request for proposal - nhbrc for proposal forensic engineering... · this request for proposal...
Post on 14-Mar-2019
231 Views
Preview:
TRANSCRIPT
RFP.: NHBRC 1115/2014 Page 1
REQUEST FOR PROPOSAL
INVITATION TO BE REGISTERED ON THE NHBRC FORENSIC
ENGINEERING ASSESSMENTS PANEL OF APPROVED
SERVICE PROVIDERS FOR THE DURATION OF
SIX (06) MONTHS FOR (SPECIAL PROJECTS EASTERN CAPE)
RFP NO : NHBRC 1115/2014
CLOSING DATE: 30th
June 2014
CLOSING TIME: 11H00 am
NAME OF COMPANY:
___________________________________________________
RFP.: NHBRC 1115/2014 Page 2
TABLE OF CONTENTS PAGE NO.
TERMS AND CONDITIONS TO BE TAKEN INTO ACCOUNT BY SERVICE PROVIDERS ........................... 3
1. About NHBRC ........................................................................................................................................ 5
2. Risk Management by the NHBRC ......................................................................................................... 5
3. Business overview ................................................................................................................................. 6
PART B –TECHINICAL INFORMATION TO BE SUBMITTED BY SERVICE PROVIDERS ............................ 8
PART C –EVALUATION PROCESS ............................................................................................................... 15
1. Availability of the RFP Document ........................................................................................................ 27
2. Compulsory Briefing Session............................................................................................................... 27
2.1 The compulsory briefing sessions will be held on Tuesday, 06th May 2014 at the following address.:
27
2.2 Bidders who have not attended the compulsory briefing session will be disqualified. .................... 27
3. RFP Closing Date ................................................................................................................................ 27
4. Enquiries should be directed to: .......................................................................................................... 28
5. Number of bid envelopes/files to be deposited:................................................................................... 28
PART E –ADDENDUMS TO THE RFP ........................................................................................................... 29
PART A– NHBRC BACKGROUND ................................................................................................................... 5
PART D – RFP SUBMISSION INSTRUCTIONS............................................................................................. 27
RFP.: NHBRC 1115/2014 Page 3
TERMS AND CONDITIONS TO BE TAKEN INTO ACCOUNT BY SERVICE PROVIDERS
This Request for Proposal (RFP) has been compiled by the NHBRC and it is made available to the
Bidders on the following basis.
Bidders submitting a Bid in response to this RFP are deemed to do so, on the basis that they
acknowledge and accept the terms and conditions set out below:
1. The NHBRC reserves the right to amend, modify, withdraw this RFP or any of the procedures or
requirements set out herein at any time without prior notice and without liability to compensate or
reimburse any person. If the NHBRC amends this RFP, the amendment will be sent to each Bidder
in writing or publicized as the case maybe. No oral amendments by any person will be considered or
acknowledged.
2. The premises of the bidder should be open at all reasonable hours for inspection by representatives
of the NHBRC. This is done in order to confirm any information provided by a Bidder in the RFP Bid.
3. This RFP is not intended to form the basis of a decision to enter into any transaction involving the
NHBRC, and does not constitute an offer or recommendation to enter into such transaction, or an
intention to enter into any legal relationship with any person.
4. A Bid submitted in response to this RFP will constitute a binding offer which will remain binding and
irrevocable for a period of six months from the date of submission to the NHBRC. The offer
constituted by the Bid will be deemed not to have been accepted and no agreement will be deemed
to be reached with any Bidder, unless and until a definitive Agreement and other related transaction
documents are concluded between the NHBRC and the Preferred Bidder.
5. Neither the NHBRC nor any of their respective directors, officers, employees, agents,
representatives or advisors will assume any obligation for any costs or expenses incurred by any
party in or associated with preparing or submitting a Bid in response to the RFP. All costs associated
with the preparation and submission of the Bid is the responsibility of the Service Provider. The costs
shall not be chargeable to the NHBRC by successful or unsuccessful Bidder.
6. No entity may be involved, whether directly or indirectly, in more than one Bid in response to this
RFP. A failure to comply with this requirement may, within the sole discretion of the NHBRC, result
in disqualification of the relevant entity.
