TENDER REQUIREMENTS FOR THE BID

Similar documents
DoE Supply Chain Management Processes

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

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

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

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

Eskom Holdings SOC Ltd s Standard Conditions of Tender

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

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

Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. RFP No.: RFP 28/2014

City of Johannesburg Supply Chain Management Unit

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

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

EXTERNAL POLICY PROCUREMENT

CODE OF GOOD PRACTICE. for BLACK ECONOMIC EMPOWERMENT PUBLIC-PRIVATE PARTNERSHIPS

SPECIAL CONDITIONS OF CONTRACT RT

LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT

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

Yagan Moodley Tel : (011)

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

VALUATION OF TABLE MOUNTAIN AERIAL CABLEWAY COMPANY S CABLEWAY ASSETS Reference TMNP 17/2013

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

SPECIFICATION DOCUMENT PROCUREMENT OF EXTERNAL AUDIT SERVICES

Records Information Management System Development and Implementation

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

Transcription services for committee minutes

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

DETAILED TERMS AND CONDITIONS FOR PROVIDING SERVICES OF FIRMS OF CHARTERED ACCOUNTANTS.

Request for proposals (RFP) The provision of maintenance and servicing of security systems to CSIR. RFP No. 588/19/06/2015

City of Johannesburg Supply Chain Management Unit

Request of training on Operational Risk Management

PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE

How To Manage Two Web Portals In South Africa

YOU ARE HEREBY INVITED TO SUBMIT A BID TO MEET THE REQUIREMENTS OF THE DEVELOPMENT BANK OF SOUTHERN AFRICA. 28 June 2016 at 10:00am.

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

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

Mintek Request for Tender

T28/05/13. Supply and Installation of Video Conferencing Equipment to IDC CLOSING DATE: FRIDAY, 17 MAY 2013 AT 12:00 NOON

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

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

Lorraine Mapela

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

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

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO SUPPLY AND INSTALL BIOMETRICS ACCESS CONTROL SYSTEMS AT THE DEPARTMENT OF ENERGY

REQUEST FOR PROPOSALS DEVELOPMENT OF THE MGSLG WEBSITE AND INTRANET

REPUBLIC OF MALTA. Commissioning of Scaffolding at Palazzo Parisio, Merchant Street and Melita Street, Valletta

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS

Budget & Treasury Office PO Box 13 Tel: (051) Burgersdorp Fax: (051) lucky@gariep.gov.za

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

CONSOLIDATION OF TELECOMMUNICATION SERVICES

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

1. BACKGROUND 2. OBJECTIVES

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

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

OVERSTRAND MUNICIPALITY

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

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

T29/05/13 REQUEST FOR PROPOSAL FOR THE APPOINTMENT OF EPC CONTRACTOR FOR THE DESIGN PHASE OF THE CONSTRUCTION OF FOSKOR PLANT

TENDER BOX LOCATION. The Tendering System

T27/04/13 REQUEST FOR PROPOSAL FOR THE SUPPLY, INSTALLATION AND MAINTENANCE OF ADDITIONAL HEATING EQUIPMENT FOR AIR CONDITIONING SYSTEMS AT THE IDC

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

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

Expression of Interest (EoI) Design, Development and Maintenance of New Mobile Application for National Institute of Solar Energy, Gurgaon

TENDER SPECIFICATION DOCUMENT. Mobile Phone Contract. Tender for Mobile Phone Contract for EMB-Group

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

REQUEST FOR PROPOSALS

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

Expression of Interest (EoI) Design, Development and Maintenance of New Website for National Institute of Solar Energy, Gurgaon

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

ENROLLMENT AGREEMENT

REQUEST FOR PROPOSALS

NATIONAL INSTITUTE OF OCEAN TECHNOLOGY, CHENNAI

Application for franchise funding

GAIL (India) Limited Corporate Office New Delhi EMPANELMENT OF ADVERTISING AGENCIES

