Eskom Holdings Limited



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

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

Eskom Holdings SOC Ltd s Standard Conditions of Tender

Records Information Management System Development and Implementation

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

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

DoE Supply Chain Management Processes

City of Johannesburg Supply Chain Management Unit

REQUEST FOR PROPOSALS DEVELOPMENT OF THE MGSLG WEBSITE AND INTRANET

Supply Chain Management Forum Stellenbosch

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

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

1. BACKGROUND 2. OBJECTIVES

Reproduced by Sabinet Online in terms of Government Printer s Copyright Authority No dated 02 February 1998

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

REQUEST FOR QUOTATION FOR RFID ASSET TRACKING MANAGEMENT SYSTEM REF: SAHRA/IT/12/2013

LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT

CRITICALITY LEVEL: LOW MEDIUM HIGH RISK ASSESSMENT TYPE: INFORMAL/FORMAL TEAM/INDIVIDUAL BASED COMPILED BY DESIGNATION SIGNATURE DATE

REQUEST FOR PROPOSALS

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

Government Gazette Staatskoerant

R E Q U E S T F O R P R O P O S A L S SERVICE PROVIDER TO ASSIST WITH THE SOCIAL FACILITATION AND ENUMERATION WITHIN TANTSABANE MUNICIPALITY

R E Q U E S T F O R Q U O T A T I O N S REPAIRS AND MAINTENANCE OF ROOF STRUCTURES AT HECKROORDT CLUB KROONSTAD, MOQHAKA MUNICIPALITY, FREE STATE

How To Manage Two Web Portals In South Africa

EXTERNAL POLICY PROCUREMENT

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

3.2 Seven (7) x HIGH PERFORMANCE WALK-THROUGH METAL DETECTOR. Detailed technical specification is illustrated on Annexure B.

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

SUPPLIER DATABASE APPLICATION FORMS

Please attach certified BEE certificate to quotes above R10 000

SUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS

ACCOUNTING OFFICERS CHIEF FINANCIAL OFFICERS HEADS OF PROCUREMENT GUIDELINE FOR BID COMMITTEE MEMBERS

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION.

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

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

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

Procurement of Services

MBOMBELA LOCAL MUNICIPALITY. Supply Chain Management Policy

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

City of Johannesburg Supply Chain Management Unit

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

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

Request of training on Operational Risk Management

PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

SPECIFICATION DOCUMENT PROCUREMENT OF EXTERNAL AUDIT SERVICES

2.1 The total area of floor space to be cleaned is approximately 9120 m2 which includes:

Yagan Moodley Tel : (011)

REQUEST FOR QUOTATION

TENDER FOR APPOINTMENT OF A SHORT TERM INSURANCE BROKER FOR A PERIOD OF THREE (3) YEARS

POLICY DOCUMENT POLICY F1.09

CONTRACT MANAGEMENT POLICY POLICY ADOPTED BY COUNCIL ON???? AT ITEM C.????

REQUEST FOR PROPOSAL (RFP) for PROJECT MANAGEMENT SERVICE FOR ICT NETWORK IMPLEMENTATION. 4 July 2016 at 12h00

R E Q U E S T F O R Q U O T A T I O N S W A T E R L E A K D E T E C T I O N A T U N I O N S Q U A R E B U I L D I N G 3 RD B A S E M E N T F L O O R

Transcription services for committee minutes

Procurement Policy Office

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

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010

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

TENDER NO. MN 258/2012

SKIERLEK INFORMAL SETTLEMENT PRE-FEASIBILITY STUDY THABAZIMBI LOCAL MUNICIPALITY

REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)

REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES

The Fort McMurray Catholic Board of Education is committed to the protection of our employees, contractors, volunteers and the students we serve.

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

REQUEST FOR PROPOSALS

CODE OF ETHICAL POLICY

PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE

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

Supply Chain Management Policy

Length of Contract: 2 months (with an option to extend for a further 5 months).