7. Any material change in the control and/or composition of any Bidder or any core member of a Bidder
after submission of a Bid, shall require the prior written approval of the NHBRC, and any failure to
seek such approval from the NHBRC shall result in the NHBRC being entitled, in its sole discretion,
to exclude the relevant Bidder from any further participation in the bid process. The NHBRC shall be
the sole arbiter as to what constitutes a “material change in the control and/or composition of any
Bidder”, and as to what constitutes a “core member of a Bidder” for purposes of such approval. Any
request for such approval shall be made to the NHBRC in writing and shall provide sufficient reasons
and information to allow the NHBRC to make an informed decision. The NHBRC reserves the right
to accept or reject any such request for approval at its sole discretion.
RFP.: NHBRC 1115/2014 Page 4
8. The NHBRC and its advisors may rely on a Bid as being accurate and comprehensive in relation to
the proposals provided therein by the Bidders.
9. All bids information submitted to NHBRC will become the property of the NBHRC and will as such
not be returned to the bidder. The NHBRC will make all reasonable efforts to maintain proposals in
confidence. Proprietary information should be identified as such in each proposal.
10. RFP shall be considered irregular if they show any omissions, alteration of form, additions, or
conditions not called for, or irregularities of any kind. However, the NHBRC reserves the right to
waive any irregularities and to make award in the best interest of the company.
11. The NHBRC reserves the right to appoint one or more service providers.
12. RFP’s shall be rejected, among other reasons, for any of the following:
RFP’s received after the closing date and time as specified.
Collusion among bidders and upon detecting that the B-BBEEE status level of contribution
has been claimed or obtained in a fraudulent manner.
Incomplete work that in the judgment of the company shall prevent or hinder the prompt
completion of additional work, if awarded.
All Bids must be formulated and submitted in accordance with the requirements of this RFP.
RFP.: NHBRC 1115/2014 Page 5
PART A– NHBRC BACKGROUND
1. ABOUT NHBRC
1.1. Mandate of the NHBRC in terms of the Housing Consumers Protection Measures Act.
1.2. The National Home Builders Registration Council (NHBRC) has a mandate through the Housing
Consumer Protection Measures Act (Act No. 95 of 1998) providing warranty protection against defects
in new homes. The Act state that the objects of the Council are, inter alia:
3(b) “to regulate the home building industry”;
3(d) “to establish and promote ethical and technical standards in the home building
industry”; and
3(e) “to improve structural quality in the interests of housing consumers and the home
building industry”;
The Council is furthermore empowered by the Act:
5(5)(a) “to engage in undertakings to promote improved structural quality of homes
constructed in the Republic;
5(5)(b) ”to engage in undertakings to improve ethical and technical standards in the home
building industry;
5(5)(c) “to keep a record of competent persons”; and
5(h) “to generally do all things necessary or expedient to achieve its objects and the
objectives of this Act.”
2. RISK MANAGEMENT BY THE NHBRC
The NHBRC's primary mandate is to manage the risk of structural defects in the home building
industry and in so doing, protect the consumer. A prime activity of the NHBRC is to manage its risk
exposure in terms of the warranty scheme, in order to ensure that it is not unduly exposed to claims.
The current risk management tools being used by the Council include the Registration of Home
Builders, enrolment and inspection of homes, the Home Building Manual which incorporates design
and construction rules and the appointment of competent persons by the Home Builder to perform
certain tasks.
RFP.: NHBRC 1115/2014 Page 6
3. BUSINESS OVERVIEW
The National Home Builders Registration Council is a statutory body with the responsibility to provide
warranty cover (protection) and regulatory services to the home-building industry. This is done in
terms of the Housing Consumers Protection Measures Act (No 95 of 1998). It is the NHBRC’s
mandate to provide protection to housing consumers against defined defects and to regulate the home
building industry. Our mandate determines our scope of business as well as the principles and area of
business in which we operate. As a consequence our business is focused on specific business models
in defined geographical areas with specific business objectives for all South African Housing
Consumers.
The NHBRC is a medium sized organization with a staff complement of 420 employees. The NHBRC’s
Head Office is located in Sunninghill, Gauteng with 10 (Ten) regional offices of varying size, and 12
(twelve) satellite offices.
