 30 10 15 8 P age