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

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

REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR ICT DESKTOP MANAGED SERVICES TENDER NUMBER: HO/ICT/270/05/2015

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

Request for Quote Number: PRC Baseball Diamond Backstop Re-Fence

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

TENDER NO. MN 258/2012

ANNEX III. Special Instructions & Evaluation Criteria

BANK OF UGANDA REPUBLIC OF UGANDA

Supply, deliver and installation of air conditioners

REQUEST FOR PROPOSALS FOR: DOCUMENT COLLECTION AND SCANNING FOR 36 MONTHS CONTRACT SCMN33 /2013

City of Cape Town. Supply Chain Management

Financial Instructions

Tender Notice. Tender no. : NTSC (O)/EM/F&F/ Date: 8th June, 2015

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

REVISED SUPPLY CHAIN MANAGEMENT POLICY

Published Call for Quotations QMFA 080/2015

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

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

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

Customer Investment Profile

Companies and Intellectual Property Commission Republic of South Africa

Business Plan Reporting Requirements and s Manual - Financial Projection Analysis

Please attach certified BEE certificate to quotes above R10 000

Transcription:

TENDER REQUIREMENTS FOR THE BID 1. What must be included in the bid and how to submit it 1.1 Bids and all related correspondence and documents must be in English. 1.2. Bidders must submit in two sealed envelopes. Mark the envelopes clearly. 1.3 Envelope 1 must include 7,8 and 9 below 1.4 Envelope 2 must include Monthly rental offer. 1.5 The interested bidder must give details and provide supporting documents of the following: 1.5.1 Extensive experience of two years in the management of stabling a minimum of two horses coupled with registration with the relevant accreditation bodies specifically in the equestrian industry. Must demonstrate knowledge of the health and safety laws and regulations as well as have the relevant Licenses, 1.5.2 Mandatory returnable documents 1.5.2.1 Submit all Documents in hard copy 1.5.2.2 Submit a current tax clearance certificate 1.5.2.3 Public Liability Insurance Certificate 1.5.2.4 BBBEE verification certificate 1.5.2.5 Company registration 1.5.2.5.1 Proof of financial standing by banking institution or auditor 1.5.2.5.2 Provide a Cash Flow Statement of business operations for 5 years. 1.6 Submitting a bid implies that the bidder knows and understands all the terms and conditions set out in this tender and under the applicable laws of the Republic of South Africa, and that the bidder accepts these terms and conditions. 2. How the bids will be opened 2.1. The bids will be collected by SANParks bid secretariat. 2.2. All envelopes will be locked away in the safekeeping of the Regional Financial Officer until they are needed. 3. Incomplete bids 3.1. The Bid Evaluation Committee (BEC) will check the envelope of each bid to see whether all the documentation that this tender requires has been submitted correctly. 3.2. If a bid is not complete or something in it is not clear, the BEC may, but is not obliged to, ask bidders for more information. Bidders will receive such requests for more information in writing. No substantial changes to the bid will be asked for or allowed, except if there is a clear mistake in the bid. 3.3. A bid that is not complete or requires clarification may be disqualified without a request for further information. This is the SANParks decision. 4. How the bids will be evaluated and the preferred bidder chosen 4.1. The three main elements of the bid 4.1.1 Bids will be evaluated on three main elements: functionality, BEE and the monthly rental offer. 4.1.2. Envelope 1 is for the functionality and BEE elements and is opened first. Bidders must score at least 65% for functionality and at least 65% for BEE. Envelope 2 is for the monthly rental fee offer and will