RFP.: NHBRC 1115/2014 Page 7
NHBRC Office locations and number of user connection points
No. OFFICE
1 Head Office ( Sunninghill)
2 DR site (at Pretoria regional office)
3 KwaZulu Natal(Durban) – Regional
4 Western Cape (Cape Town) – Regional
5 Eastern Cape (Port Elizabeth) – Regional
6 North West (Rustenburg) – Regional
7 Limpopo (Pietersburg) – Regional
8 Mpumalanga (Nelspruit) – Regional
9 Gauteng (Sunninghill) – Regional
10 Pretoria (Pretoria) – Regional
11 Free State (Bloemfontein) – Regional
12 Shelly Beach
13 New Castle
14 East London
15 George
16 Northern Cape (Kimberly)
17 Klerksdorp
18 Tzaneen
19 BelaBela
20 Witbank
21 Bethlehem
22 Mafikeng
23 Eric Molobi (Shoshanguve)
RFP.: NHBRC 1115/2014 Page 8
PART B –TECHINICAL INFORMATION TO BE SUBMITTED BY SERVICE PROVIDERS
INTRODUCTION
The National Home Builders Registration Council seeks to appoint a panel of service providers for the
provision of inspectorate services.
BACKGROUND
The National Home Builders Registration Council herein referred to as NHBRC is a statutory body
established in terms of the Housing Consumer Protection Measures Act (HCPMA) 1998 (Act 95 of
1998). It is mandated to provide protection to housing consumer against defined defects and regulate
the home building industry.
The government granted the National Home Builder Registration Council exclusive rights to offer
housing consumers a five year standard home warranty against major structural defects throughout
the Republic of South Africa.
The NHBRC is in the business of registering homebuilders on its database and enroll new homes in
order to provide protection against structural defects in term of housing consumer protection measures
Act, 1998 (Act No: 95 of 1998)(the Act).
OBJECTIVE
The National Home Builders Registration Council herein referred to as NHBRC is a statutory body
established in terms of the Housing Consumer Protection Measures Act (HCPMA) 1998 (Act 95 of
1998). It is mandated to provide protection to housing consumer against defined defects and regulate
the home building industry.
The government granted the National Home Builder Registration Council exclusive rights to offer
housing consumers a five year standard home warranty against major structural defects throughout
the Republic of South Africa.
The NHBRC is in the business of registering homebuilders on its database and enroll new homes in
order to provide protection against structural defects in term of housing consumer protection measures
Act, 1998 (Act No: 95 of 1998)(the Act).
RFP.: NHBRC 1115/2014 Page 9
1. PURPOSE
The purpose of this programme is to (i) conduct forensic engineering assessment on the houses
identified as having defects and or identified as not “fit for purposes” (ii) conduct geotechnical
investigations (iii) design foundations or any other structural component of affected subsidy
projects, (iv) prescribe required remedial specification of the affected housing unit(s), and (iv)
estimates cost of rectification.
1.1 Problem Statement
NHBRC and Department of Human Settlement have conducted a visual audit of all subsidy houses
that were built between 1994 and 2010 in the Republic of South Africa, and have identified that a
number of these houses are:
“Unfit for habitation” which means those houses that have significant damage and are classified
in the Home Building Manual as Category 3 to 5;
“Defective” which means that those houses have major damage to the superstructure and are
classified in the Home Building Manual as category 0 to 2;
Have problematic municipal services where there is an inappropriate infrastructural designs
resulting in compromised structural integrity;
Have substandard materials that were used during construction;
Houses that were vandalized after completion but before occupation by the rightful subsidy
beneficiary; and
Inadequate geotechnical reports, resulting in inappropriate foundation solutions.
2. SCOPE OF SERVICES
Scope of work will constitute conducting forensic engineering assessments on all the houses
which have been audited and identified by NHBRC in the Republic of South Africa. The work
will be carried out as detailed in the process flow diagram in Figure 1 below for each project.
Starting from the project inception phase whereby compilation of as built data in a form of
documents, as built drawings, site location, site visit and consultation with projects key
stakeholders on site (Councillors, NHBRC, Department of Human Settlement) and
formulation of investigation plan and project team for NHBRC’s approval. Second phase of
project will be field work execution by the approved team using approved investigation plan.
This phase will constitute forensic engineering assessment of individual housing units which
will be conducted as follows:
Visit the location of each identified individual housing unit;
RFP.: NHBRC 1115/2014 Page 10
Identify and physically assess the structural defects and non-compliances;
Investigate the structural integrity and quality of foundation, wall plate, roof, finishes
and sanitation;
Recommend cost effective solution to all identified defects;
Assess the quality of materials and products used by sampling and testing using
accredited laboratories or lab approved by NHBRC;
Perform geotechnical investigations using accredited labs or labs approved by
NHBRC;
Assess the conditions of the infrastructural services, where it is deemed that quality of
the services may affect the integrity of the top structures;
Produce specifications and cost estimates (Bill of Quantities) for the necessary
remedial works; and
Compile draft report with cost effective rectification methods and submit to NHBRC
before proceeding to the next phase.
