cidb professional services - etenders.gov.za panel... · tender number: rfp003/2018 provision of...
TRANSCRIPT
Tender Number: RFP003/2018
PROVISION OF PROFESSIONAL SERVICES IN
INFRASTRUCTURE PLANNING, PROJECT PREPARATION, PROJECT
IMPLEMENTATION AND SPECIALISED PROJECT SUPPORT SERVICES FOR THE
DELIVERY OF SOCIAL, ECONOMIC AND OTHER INFRASTRUCTURE
CALL FOR EXPRESSION OF INTEREST (EOI)
JANUARY 2018 Issued by: Development Bank of Southern Africa 1258 Lever Road, Headway Hill Midrand, Johannesburg Gauteng Province Contact Person(s): Mr David Nyaku Email: [email protected] Tel: (011) 313-3911
NAME OF TENDERER: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
i
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation,
Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic, And Other Infrastructure
GENERAL INFORMATION
ID ITEM / MILESTONE DESCRIPTION / DUE DATE/ DUE TIME
1 Expression of Interest (EOI) Issue Date
19 January 2018
2 Closing Date of EOI 16 February 2018
3 Closing Time of EOI 11:00hrs Telkom Time
4 Closing Venue and Location of Tender Box
Designated Tender Box at the DBSA Welcome Centre, 1258 Lever Road, Headway Hill, Midrand, Gauteng Province
5 EOI Submission
The EOI Document completed in all respects, plus any additional supporting documentation required, must be submitted in a sealed envelope with the name and address of the tenderer, the Tender No. and title, and the closing date indicated on the envelope. The sealed envelope must be inserted into the appropriate official tender box before closing time. If the tender offer is too large to fit into the abovementioned box or if the tender box is full, please an enquiry should be made at the public counter opposite the tender box for an alternative tender box. The onus remains with the tenderer to ensure that the tender submission is placed in the correct tender box provided.
6 Notification to successful and unsuccessful Tenderers
Only successful tenderers will be notified in writing by the DBSA. The list of successful tenderers will be uploaded to the DBSA website by 30 April 2018. Tenderers whose names do not appear on this list are to conclude that their tenders have not been successful. Due to the expected volumes of tender responses, the DBSA will not send individual notices to unsuccessful tenderers.
ii
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation,
Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
Contents
Number Heading
Expression of Interest (EOI)
Part E1: Submission Procedures
E1.1 Notice and invitation to submit an expression of interest
E1.2 Submission data
Part E2: Returnable documents
E2.1 List of Returnable Documents
E2.2 Submission (Returnable) Schedules
Part E3: Indicative Scope of Work
E3 Indicative Scope of Work
Part E4: Indicative Site information
E4 Indicative Site Information
1
Part E1: Submission Procedures
Pages
E1.1 Notice and Invitation to Submit an Expression of Interest ............... 1
E1.2 Submission Data ............................................................................ 2 – 9
2
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation,
Project Implementation And Specialised Project Support Services For The Delivery Of
Social And Economic Infrastructure
E1.1 Notice and Invitation to Submit an Expression of Interest
The Development Bank of Southern Africa invites expressions of interest for the provision of professional services in infrastructure planning, project preparation, project implementation, and associated project support services for the delivery of social, economic and other infrastructure programmes and projects.
Only respondents who have suitably qualified professional teams, including professionally registered persons as stated in the submission data, are eligible submit Expressions of Interest.
The tender documentation is available for downloading as from 19 January 2018 from 12:00pm on www.dbsa.org. Tenderers may address all queries related to the issue of the tender documents to [email protected]. Please quote RFP003/2018 in all correspondence, queries without a reference number will not be attended to. There will be no compulsory briefing session for this Tender. The closing date and time of submissions is 16 February 2018 at 11:00hrs Telkom Time, in accordance with Telkom time available through 1026. Sealed Tenders, clearly marked with the tender number, name of tenderer and addressed to DBSA, should be delivered at a tender box situated at the Welcome Centre, 1258 Lever Road, Midrand. The tender box can be accessed between 08:00 – 16:30 Monday – Friday.
Telegraphic, email, telephonic, telex, facsimile and late submissions will not be accepted under any circumstances whatsoever. Requirements for sealing, addressing, delivery, opening and assessment of submissions are stated in the Submission Data.