BOJANALA PLATINUM DISTRICT MUNICIPALITY

REQUEST FOR PROPOSAL RFP REFERENCE NO: GMA/003/13 ESTABLISHMENT OF A GEOGRAPHIC INFORMATION SYSTEM (GIS) FOR THE GAUTRAIN MANAGEMENT AGENCY (GMA)

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

ISO/TS 16949:2002 Guidance Document

QUOTATION AND TENDER PROCESS

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

COMPETITIVE TENDER 153/16 FOR PROVISION OF DIGITAL MARKETING SERVICES. Closing Date of Tender: 29 February 2016.

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

Provision of Accounts Payable Service

Request for Proposal. Study: Site Plan Approval Process in Ontario. This Request for Proposal Closes at 16:00:00 EST on Monday, November 5, 2012

Gauteng Shared Services Centre HOW TO TENDER

TERMS OF REFERENCE REQUEST FOR PROPOSAL: SALGA COMPREHENSIVE SHORT-TERM INSURANCE

QUOTATION NO.: SC 1426/2013 REPLACEMENT OF AIR CONDITIONING UNIT AT THE OVERSTRAND MUNICIPAL AUDITORIUM, HERMANUS

NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM

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

MOPANI DISTRICT MUNICIPALITY

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

SUPPLY CHAIN MANAGEMENT

BACKGROUND TO, INTENTION & APPLICATION OF THE CODES OF GOOD PRACTICE

North American Development Bank. Bid Evaluation Procedures

Transcription:

Eskom Holdings Limited T1.2 Tender Data The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB Standard for Uniformity in Construction Procurement (January 2009) as published in Board Notice 12 of 2009 in Government Gazette No 31823 of 30 January 2009. (See www.cidb.org.za). The Standard Conditions of Tender make several references to the Tender Data for details that apply specifically to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the Standard Conditions of Tender. Each item of data given below is cross-referenced to the clause in the Standard Conditions of Tender to which it mainly applies. Clause number F.1.1 F.1.2 The employer is Eskom Holdings SOC Limited Tender Data The tender documents issued by the employer comprise the following documents: Volume 1: Tendering procedures T1.1 Invitation to tender T1.2 Tender data Volume 2: Returnable documents T2.1 List of returnable documents T2.2 Returnable schedules C1.1 Form of offer and acceptance C1.2 Contract data (part 2) Volume 3: The contract Part C1: Agreements and contract data C1.2 Contract data (part 1) C1.3 Form of Guarantee Part C2: Pricing data C2.1 Pricing instructions Part C3: Scope of work C3 Scope of work Part C4: Site information C4 Site information F.1.4 The employer s agent is : Name: Zandile Mahlangu Address: Komati Power Station, Private bag, Blinkpan, 2250 Tel: (013) Fax: (086) 667 4831 E-mail: F.1.6 The competitive negotiation procedure shall be applied at the discretion of the Employer.. PART T1: TENDERING PROCEDURES 1 OF 5 T1.2 TENDER DATA