The final phase will be processing and reporting phase which constitute final reporting of each
individual housing unit and overall project final report accompanied by photographic album of each
house, identified defects and proposed rectification specification.
Proposed technical specification for all housing units requiring remedial works and all specifications
are to conform to the NHBRC technical requirements and building standards and regulations and
appropriate drawings.
3. FEE STRUCTURE
Qualifying service providers will be appointed on an ad-hoc basis as the need arises for a specific
period. The NHBRC will pay the following fixed rates per allocation. The fixed rate of inspection will be
increased annually based on the approved national consumer price index (CPI).The service provider
will be paid on a fixed fee, depending on the Instruction to perform work (IPW) as follows:
5.1. Top structure - R 900.00 per unit
5.2. Geotechnical investigation - R 225.00 per unit
5.3. Infrastructure
5.3.1. Physical assessment of existing infrastructure - R 337.00 per unit
5.3.2. Civil infrastructure design (where appropriate) - R 337.50 per unit
5.4. Occupancy status audit (where appropriate) - R 300.00 per unit
5.5. Materials testing - R 2,400.00 per sample
5.6 Infrastructure Assessment Design - R 236.25 per unit
5.7 Occupancy Status - R 210.00 per unit
RFP.: NHBRC 1115/2014 Page 11
All fees are inclusive of VAT and include travelling costs, disbursements, etc.
Rates per Project will be payable per completed stage of delivery.
4. DURATION OF THE PANEL
The panel of Special Forensic Engineering Service Providers will be valid for a period of six (6) months
from date of appointment. The duration per project will be indicated on the Instruction to perform work
(IPW).
RFP.: NHBRC 1115/2014 Page 12
Briefing, Familiarization & Planning
Provincial Dept of Human Settlements
NHBRC
Preparation and confirmation of appointments of service
providers. NHBRC
Consulting Engineers
Provincial Dept of Human Settlements
DETAILED PROCESS FLOWPROCESSCRITICAL
MILESTONES
Collection of background information and documents NHBRC
Consulting Engineers
Provincial Dept of Human Settlements
Initial reconnaissance site visit and consultation with
councilors
Formation of investigation plan and project team
Site Investigation, field testing
and sample collection
Certification and NHBRC enrolment certificate issued
Compile Project Close Out Report
NHBRC 5 year Structural Warranty
Analysis of data & testing synthesis of information
Revision of failure hypotheses and conclusions
Compilation of Final Report & Individual Unit Reports
Project Team
NO
YES
Detailed Project Information
INC
EP
TIO
NF
IEL
D
WO
RK
PR
OC
ES
SIN
G
& R
EP
OR
TIN
G
RE
ME
DIA
L
WO
RK
S
CE
RT
IFIC
AT
ION
&
EN
RO
LM
EN
T
Draft Report
Final Report
Interim Progress Report
Completion Certificates &
NHBRC Enrolment Certificates
Project Close Out Report
Lab Testing
Check compliance to National
Building Regulations
Commence remedial works process
Figure 1: Forensic Engineering assessment process flow diagram
5. LOCATION
Consultants will be allocated Eastern Cape Province in the Republic of South Africa. Some projects
are located in the rural areas and remote areas. NHBRC is not in a position to provide details of the
exact location of projects at this stage. Professional Service Providers have no choice in the selection
of projects they need to audit.
RFP.: NHBRC 1115/2014 Page 13
6. PROVISIONAL PROJECT SCHEDULE
Professional Service providers should have the capacity and capability to complete and able to
hand-over a final report for 1000 every second month.