only be opened and evaluated if those minimum thresholds are met. 4.2. The weighting of the elements 4.2.1. Functionality will be weighted at 60 % of the overall bid score, 4.2.2. BEE will be weighted at 10% of the overall bid score, 4.2.3. The RENTAL fee offer will be weighted at 30% of the overall bid score. 4.2.4. The provisions of the Preferential Procurement Policy Framework Act, 2000 (PPPFA) apply. 4.3. How functionality is evaluated 4.3.1 SANParks will evaluate functionality in terms of the elements set out in the functionality scorecard below. 4.3.2. Details of the format and information required for each element are contained in Annexure 1-5 below which is part of the bid specifications. 4.3.3. Functionality scorecard Functionality evaluation criteria Scoring Maximu m subtotal 1 Financing plan 1.1 Has the bidder secured adequate finance to implement the project? 1.2 Are all the members of the bidder solvent and liquid? 1.3 Is the basic cash flow model viable? Maximu m total 30 2 Business and operational plan 2.1 Is, or will, the bidder be constituted as an entity as required in the TENDER? 2.2 Is the proposed horse stabling proposal within the range of the lease requirement specified in the TENDER? 2.3 What is the bidder s experience and track record in similar ventures, and in similar target markets? 2.4 Does the thinking behind the business plan demonstrate the bidder s commercial knowledge of the target market for this product? 2.5 Does the bidder s marketing and product branding plans comply with the TENDER specifications? Excellent = 10 Acceptable = 10 5 Poor = 0 50 Page 2 of 9

Functionality evaluation criteria Scoring Maximu m subtotal 3 Development and environment proposal 3.1 Has the bidder understood the tender in terms of adhering to our SANParks regulations in operating their business 3.2 Has the bidder operated in an environmentally sensitive area before? Fully = 5 Partially = 3 Not at all = 0 5 Yes = 5 Partially = 3 No = 0 5 Maximu m total 10 4 Risk matrix Does the bidder commit to the TENDER s required risk allocation for the project? Adequately = 5 Unacceptably = 0 10 10 Total functionality points 100 Minimum threshold 65 4.3.4. The functionality of a bid is scored out of 100 points. A bidder must score 65% or more for functionality or the bid will be disqualified. 4.4. How BEE is evaluated 4.4.1 SANParks will evaluate the bidder s BEE proposal (details of the format and information required are in Annexure 5: BEE proposal ) and will allocate scores according to the methodology and weightings in the BEE scorecard in Annexure 5: BEE proposal. 4.4.2. BEE is scored out of 100 points. A bidder must score 65% or more for BEE or the bid may be disqualified. This is SANParks decision. 4.5. How the RENTAL fee offer is evaluated 4.5.1. If a bidder meets the minimum thresholds for both functionality and BEE, SANParks will evaluate the bidder s monthly rental offer. 4.5.2. The points for the RENTAL fee offer are calculated using the prescribed price formula in the regulations to the PPPFA. The maximum points will be awarded to the qualified bidder which makes the highest RENTAL fee offer and the remaining points being allocated pro rata to the remaining qualified bidders. 4.5.3. The monthly rental proposal is scored out of 100 points. 4.6 The overall score SANParks will calculate the overall score of each qualified bid, using the following formula. a*(functionality score/100) + b*(bee score/100) + c*(rental fee score/100) = d a is the weighting (60%) for functionality b is the weighting (10%) for BEE Page 3 of 9

c is the weighting (30%) for rental fee d is the bidder s overall score 4.7 The preferred bidder The bidder that receives the highest overall score will be appointed the preferred bidder. The bidder that receives the second highest overall score will be appointed the reserve bidder. 5. Finalizing the Lease agreement 5.1. SANParks will draw up a lease agreement with the preferred bidder. 5.2. If SANParks and the preferred bidder fail to come to agreement on the lease agreement within two weeks, SANParks may withdraw the appointment as preferred bidder and begin negotiations with the reserve bidder. 6. Bid timetable SUMMARY PROJECT TIMETABLE Event Date Advert of Tender 8 September 2015 Site Visit Closing date 15 September 2015 at 12PM 22 September 2015 at 11AM Bid Evaluation 22 September 2015 Announcement of Preferred and reserve bidder 14 October 2015 Negotiations of lease agreement 15 October 2015 Signature of Lease Agreement 23 October 2015 7. ANNEXURE 1: FINANCIAL, BUSINESS AND OPERATIONAL PLANS 7.1 The interested bidder must give details and provide supporting documents of the following: 7.1.1 Extensive experience of three years in the equestrian sector coupled with registration with the relevant accreditation bodies specifically in the retail industry. Must demonstrate knowledge of the health and safety laws and regulations as well as have the relevant Licenses, 7.1.2 Mandatory returnable documents 7.1.2.1. Submit all Documents in hard copy 7.1.2.2 Submit a current tax clearance certificate 7.1.2.3 BBBEE verification certificate 7.1.2.4 Public Liability Insurance Certificate 7.1.2.5 Company registration 7.1.2.6 Proof of financial standing by banking institution or auditor 7.1.2.7 Provide a Cash Flow Statement of business operations for five years. See below table for reference to a format. Page 4 of 9