3
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation,
Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
E1.2 Submission Data
The conditions applicable to this call for EOI are the Standard Conditions for the calling for Expressions of Interest as contained in Annex H of the CIDB Standard for Uniformity in Construction Procurement (May 2010) as published on the CIDB website www.cidb.org.za/knowledge/publications/standards/sfuinfo/default.aspx The Standard Conditions for the calling for Expressions of Interest make several references to the Submission Data for details that apply specifically to this submission. The Submission Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the Standard Conditions for the calling for Expressions of Interest. Each item of data given below is cross-referenced to the clause in the Standard Conditions for the calling for Expressions of Interest.
The following variations, amendments and additions to the Standard Conditions for the Calling of Expressions of Interest (EOI) as set out in the Submission Data below shall apply to this EOI:
Clause number
Submission Data
H.1 The Employer is the Development Bank of Southern Africa
H.1.2 The documents associated with the calling for expressions of interest issued by the employer comprise: Part E.1: Submission procedures E.1.1 Notice and invitation to submit an expression of interest E.1.2 Submission data Part E.2: Returnable documents E.2.1 List of returnable documents E.2.2 Submission schedules Part E.3 Indicative scope of work E.3 Indicative scope of work Part E.4 Indicative Site Information E.4 Indicative Site Information
H.1.4 The employer’s agent for the purpose of communications with the respondents is: Name: Mr. Mohamed Ganchi Address: 1258 Lever Road, Headway Hill, Midrand, Gauteng Province Tel: (011) 313 3911 E-mail: [email protected]
4
H.2.1 Only those Tenderers who are unincorporated joint ventures, consortia, or associations, and who satisfy the following eligibility criteria are eligible to submit expressions of interest: a) Have in their employ professionally registered persons who are capable of providing the
following category and sub-category of services or have obtained a firm undertaking from professional service providers who have in their employ registered professionals that are capable of providing such services:
CATEGORY OF SERVICE (1): INFRASTRUCTURE PLANNING SUPPORT
Key Resource /Expert
Minimum Qualifications and Category of Professional Registration
Sub-Category of Service
Programme Manager and Team Leader
Bachelor’s degree in Civil Engineering or Construction Management together with registration as a Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000 or as a Construction Project Manager in terms of the Project and Construction Management Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of social, economic, and other infrastructure, including municipal infrastructure (water, sanitation, roads, solid waste management, etc.) in South Africa.
Project leadership, management and coordination
Civil Engineer (Water and Sanitation including in Schools, Hospitals, Buildings Municipal service etc.)
Bachelor’s degree in Civil Engineering together with registration as a Professional Engineer or Professional Engineering technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of water and sanitation infrastructure in South Africa.
Civil engineering services (Water services)
Civil Engineer (Roads and Storm Water)
Bachelor’s degree in Civil Engineering together with registration as a Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of roads and storm water infrastructure in South Africa.
Civil engineering services (Roads and storm water)
Electrical Engineer
Bachelor’s degree in Electrical Engineering. Must be a registered Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of electrical works associated with infrastructure services.
Electrical engineering services
Quantity Surveyor
Bachelor’s degree in Quantity Surveying or equivalent. Must be a registered Professional Quantity Surveyor in terms of the Quantity Surveying Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in cost management and cost control of buildings, civil works and related infrastructure
Quantity surveying / Cost estimation services
Infrastructure Investment Analyst
Professional registration as a Chartered Accountant CA (SA), or as a Chartered Financial Analyst (CFA). Must be a member of the Chartered Institute of Public Finance and Accountancy (CIPFA) or similar public-sector professional body. Should preferably have at least 7 years’ post-registration overall experience within any of the following areas: Project Finance, Investment Analysis, Investment Planning, Financial Planning, Financial Analysis, and Municipal Financial Management.
Infrastructure Investment Planning (IIP) Services
Environmental Specialist
Bachelor’s degree in Environmental Studies or Natural Science plus professional registration as a Professional Natural Scientist in terms of the National Scientific Professions Act, 2003. Should preferably have at least 7 years post-registration experience in the environmental impact assessments, compliance and management aspects of solid waste management, construction projects and other infrastructure delivery programmes.
Environmental Management Services
Development Planner
Bachelor’s degree in Development Planning or equivalent plus professional registration as a Professional Planner in terms of the Planning Professions Act, 2003. Should preferably have at least 7 years post-registration experience in development planning in the municipal/public environment
Development Planner
5
Town/Urban and Regional Planner
Bachelor’s degree in City/Town/Urban and Regional Planning or equivalent plus professional registration as a Technical Planner in terms of the Planning Professions Act, 2003. Should preferably have at least 7 years post-registration experience in city/town/urban and regional planning.
