• Tidak ada hasil yang ditemukan

1. PURPOSE

1.1 The Department Agriculture Land Reform and Rural Development (DALRRD): Rural Infrastructure Development (RID) Branch, seeks to appoint a service provider to supply and deliver irrigation material comprising of installation of draglines and sprinkler heads for Buffespruit, Figtree C, Figtree D, Langeloop, Madadeni, Nhlangu East And Nhlangu West Irrigation Schemes within the Nkomazi Local Municipality Of Ehlanzeni District Municipality in Mpumalanga Province.

2. BACKGROUND

2.1 The RID Branch received a request for assistance indicating the need for infrastructure in the seven (7) sugarcane farms consisting of provision of draglines and sprinkler heads. The areas to be revitalized are situated in seven (7) of the Nkomazi Local Municipality wards i.e. Wards 11, 16, 18, 24, 25, 26 and 29.

2.2 The Small Scale Sugarcane Growers (SSSG) comprising of Khanya Ngwane farmer’s association;

Figtree C farmer’s association; Inhlangu east farmer’s cooperative; Inhlangu West farmers association; Figtree D farmers association; Bambanani farmers’ association; Masitsandzane farmers’

cooperative and Mabondvweni farmers association are eight (8) Cooperatives from Nkomazi, that are responsible for appointing all personnel and also responsible for the management and administration of the business in each of the projects.

2.3 The Small Scale Sugarcane Growers (SSSG) farms with the current irrigation schemes were established between the years 1996 and 1998 and consist of an area of 2188 hectares of cultivated land producing sugarcane. Their produce is currently sold to the two sugar mills located within the Nkomazi area.

3. PROJECT OBJECTIVES

3.1 The project will help create new jobs such as pump operators, irrigation managers, clerks and general labour during and after the revitalization process. This will give opportunities to both skilled and unskilled local people to earn an income and therefore alleviate poverty.

3.2 Implementation of these RVCP projects will contribute towards the Agri- parks programme contributing to sustainable enterprises in the long run. Revitalization of the seven (7) sugarcane farms will allow the schemes to be fully productive, therefore guarantee food security and job creation for the community of Nkomazi.

3.3 Provision of the material will ensure that irrigation at the various schemes continues uninterrupted thus increasing productivity.

Page 55 of 68

4. DESCRIPTION OF THE WORKS

4.1. Description of the Works

The total works to be carried out under this contract entails supply and delivery of draglines, sprinkler heads and other related components to Buffespruit, Figtree C, Figtree D, Langeloop, Madadeni, Nhlangu East and Nhlangu West Irrigation Schemes.

Supply and deliver Dragline hose :20mm heavy duty 10 year hose c/w orange strip and marked with a white strip around hose every 18m as follows:

1. Figtree C : 28 225m 2. Figtree D: 28 225m 3. Madadeni: 28 225m 4. Langeloop 1: 28 225m 5. Buffelspruit: 25 000m 6. Nhlangu East: 17 900m 7. Nhlangu West: 7 900m

Supply and deliver 20mm plastic sprinklers with nylon nozzle and plug;

Supply and deliver 20mm short riser dragline piplets and heavy duty bolted clamps.

4.2. Extent of the works

The work to be carried out entails:

The contractor shall supply all the materials outlined in the pricing schedule for the project.

The works shall comprise of:

a) Supply and deliver a fully functional irrigation material comprising of draglines, sprinkler heads and other related components for Buffespruit, Figtree C, Figtree D, Langeloop, Madadeni, Nhlangu East and Nhlangu West Irrigation Schemes.

b) Provide Proof of manufacturing certificate and standard to be available and presented to the client.

The description of the works is not necessarily complete and shall not limit the work to be carried out by the Contractor in this contract. Approximate quantities of each type of work are given in the schedule of quantities.

4.3. Period of completion of works

The above works in entirety must be completed within the period of 2 months. It is therefore the contractor’s responsibility to ensure that this will be achieved, failing which penalties at a rate of R1000 per calendar day which the contractor falls behind, will be charged until such time that works are completed in full.