7. EXPERTISE AND EXPERIENCE OF KEY PERSONNEL
The successful service providers will require the following expertise, qualifications and experience to
successfully deliver the Forensic Assessment Engineering services:
As the work required in terms of this tender is considered to be of a technically complex nature,
requiring considerable expertise, it is essential that suitably qualified and experienced personnel be
assigned to this project. The personnel must currently be registered as professionals with the
Engineering Council of South Africa (ECSA); Engineering Geologists/Geo-Technical Engineer
registered with a relevant professional body, the South African Council of Natural Scientific Professions
(SACNASP); South African Council of Quantity Surveying Profession (SACQSP) and registration with
the South African Council for Project and Construction Management Professions (SACPCMP). Besides
the minimum requirements specified in the eligibility criteria, it would be extremely advantageous if the
key personnel can demonstrate recent experience related to specific aspects of this project. Aside from
submitting a general CV for each of the key personnel tenderers must submit a statement for each of
the key personnel which highlights any particular fields of specialization and experience that is relevant
to this particular project. These statements must be appended to the tender.
All key personnel as indicated in above must have at least a minimum of three (3) years’ experience in
line with the line requirement. Each member of the project team must have three (3) years minimum
experience subsequent to obtaining their qualification in the designated field of expertise.
8. ALLOCATION OF RESOURCES
Service providers must indicate what resources (human and otherwise) that they have available and
intend allocating to this project, and on what basis (that is, for what aspect of the work, and whether
full or part time), if successful. This will include the key personnel, plus others (for example, a tender
documentation specialist, site monitoring staff). Other resources, for example, would be the type of
software package intended for use on this project, whether or not it is owned or licensed to the
tenderer, or whether it is available through some other means. An intended resource allocation
schedule must be appended to this submission. Tenderers should note that, during the course of any
contract arising from this tender, any of the personnel listed at tender stage may only be replaced with
personnel of similar qualification and experience, subject to the approval of the employer.
RFP.: NHBRC 1115/2014 Page 14
9. TRACK RECORD
Tenderers must submit a complete, which lists all relevant projects that have been successfully
completed in the past five years, or that are underway at present and at least five references signed
off by the accounting officer or his/her delegated.
Note: Where the entity tendering is a joint venture a score for track record will be awarded to each
party to the joint venture, which will then be combined in proportion to the percentage contribution of
each party to the joint venture.
RFP.: NHBRC 1115/2014 Page 15
PART C –EVALUATION PROCESS
In accordance with the NHBRC Supply Chain Management Policy, the tender evaluation
process shall be carried out in two stages namely:
Stage 1 : Compliance check of Mandatory Documents
Stage 2 : Functionality in terms of the set technical evaluation criteria
1. Stage 1 : Compliance check of Mandatory Documents
The bidder documents will be assessed at this stage of the process to establish
compliance with the standard conditions of the tender as described under Terms and
Conditions and under the heading ‘1.1 Mandatory Requirements’ below.
The bidder must indicate compliance with the mandatory requirements by ticking
under “Comply” or “Not Comply” and should the bidder not indicate or does “Not
Comply” the bidder will be disqualified from the evaluation process.
Document proof of specific mandatory requirements must be attached to the relevant
form failure which will result in the disqualification of the bid from the process.
RFP.: NHBRC 1115/2014 Page 16
1.1 MANDATORY REQUIREMENTS
1.1.1 Mandatory Comply Not Comply
The service provider must provide a proposal and must attach it
to Form 1 : Proposal
Comments:
1.1..2 Mandatory Comply Not Comply
The service provider must provide a Curriculum Vitae and attach
it to Form 2 : Curriculum Vitae
Comments:
1.1.3 Mandatory Comply Not Comply
The service provider must provide a proof of qualification and
accreditation to Form 3 : Relevant Qualifications
Comments:
1.1.4 Mandatory Comply Not Comply
Each bidder is required to ensure that both Form 4 and Form 5
are populated by two previous clients.
Comments:
RFP.: NHBRC 1115/2014 Page 17
2. Stage 2 : Functionality Functionality of the bids will be evaluated according to the predetermined evaluation criteria set out
below.
During this phase bidders will be evaluated for functionality based on achieving a minimum qualifying
score of 70 percent or the specified minimum qualifying scores for the criteria as set out on the table
below, those bidders who fail to meet the minimum qualifying score (threshold) for functionality will be
disqualified from the process.
Bidders will not rate themselves, but need to ensure that all information is supplied as required. The
Bid Evaluation Committee (BEC) will evaluate functionality and score all the bids that have met all the
requirements as set out on ‘Stage 1 Compliance check of Mandatory Documents’ in this document.