F.2.1 Only those tenderers who satisfy the following eligibility criteria are eligible to submit tenders: "BBBEE Levels 1-4 Suppliers in the Mpumalanga Province F.2.7 There is no clarification meeting. Main tender offers are not required to be submitted together with alternative tenders. Alternative offers should clearly be marked ALTERNATIVE. Alternative tender offers will be considered based on a different completion date If tenderer wishes to submit an alternative tender offer, the only criteria permitted for such alternative tender offer is that it demonstrably satisfies the Employer s standards and requirements, the details of which may be obtained from the Employer s Representative. Acceptance of an alternative tender offer will mean acceptance in principle of the offer. It will be an obligation of the contract for the tenderer, in the event that the alternative is accepted, to accept full responsibility and liability that the alternative offer complies in all respects with the Employer s standards and requirements. F.2.13.3 Parts of each tender offer communicated on paper shall be submitted as an original, plus 1 copy. F.2.13.5 F.2.15.1 The employer s details and address for delivery of tender offers and identification details that are to be shown on each tender offer package are: Location of Tender box: 10 Smuts Avenue Emalahleni Identification details: MPGXC003858 Attention: Mr Enock Mabena Press CTRL + click on the link below to view GPS coordinates: http://maps.blackberry.com?lat=- 25.87367&scr_z=0&lon=29.21745&label=10+Smuts+Avenue%2C+Witbank%2C+South+Africa& address=10+smuts+avenue&city=witbank&region=mpumalanga&country=south+africa&z=0 Latitude: 25.87723S Longitude: 29.21629E F.2.13.9 F.2.15 F.2.16 F.2.18 F.3.1.1 Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted. The closing time for submission of tender offers is as stated in the Tender Notice and Invitation to Tender. The tender offer validity period is 90 days. The tenderer shall, when requested by the Employer to do so, submit the names of all management and supervisory staff that will be employed to supervise the Labour Intensive portion of the works together with satisfactory evidence that such staff members satisfy the eligibility requirements. The Employer will respond to requests for clarification received up to 3 working days before the tender closing time. PART T1: TENDERING PROCEDURES 2 OF 5 T1.2 TENDER DATA

F.3.1.2 The Employer reserves the right to negotiate Post Tender with one or more Short Listed Suppliers after receipt of Tenders/ Offers CRITERIA With the Lowest Priced Tender or When Eskom Holdings SOC Limited s price estimation is substantially lower than that of the lowest priced tender / offer. F.3.11.1 The financial offer will be reduced to a comparative basis using the Tender Assessment Schedule. F.3.11.2 The procedure for the evaluation of responsive tenders is Method 1 F.3.13.1 Tender offers will only be accepted if: a) the tenderer submits an original valid Tax Clearance Certificate issued by the South African Revenue Services or has made arrangements to meet outstanding tax obligations; b) the tenderer has not: i) abused the Employer s Supply Chain Management System; or ii) failed to perform on any previous contract and has been given a written notice to this effect. f) the tenderer has completed the Compulsory Enterprise Questionnaire and there are no conflicts of interest which may impact on the tenderer s ability to perform the contract in the best interests of the employer or potentially compromise the tender process and persons in the employ of the state are permitted to submit tenders or participate in the contract; g) the tenderer is registered and in good standing with the compensation fund or with a licensed compensation insurer; h) the employer is reasonably satisfied that the tenderer has in terms of the Construction Regulations, 2003, issued in terms of the Occupational Health and Safety Act, 1993, the necessary competencies and resources to carry out the work safely. F.3.18 The number of paper copies of the signed contract to be provided by the employer is 1. The additional conditions of tender are: Z clauses TENDER EVALUATION A Standard Tender evaluation process will be followed based on the following procedure: A standard tender evaluation process will be followed as stipulated in Eskom Procurement and Supply Chain Management Procedure (32-1034) in conjunction with the Preferential Procurement Policy Framework Act (PPPFA), No.5 of 2000 To apply the 90/10 preferential point system during evaluation as per the Preferential Procurement regulations, 2011 pertaining to the Preferential Procurement Policy Framework Act, Act no 5 of 2000(PPPFA), which includes the use of standard prescribed formulae for the determination of scoring and ranking; and A three (3) step evaluation will be conducted. 1. Objective Criteria 2. Price and Preference Analysis 3. Local Production and Content PART T1: TENDERING PROCEDURES 3 OF 5 T1.2 TENDER DATA