Page 56 of 68 4.4. Location of the works

The project is located in Buffespruit, Figtree C, Figtree D, Langeloop, Madadeni, Nhlangu East and Nhlangu West Irrigation Schemes situated in Nkomazi Local Municipality in the Mpumalanga Province:

GPS Coordinates:

Buffelspruit :25°39'40.3"S 31°32'05.7"E

Langeloop :25°39'12.8"S 31°36'07.6"E

Nhlangu West: 25°41'08.6"S 31°32'28.4"E

Nhlangu East :25°41'33.4"S 31°35'50.2"E

Figtree C & Figtree D :25°47'31.5"S 31°50'54.5"E

Madadeni :25°48'50.6"S 31°48'14.7"E

4.5. ENGINEERING

4.5.1. STANDARDS AND CODES OF PRACTICE

The Standards and Specifications for all associated work applicable to this Contract shall be:

SANS 271 Thermoplastics hoses, textile-reinforced, for general-purpose water applications - Specification 4.5.2. Manufacturing

The service provider shall provide the Department and the beneficiaries with specimen of the material before manufacturing.

Manufacturing shall only commence once the specimen provided has been approved by the Department.

4.5.3. Testing

The service provider shall allow in his general rates for all inspections, pressure and quality testing of the material prior to commissioning of the works. This would include the supply of all necessary equipment that may be required for these tests and/or inspections by the Engineer.

4.5.4. Quality Plans and Control

The onus to produce work that conforms in quality and accuracy of detail to the requirements of the specifications rests with the Contractor (Service Provider), and the Contractor shall, at his own expense, institute a quality-control system and provide experienced personnel, together with all transport, instruments and equipment to ensure adequate supervision and positive control of the works at all times.

57 The cost of supervision and process control will be deemed to be included in the rates tendered for the related items of work.

On completion and submission of every part of the Works to the Engineer / Project Manager for examination, the Contractor shall furnish the Engineer with proof of quality in the form of a data pack containing measurements and levels to indicate compliance with the scope of work.

4.6. Format of Communications

The contractor and client shall follow the communication protocol through the client and contractor representatives.

Communication media applicable shall be site meetings, telephone, letter and email.

5. Tenders will be evaluated in terms of the evaluation criteria stipulated below:

(A) PREQUALIFICATION CRITERIA

(B) EVALUATION FOR MANDATORY CRITERIA (C) EVALUATION IN TERMS OF FUNCTIONALITY

(D) EVALUATION IN TERMS OF 80/20 PREFERENCE POINT SYSTEM AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS 2017.

A. Pre-Qualification Criteria

Only tenderers who meet the following Pre-qualification criteria for Preferential Procurement may respond to this Bid:

Subcontracting

Clause referred to in Standard Conditions of Tender Document

The Department committed to implement the set aside (sub-contracting) rule from a minimum of 5% as depicted in the table below,

Bid Value Including VAT

Set Aside % for Subcontracting as per 14.5

Implementation Guide PPR2017

1. All bids must be advertised with the condition of set aside percentage for contracting as per the offer, 14.11 Implementation Guide, PPR2017.

2. The Department reserves the right to set aside a bid for its target market: Youth/NARYSEC Graduates, Women Cooperatives and Rural Area Businesses.

3. The Department reserves a right to allocate any bid among preferred bidders as per their risk profile.

4. Any bid may be set aside to uplift a community / individuals / businesses of any designated group 5. Set aside conditions are also applicable to

quotations as per 5.12, Implementation Guide PPR2017.

6. No contractor shall be allowed to subcontract with his/her subsidiary companies or fronting as this would lead to termination of the contract with DALRRD. 14.14 Implementation Guide,

PPR2017.