Startup Year 1 Year 2 Year 3 Year 4 Year 5* Cash inflows Owners capital Loans received Grants received Cash from sales and other operating revenue Cash from other sources Total cash inflow (A) Cash outflows Project costs and startup expenses Salaries, wages and staff costs All other operating costs and expenses Loan repayments Replacement of equipment and vehicles Total cash outflow (B) Net cash flow [A B] before PPP fees and tax * adapt to the proposed term of the PPP 8 ANNEXURE 2 DEVELOPMENT AND ENVIRONMENTAL 8.1 The Bidder must outline the known or expected impact that the business operation will or can have on its environment, and the steps that will be taken to minimize and mitigate such impact. 8.2 The successful bidder will have to draft an environmental operational management plan for SANParks approval. 8.3 Acknowledge that the operator must comply at all times with SANParks environmental guidelines, code of conduct and regulations which may change from time to time. These will be supplied by SANParks within time. 8.4 Demonstrate operating in an environmentally sensitive area before. Page 5 of 9

9 ANNEXURE 3 : RISK MATRIX Type of risk General description of risk Projectspecific risk Financing Supporting infrastructure Utilities Environment and heritage The required capital for opex may not be able to be raised; loans may not be able to be repaid; tax obligations may not have been fully taken into account or may change; fluctuating inflation, interest rates, and currencies may affect assumptions Supporting infrastructure may be inadequate to sustain the enterprise Utilities may not be fully available or may cause delays Liability for losses caused by environmental or heritage damage or delays Maintenance The costs of maintenance to required standards may vary from projections or maintenance may not be carried out Operations Any factors (other than force majeure) that may impact on operations Market, demand, volume The demand for the product may be less than projected Political Unforeseeable conduct by any government institution may adversely affect the project, or the government may expropriate private party assets Force majeure Unexpected events beyond either party s control Mitigatio n measure s Allocation of risk (institutio n/ private party/ shared) 10 ANNEXURE 4: BEE PROPOSAL 10.1 Bidders should provide the following information, with back-up evidence wherever possible. Provide SANParks with its BBBEEE Credentials as per the Tourism Charter of Department of Trade and Industry. Page 6 of 9

11 ANNEXURE 5: RENTAL OFFER PROPOSAL 11.1Bidders must provide SANParks with its monthly offer for five years and bearing in mind escalation cost on anniversary date. The guideline for minimum rental fee is as follows: TOKAI STABLES FEE INCLUSIVE VAT Per Annum Year 1 159,163 Year 2 168,346 Year 3 178,059 12 ANNEXURE 6: BID COVER SHEETS Cover sheets which include the following information must be attached to each envelope: Bid for the lease of the Tokai Stables, Table Mountain National Park (TMNP) for a period of five years ENVELOPE 1: FUNCTIONALITY AND BEE BIDS Name of bidder: Postal address: Street address: Telephone: Cell phone: Fax: Contact person: Email address: Signature of bidder: Date: Capacity in which bid is signed: Signature of this document means that the bidder accepts the terms and conditions of this bid. Failure by the bidder to sign this form may disqualify the bid. Page 7 of 9

Bid for the lease of the Tokai Stables, Table Mountain National Park (TMNP) for a period of five years ENVELOPE 2: RENTAL FEE OFFER Name of bidder: Postal address: Street address: Telephone: Cell phone: Fax: Contact person: Email address: Signature of bidder: Date: Capacity in which it is signed: Signature of this document means that the bidder accepts the terms and conditions of this bid. Failure by the bidder to sign this form may disqualify the bid Page 8 of 9

Page 9 of 9