Town/Urban and Regional Planner
CATEGORY OF SERVICE (2): PROJECT PREPARATION SUPPORT
Key Resource /Expert
Minimum Qualifications and Category of Professional Registration
Sub-Category of Service
Project Manager and Team Leader
Bachelor’s degree in Civil Engineering or Construction Management together with registration as a Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000 or as a Construction Project Manager in terms of the Project and Construction Management Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of infrastructure (water, sanitation, roads, electricity, housing, waste management, etc.) in South Africa.
Project leadership, management and coordination
Architect
Bachelor’s degree in Architecture or equivalent. Must be a registered Professional Architect in terms of the Architectural Professions Act, 2000. Should preferably have at least 7 years’ post-registration architectural experience in the provision of architectural services in the planning, design, project preparation, and project management of the delivery of buildings and related works.
Architectural services
Civil Engineer (Water and Sanitation including in Schools, Hospitals, Buildings Municipal service etc.)
Bachelor’s degree in Civil Engineering together with registration as a Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of water and sanitation infrastructure in South Africa.
Civil engineering services (Water services)
Civil Engineer (Roads and Storm Water)
Bachelor’s degree in Civil Engineering together with registration as a Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of roads and storm water infrastructure in South Africa.
Civil engineering services (Roads and storm water)
Quantity Surveyor
Bachelor’s degree in Quantity Surveying or equivalent. Must be a registered Professional Quantity Surveyor in terms of the Quantity Surveying Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in cost management and cost control of buildings, civil works and related infrastructure services
Quantity surveying / Cost estimation services
Electrical Engineer
Bachelor’s degree in Electrical Engineering. Must be a registered Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of electrical works associated with buildings and other infrastructure services
Electrical engineering services
Structural Engineer
Bachelor’s degree in Civil Engineering. Must be a registered Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the structural design of building structures, civil structures and other infrastructure services
Structural engineering services
Mechanical Engineer
Bachelor’s degree in Mechanical Engineering. Must be a registered Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the design and implementation of mechanical engineering works associated with buildings and other infrastructure services
Mechanical engineering services
Geotechnical Engineer
Bachelor’s degree in Civil Engineering or Geotechnical Engineering, or Engineering Geology. Must be registered as a Professional Engineer or Professioanl Engineering Technologiest, or as a Professional Natural Scientist in terms of the Engineering
Geotechnical Engineering Services
6
Professions Act, 2000 or the Natural Scientific Professions Act, 2003. Should preferably have at least 7 years’ post-registration experience in the provision of geotechnical engineering services on major building and civil engineering projects
Environmental Specialist
Bachelor’s degree in Environmental Studies or Natural Science plus professional registration as a Professional Natural Scientist in terms of the National Scientific Professions Act, 2003. Should preferably have at least 7 years post-registration experience in the environmental impact assessments, compliance and management aspects of solid waste management, construction projects and other infrastructure delivery programmes.
Environmental Management Services
Infrastructure Investment Analyst
Professional registration as a Chartered Accountant CA (SA), or as a Chartered Financial Analyst (CFA). Must be a member of the Chartered Institute of Public Finance and Accountancy (CIPFA) or similar public-sector professional body. Should preferably have at least 7 years’ post-registration overall experience within any of the following areas: Project Finance, Investment Analysis, Investment Planning, Financial Planning, Financial Analysis, and Municipal Financial Management.
Infrastructure Investment Planning (IIP) Services
7
CATEGORY OF SERVICE (3): PROJECT IMPLEMENTATION SUPPORT
Key Resource /Expert
Minimum Qualifications and Category of Professional Registration
Sub-Category of Service
Project Manager and Team Leader
Bachelor’s degree in Civil Engineering or Construction Management together with registration as a Professional Engineer Professional Engineering Technologist in terms of the Engineering Professions Act, 2000 or as a Construction Project Manager in terms of the Project and Construction Management Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of infrastructure (water, sanitation, roads, electricity, housing, waste management, etc.) in South Africa.
Project leadership, management and coordination
Civil Engineer (Water and Sanitation including in Schools, Hospitals, Buildings Municipal service etc.)