From R 3 million 5%

From R 9 million 10%

From R15 million 15%

From R25 million 20%

From R30 million 30%

58 Refine the search using Preferential Procurement Regulations 2017 filters. The filters will enable the institution’s CSD user to refine the search for potential suppliers based on:

a) B-BBEE status level of contributor; or

b) Enterprise type (Exempted Micro Enterprise (EME) and/or Qualifying Small Enterprise (QSE));

and/or

c) Designated groups which are at least 51% owned by:

(i) black people

(ii) black people who are youth (iii) black people who are women (iv) black people with disabilities

(v) black people who are military veterans

(vi) black people that formed a cooperative (primary, secondary or tertiary cooperative) (vii) black people living in rural areas or underdeveloped area or townships.

(viii) EME or QSE

1. A tenderer subcontracting a minimum of 10% to an EME or QSE which is at least 51% owned by black people.

2. Tenderers are required to submit proof of B-BBEE Status Level of contributor. Proof includes valid B- BBEE Status Level Verification Certificates (Verification Agencies accredited by SANAS) or Sworn Affidavit signed by the deponent and attested by the Commissioner of Oaths or B-BBEE certificate issued by the Companies and Intellectual Property Commission to substantiate their BBBEE rating claims together with their tenders.

NB: Bidders are required to submit proof of B-BBEE status level of contributor for each and every proposed sub-contractor

3. Tenderers must submit proof of signed subcontracting arrangement between the main tenderer and the subcontractor/s. Proof of subcontracting arrangement may include a subcontracting agreement between main tenderer and the subcontractor/s and must be signed.

NB: Proof of signed subcontracting arrangement between the main bidder and the subcontractor/s must be submitted for each and every proposed sub-contractor.

4. Main Service Providers are discouraged from subcontracting with their subsidiary companies as this may be interpreted as subcontracting with themselves and / or using their subsidiaries for fronting. Where the primary Service Provider subcontracts with a subsidiary this must be declared in the tender document.

5. Tenders that do not meet subcontracting requirements are considered as being not acceptable tenders and will be disqualified and will not be considered for further evaluation or award.

Bidders are required to submit the following documents with their Bids. Failure to submit will lead to disqualification of the Bid:

6. SUB-CONTRACTOR LINK: The report containing the list of potential subcontractors may be drawn by accessing the following links on www.csd.gov.za.

7. It is the responsibility of the tenderer to select competent subcontractors that meet all requirements of the tender so that their tender is not jeopardized by the subcontractor when

evaluated. Tenderers are responsible for all due diligence on their sub-contractors. Note: Any tender not complying with the above-mentioned stipulations, will be regarded as nonresponsive and will therefore not be considered for further evaluation

B. MANDATORY REQUIREMENTS FOR BIDDING

Any bid submission that fails to comply with any of the mandatory requirements listed below, will automatically be disqualified.

59 7.1. Attach a resolution letter authorizing a particular person to sign the bid documents. Failure to submit such documentation will automatically disqualify the bid.

Only duly authorised signatories must sign the original and all copies of the Quotation bid offer where required.

7.1.1. In the case of a ONE-PERSON CONCERN submitting a Quotation bid, this shall be clearly stated on the company letter head.

7.1.2. In case of a COMPANY submitting a quotation bid, include a copy of a resolution by its board of directors authorizing a director or other official of the company to sign the documents on behalf of the company.

7.1.3. In the case of a CLOSED CORPORATION submitting a quotation bid, include a copy of a resolution by its members authorizing a member or other official of the corporation to sign the documents on each member’s behalf.

7.1.4. In the case of a PARTNERSHIP submitting a quotation bid, all the partners shall sign the documents, unless one partner or a group of partners has been authorised to sign on behalf of each partner, in which case proof of such an authorization shall be included in the Tender.

7.1.5. In the case of a JOINT VENTURE submitting a tender, must include a resolution of each company of the Joint Venture together with a resolution by its members authorizing a member of the Joint Venture to sign the documents on behalf of the Joint Venture.