Objective Criteria Step 1 - (Technical, Commercial, SHE and Quality). Proposals will be required to meet a 70% qualifying score in order to be evaluated further and proposals that fail to achieve the minimum qualifying score will be disqualified. A weighted score-card approach will be used to evaluate technical compliance of tenders against the specification. The review will be done by the cross function team consisting of: Technical team namely: Dinah Mahlangu, Commercial: Enock Mabena, Financial: Babalwa Umoetok, OHS: Thabitha Letele, Quality: Snegugu Piko and Environment: Mokgadi. Evaluation Criteria DESCRIPTION Maximum number of point percentage Technical 100% 40% Safety and Health 100% 30% Quality 100% 30% Commercial & Financial 100% 70% Tenders will be expected to score at least the minimum threshold per functional area to proceed to the next phase SCORE TECHNICAL 100% State if company has a sustainable resource plan 10% The contractor should be familiar with the Power Station Environment. 35% Capable of use of sweeper and vacuum machines 15% CVs and copies of Site Manager, Safety Officer and Supervisor. 20% Lashing activity should be carried out by workers familiar with lashing. 25% QUALITY 100% A copy of ISO 9001:2008 Certification/ Objective evidence of a QMS that complies with ISO 9001:2008 Attach information on similar work performed (at most within the last two years) 15% Submit a list of long lead times 15 % Supply copies of any QMS / Technical assessment reports carried out by Eskom in the last two years/ Internal audits 1 st party Attach a minimum of 5 copies of typical customer satisfaction surveys / questionnaires as per the requirements of ISO 9001 2008 (Clause 8.2.1) SHE SAFETY HEALTH AND ENVIRONMENT 100% Comply to OHS Act and Hazardous Chemicals Substance Regulation 30% SHE Policy 20% Letter of Good Standing with Compensation Commissioner 10% Acceptance of Komati Power Station Safety, Health, Quality and Environmental Requirements 20% Acceptance of Eskom live saving rules and Safety Rules Enforcement directive 20% COMMERCIAL & FINANCIAL 100% Price List with Activity Schedule 20% Valid SARS Tax Clearance Certificate 20% Supplier PAYE Evaluation Pack 10% NEC3 Form of offer and Acceptance 15% Supplier B-BBEE Verification Certificate and SD&L Requirements 25% Employment Equity Registry 10% 40 % 15% 15% PART T1: TENDERING PROCEDURES 4 OF 5 T1.2 TENDER DATA

Step 2 The Price will be based on the 90/10 preferential point system during evaluation as per the Preferential Procurement regulations, 2011 pertaining to the Preferential Procurement Policy Framework Act, Act no 5 of 2000(PPPFA), which includes the use of standard prescribed formulae for the determination of scoring and ranking. Calculate price points out of 90% Price. Apply preference points according to B-BBEE level contribution =10% Add price points and preference points Select tender with highest points (Price Points + Preference Points) NB: Post Tender negotiations shall ONLY be conducted under the following circumstances: With the Lowest Priced Tender or When Eskom Holdings SOC Limited s price estimation is substantially lower than that of the lowest priced tender / offer. Number of Points (90/10 system) B-BBEE Qualification For procurement above R1 million 1 100 points 10 2 85 points < 100 points 9 3 75 points < 85 points 8 4 65 points < 75 points 5 5 55 points < 65 points 4 6 45 points < 55 points 3 7 40 points < 45 points 2 8 30 points < 40 points 1 Non-compliant contributor < 30 points 0 Step 3 SD&L REQUIREMENTS Eskom Holdings SOC Limited, as a State Owned Enterprise, is supportive of the South African Government s Growth, poverty eradication and job creation strategy, SD&L (Supplier Development and Localization) Eskom Holdings SOC Limited's contribution to this initiative is to set local content, Black economic empowerment (BEE, BWO and SME) and skills development targets as key evaluation criteria in tenders that it awards. SD&L compliance will form part of the overall evaluation process for all Eskom Holdings SOC Limited s formal tenders. SUPPLIER DEVELOPMENT & LOCALISATION REQUIREMENTS / OBLIGATIONS Objective Criteria (Non-weighted criterion) The objective criteria of this package are to advance participation of businesses that are BBBEE compliant. Eskom Prefers to do business with BBBEE compliance Level 1-4. Suppliers who will not meet the above levels upon contracting will be required to submit a proposal on how they will migrate to the required Level within a year. PART T1: TENDERING PROCEDURES 5 OF 5 T1.2 TENDER DATA