The panel members will individually evaluate the compliant bids received for functionality against the
following criteria as set out below:
The service provider must provide a proposal (attach to Form 2) with the following headings:
Evaluation Criteria Weight
a) Key Personnel 35
b) Approach and Methodology 20
c) Availability / Allocation of Resources 20
d) Related Experience 15
e) Reference Questionnaires 10
Total Score 100
Minimum Qualifying Score (Threshold) 70
Table 1: Evaluation Criteria
Each panel member will rate this sub criterion on the score sheet using the following
scale:
Value Description
5 – Excellent Meets and exceeds NHBRC functionality requirements
4 – Very Good Above average compliance to requirements
3 – Good Satisfactory and should be adequate for stated element
2 – Average Below average compliance to requirements
1 – Poor Unacceptable, does not meet criteria
RFP.: NHBRC 1115/2014 Page 18
Reference questionnaire (10 Points)
Each bidder is required to ensure that both Form 4 and Form 5 are populated by two
previous clients for the projects mentioned in sub section ‘d) Related experience’
and must have the relevant clients company stamp display on it.
The points for the panel members as well as for the reference questionnaire will be
added and expressed as a fraction of the best possible score for each particular
criterion as set out in Table 2 : Evaluation Criteria
RFP.: NHBRC 1115/2014 Page 19
Form 1: Proposal
RFP.: NHBRC 1115/2014 Page 20
Form 2 : Curriculum Vitae.
RFP.: NHBRC 1115/2014 Page 21
Form 3 : Relevant Qualifications
RFP.: NHBRC 1115/2014 Page 22
Form 4 : NHBRC Reference Questionnaire
Client Company Name:
Contact Person:
Designation of Contact Person:
Contact Number:
E-mail Address:
Nature of Contract:
Kindly furbish your company stamp in the space provided below or the reference will not
be considered:
The National Homebuilders Registration Counsel herein referred to as NHBRC is a
statutory body established in terms of the Housing Consumer Protection Measures Act
1998 (Act 95 of 1998). It is mandated to provide protection to housing consumer against
defined defects and regulate the home building industry.
The NHBRC invited suitably qualified Service Providers to submit proposals for the
establishment of a panel of service providers for the provision of Forensic Engineering
Assessment Services.
The NHBRC would like to do a reference check in line with the technical evaluation
requirements of the tender and request your assistance in helping us in making rating the
different focal areas as prescribed below.
There are 5 questions that are set up survey style and should take approximately 10 min
of your time. Kindly select one option as these points will be added and expressed as a
fraction of the best possible score for a particular criterion.
RFP.: NHBRC 1115/2014 Page 23
This information will be treated as confidential. NHBRC thanks you for taking time to
respond to this questionnaire.
RFP.: NHBRC 1115/2014 Page 24
On a scale of 1 to 5 how do you rate this company (bidder) on the following areas?
1. Professionalism
1. Below Average
2. Average
3. Good
4. Very Good
Comments:
2. Responsiveness
1. Below Average
2. Average
3. Good
4. Very Good
Comments:
3. Flexibility
1. Below Average
2. Average
3. Good
4. Very Good
Comments:
4. Overall satisfaction
1. Below Average
2. Average
3. Good
4. Very Good
Comments:
5. How likely are you to employ services of the same company in future?
1. Unlikely
2. Possible
3. Likely
4. Highly Likely
Comments:
RFP.: NHBRC 1115/2014 Page 25
Form 5 : NHBRC Reference Questionnaire
Client Company Name:
Contact Person:
Designation of Contact Person:
Contact Number:
E-mail Address:
Nature of Contract:
Kindly furbish your company stamp in the space provided below or the response will not
be considered:
The National Homebuilders Registration Counsel herein referred to as NHBRC is a
statutory body established in terms of the Housing Consumer Protection Measures Act
1998 (Act 95 of 1998). It is mandated to provide protection to housing consumer against
defined defects and regulate the home building industry.
The NHBRC invited suitably qualified Service Providers to submit proposals for the
establishment of a panel of service providers for the provision of Forensic Engineering
Assessment Services.
The NHBRC would like to do a reference check in line with the technical evaluation
requirements of the tender and request your assistance in helping us in making rating the
different focal areas as prescribed below.
There are 5 questions that are set up survey style and should take approximately 10 min
of your time. Kindly select one option as these points will be added and expressed as a
fraction of the best possible score for a particular criterion.
This information will be treated as confidential. NHBRC thanks you for taking time to respond to this questionnaire.