7.2. Compliance with all Tax Clearance requirements:

7.2.1. Attach a Valid Tax Clearance Certificate / provide a Compliance Tax Status Pin on the space provided on the SBD 1 form;

7.2.2. Where consortium / joint ventures/ sub-contractor are involved, each party to the association must submit separate Tax Clearance requirements as proof;

7.3. Where the bidder forms a consortium or a joint venture or is sub-contracting, written proof of the contract must be attached.

Failure to attach proof of a consortium, joint venture or a subcontracting agreement will lead to disqualification.

7.4. The bidder must be registered on the National Treasury Central Supplier Database and attach a report as proof or provide registration number (MAAA) in the space provided on SBD 1 form.

7.4.1. If the bidder sub-contracts, the sub-contractor(s) must be registered on the National Treasury Central Supplier Database and the bidder must provide a CSD report as proof thereof.

7.5. The pricing schedule, SBD 3.1, must be completed in full.

Failure to complete the attached SBD 3.1 (pricing schedule) will lead to disqualification.

60 7.6. Submission of a detailed implementation plan (delivery plan) stipulating how the

delivery plan will be implemented out in line with the delivery timeframe of 8 weeks.

Non-submission of a detailed delivery plan will lead to the bid being automatically disqualified.

7.7. Fully completed Standard Bid Documents (SBD)

7.8. Adherence to sub-contractor departmental policy (Bidder is expected to sub-contract 10% of the project)

7.8.1 Refine the search using Preferential Procurement Regulations 2017 filters. The filters will enable the institution’s CSD user to refine the search for potential suppliers based on:

a) B-BBEE status level of contributor; or

b) Enterprise type (Exempted Micro Enterprise (EME) and/or Qualifying Small Enterprise (QSE)); and/or c) Designated groups which are at least 51% owned by:

(i) black people

(ii) black people who are youth (iii) black people who are women (iv) black people with disabilities

(v) black people who are military veterans

(vi) black people that formed a cooperative (primary, secondary or tertiary cooperative) (vii) black people living in rural areas or underdeveloped area or townships.

(viii) EME or QSE

(C) EVALUATION IN TERMS OF FUNCTIONALITY

Quality (functionality) will be scored on those tenders regarded as being responsive. The CRITERIA to be applied in evaluating responsive tenders is set out in the table below:

The below mentioned values will be utilised by a representative evaluation panel to score responsive tenders:

0 -no response; 1 – poor; 2 - below average; 3- average 4- good; 5- excellent

DALRRD shall evaluate the Technical Sections received at Tender Closure, and opened in accordance with the approved procedures, in accordance with the following steps.

In Step 1, DALRRD shall examine each Technical Section submitted to determine whether the Technical Section is complete and substantially responsive.

In Step 2, DALRRD shall evaluate the Technical Sections (refer to schedules 1,2,3 and 4 below) that are substantially responsive based on the following criteria and marking system:

Evaluation of Tenders:

61 The tender evaluation method to evaluate all responsive tender offers will be Method 2.

Tenderers will be evaluated as per the Preferential Procurement Regulation 8(1) which prescribes that only locally produced goods, service or works locally manufactured goods with a stipulated minimum threshold (as indicated in SBD 6.2) for local production and content will be considered.

Apply the 8 0 / 2 0 Preference Point system where a maximum of Eighty (80) tender adjudication point be awarded for price. Twenty (20) points will be awarded for preference in terms of the Preferential Procurement Policy Framework Act (Act 5 of 2000) and Preferential Procurement Regulation, 2017. See section T2.2.8, Form B for the Preference model.

The financial offer will be scored in terms of formula 2, option 1 of the Standard Conditions of Tender (Section T1.3 of the document).

The CRITERIA to be applied in evaluating the proposal is set out in the table below:

Criterion Weight Value Comment /

Remarks Relevant experience in projects

similar in nature, scope and value 40

Quality of completed relevant projects similar in nature and scope

10

Methodology 30

Bank rating 20

TOTAL

100

The proposal will be evaluated individually on score sheets, by a representative evaluation panel according to the evaluation criteria indicated above. All service providers who scored less than 60 out of 100 points for functionality will not be considered further.