RFP.: NHBRC 1115/2014 Page 26
On a scale of 1 to 5 how do you rate this company (bidder) on the following areas?
1. Professionalism
1. Below Average
2. Average
3. Good
4. Very Good
Comments:
2. Responsiveness
1. Below Average
2. Average
3. Good
4. Very Good
Comments:
3. Flexibility
1. Below Average
2. Average
3. Good
4. Very Good
Comments:
4. Overall satisfaction
1. Below Average
2. Average
3. Good
4. Very Good
Comments:
5. How likely are you to employ services of the same company in future?
1. Unlikely
2. Possible
3. Likely
4. Highly Likely
Comments:
RFP.: NHBRC 1115/2014 Page 27
PART D – RFP SUBMISSION INSTRUCTIONS
1. Availability of the RFP Document
Bid documents will be available from the NHBRC East London Regional Offices from
the 30 May 2014, from 9H00 to 16H00 (Monday to Friday) at the following
platforms:
Province Physical Address & Contact Number
East London Regional Office,
(Eastern Cape Province)
8 Princess Road,
Vincent,
East London
Tel: (043) 721 1377
Website www.nhbrc.org.za
Email Address kabeloph@nhbrc.org.za
or mncedim@nhbrc.org.za
2. Compulsory Briefing Session
2.1 The compulsory briefing sessions will be held on Thursday, 05th June 2014 at the
following address.:
Province Physical Address & Contact Number
East London Regional Office,
(Eastern Cape Province)
8 Princess Road,
Vincent,
East London
Tel: (043) 721 1377
2.2 Bidders who have not attended the compulsory briefing session will be disqualified.
3. RFP Closing Date
3.1 All Bid documents must be deposited into the Bid box situated at the NHBRC Head
Office, on or before 30th June 2014, at 11H00 at the following address:
Province Physical Address & Contact Number
East London Regional Office,
(Eastern Cape Province)
8 Princess Road,
Vincent,
East London
Tel: (043) 721 1377
RFP.: NHBRC 1115/2014 Page 28
No late proposals will be accepted
3.2. Bid documents should be marked for Attention: Supply Chain Manager, and
deposited into the Bid boxes at the NHBRC Regional Offices, 8 Princess Road,
Vincent, East London, 5247. No emailed or faxed Bids will be accepted. The Bid
document should be supplied in a sealed envelope and clearly marked with the Bid
number and the full name of the service provider.
4. Enquiries should be directed to:
Mr. Mncedi Mabona - Tel. (011) 317 0297, email: mncedim@nhbrc.org.za
Ms.Kabelo Phalane - Tel. (011) 317 0448, email: khabeloph@nhbrc.org.za
5. Number of bid envelopes/files to be deposited:
Submission of bid envelopes/files MUST include ONE (1) Original Copy of the
submission and FOUR (4) copies of the submission. A total of FIVE (5)
envelopes/files per bidder.
RFP.: NHBRC 1115/2014 Page 29
PART E –ADDENDUMS TO THE RFP
The following documents as listed will be made available with the distribution of the RFP.
DOCUMENTS TO BE SUBMITTED
No. Please note; the items marked with an (X) are mandatory requirements
and failure to meet the requirements will result in your bid being
disqualified.
Yes/No
1. Original and valid B-BBEE Status Level or certified copy
2. X SBD1 (Invitation to bid) (Make sure it is signed and thoroughly
completed)
3. X SBD2 (Tax Clearance Certificate) Certificate must be original and
valid
4. SBD 3.1 or SBD 3.2 (Pricing schedule) If not filed please refer to
Annexure or Addendum in your submission where price is mentioned
5. SBD 3.3 (Pricing schedule) If not filed please refer to Annexure or
Addendum in your submission where price is mentioned
6. X SBD 4 (Declaration of interest) (Make sure it is signed) and thoroughly
completed)
7. SBD 6.1 (Preference claim form) Must be signed regardless if points
are claimed or not. (Make sure it is signed and thoroughly completed)
8. SBD 6.3 (Promotion of small business) (Make sure it is signed and
thoroughly completed )
9. X SBD 8 (Declaration of Bidder’s past supply chain management
practices) (Make sure it is signed and thoroughly completed)
10. X SBD 9 (Certificate of independent bid determination – Make sure it is
signed and thoroughly completed )
11. General Conditions of the contract (GCC)
12. X Other documents as mentioned in the bid terms of reference.
top related