QUALITY CRITERIA

NO. CRITERIA WEIGHT INDICATE

VALUE

TOTA L

62 1

2

RELEVANTEXPERIENCEOFSIMILARPROJECTS(40 POINTS)

Tenderers are required to demonstrate relevant past experience and competency and attach completion certificates and delivery notes in case of supply and delivery projects. Tenderers are required to submit full details of, and reliable contactable references for relevant projects which were successfully completed. Projects relevant must be of similar scope, nature and size, completed within the last seven (7) years.

Tenderers should have completed projects of similar nature, with minimum value of R 2 000,000.00 each in the last 7 years.

NB: Bidders are required to attach completion certificates and delivery notes. Failure to submit / attach completion certificates and delivery notes for the projects will result in the bidder not being awarded the points.

Poor (score 1) The tenderer has not listed any relevant completed projects but failed to attach completion certificates.

(0-1 Project)

Average (score 2) The tenderer has listed relevant completed project with completion certificates.

(2-3 Projects)

Good (score 3) The tenderer has listed relevant completed project with completion certificates.

(4-5 Projects)

Very Good (score 4) The tenderer has listed relevant completed project with completion certificates.

(6-7 Projects)

Excellent (score 5) The tenderer has listed eight (8) or more relevant completed projects with completion certificates.

(8 or more Projects)

QUALITY OF PREVIOUS SIMILAR PROJECTS COMPLETED Quality of previous relevant projects completed - ( 10 points)

The projects must be of similar scope, nature and value of R 2 000,000.00

The references provided must be contactable

An assessment of performance on previous projects in terms of project/ time management, quality of workmanship, financial management, personnel and equipment resource will form part of the reference checks.

Poor (score 1) The tenderer has not listed any relevant completed projects and failed to attach completion certificates.(1 Project) Average (score 2) The tenderer has listed relevant completed project with

completion certificates. (2 Projects)

Good (score 3) The tenderer has listed relevant completed project with completion certificates. (3-4 Projects)

Very Good (score 4) The tenderer has listed relevant completed project with completion certificates.

(5-6 Projects)

Excellent (score 5) The tenderer has listed relevant completed projects with completion certificates.

(7 Projects and above)

40

10

63 3

4

METHODOLOGY

The service provider must demonstrate by providing a unambiguous execution plan detailing all the necessary steps required to complete the project successfully, taking into consideration the expected delivery period, Programme of works;

Subcontracting; Manufacturing plan; Risk plan, Health and Safety etc.

Up to maximum of 30 Points shall be awarded to the tenderers for these criteria.

Failure to provide the execution plan as indicated will result in the tenderer being scored poor.

BANK RATING

Letter from bank with ratings

A=5

B=4

C=3

D=2

E=1

No rating=No points will be allocated.

30

20

(D) EVALUATION IN TERMS OF 80/20 PREFERENCE POINT SYSTEM AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS 2017.

This Bid is estimated not to exceed R50 000 000.00, therefore the 80/20 system will be used. Financial offer (80) and Preferences (20) will be used for the evaluation. Bidders will submit one envelope.

The procedure for evaluation of responsive Bid Offers will be Method 4: Financial Offer, Quality (Functionality) and Preferences. The Bids will first be evaluated on quality. Only bids higher than the minimum quality score of 60% as well as achieved minimum acceptable score ratings as stipulated on the quality evaluation criteria below will be evaluated. The responsive Bid with the highest combined total points for Financial Offer and Preferences is the preferred Bidder.

The Department will have the authority to award the tender according to the following criteria:

Preference points claim for equity ownership out of a total of 20 points shall be as follows:

B-BBEE Status Level of Contributor Number of points (80/20 system)

1 20

2 18

3 14

4 12

5 8

6 6

7 4

8 2

Non-compliant contributor 0

80 points will be awarded to the lowest tenderer of any group of price schedules and qualification as follows:

Dokumen terkait