Bachelor’s degree in Civil Engineering together with registration as a Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of water and sanitation infrastructure in South Africa.
Civil engineering services (Water services)
Civil Engineer (Roads and Storm Water)
Bachelor’s degree in Civil Engineering together with registration as a Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of roads and storm water infrastructure in South Africa.
Civil engineering services (Roads and storm water)
Quantity Surveyor
Bachelor’s degree in Quantity Surveying or equivalent. Must be a registered Professional Quantity Surveyor in terms of the Quantity Surveying Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in cost management and cost control of buildings, civil works and related infrastructure services
Quantity surveying / Cost estimation services
Electrical Engineer
Bachelor’s degree in Electrical Engineering. Must be a registered Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the planning, design, project preparation, and project management of the delivery of electrical works associated with buildings and other infrastructure services
Electrical engineering services
Structural Engineer
Bachelor’s degree in Civil Engineering. Must be a registered Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the structural design of building structures, civil structures and other infrastructure services
Structural engineering services
Mechanical Engineer
Bachelor’s degree in Mechanical Engineering. Must be a registered Professional Engineer or Professional Engineering Technologist in terms of the Engineering Professions Act, 2000. Should preferably have at least 7 years’ post-registration experience in the design and implementation of mechanical engineering works associated with buildings and other infrastructure services
Mechanical engineering services
Municipal Finance Professional
Professional registration as a Chartered Accountant CA (SA), or as a Chartered Financial Analyst (CFA). Must be a member of the Chartered Institute of Public Finance and Accountancy (CIPFA) or similar public-sector professional body. Should preferably have at least 7 years’ post-registration overall experience within any of the following areas: Municipal Finance Management, Management Accounting, Revenue Management, Debt Management, Credit Control, and Financial Analysis.
Municipal finance management services
8
CATEGORY OF SERVICE (3): PROJECT IMPLEMENTATION SUPPORT (Contd.)
Key Resource /Expert
Minimum Qualifications and Category of Professional Registration
Sub-Category of Service
Occupational Health and Safety Professional
Bachelor’s Degree in Environmental Health, or in Public Health, or in Safety Risk Management, or equivalent, plus registration with the South African Institute of Occupational Safety and Health (SAIOSH), or with the Institute of Safety Management (IOSM) as a Registered Occupational Safety Professional. Should preferably have at least 7 years post-graduation (working) experience in the occupational health and safety management on public infrastructure delivery programmes and general construction works.
Occupational Health and Safety Management Services
Development / Social Facilitation Professional
Bachelor’s degree in Social Sciences, Development Studies, or Human Resources plus registration with the South African Council for the Social Service Professions (SACSSP). Should preferably have at least 7 years post-graduation (working) experience in Development Facilitation / Social Facilitation on public / private sector infrastructure delivery programmes and projects
Development /Social Facilitation Services
CATEGORY OF SERVICE (4): SPECIALIZED PROJECT SUPPORT
Key Resource /Expert
Minimum Qualifications and Category of Professional Registration
Sub-Category of Service
Land Surveyor
Bachelor’s degree in Land Surveying plus professional registration as a Professional Land Surveyor in terms of the Professional and Technical Surveyor’s Act, 1984. Should preferably have at least 7 years’ post-registration experience in the provision of land surveying services
Land Surveying Services
Property Valuer
Bachelor’s degree in Property Valuation plus registration as a Valuer with the SA Council for the Property Valuers Profession in terms of the Property Valuers Professions Act 47 of 2000. Should preferably have at least 7 years post-registration experience in the valuation of immovable in South Africa
Property Valuation Services
Market and Economic Research Expert
Bachelor’s Degree in Commerce / Marketing/ Economics or equivalent. Should preferably have at least 7 years post-graduation (working) experience in market research / economic research and analysis in the economic aspects (e.g. cost benefit analysis) of the provision of infrastructure services
Market and Economic Research Services
Geo-Hydrologist
Bachelor’s degree in Civil Engineering or Geotechnical Engineering, or Engineering Geology. Must be registered as a Professional Engineer or Professional Engineering Technologist, or as a Professional Natural Scientist in terms of the Engineering Professions Act, 2000 or the Natural Scientific Professions Act, 2003. Should preferably have at least 7 years’ post-registration experience in the provision of geo-hydrological services on infrastructure delivery projects.
Geo-Hydrological Services
Contract Law Expert
Bachelors’ degree in Law (LLB). Must be registered as an attorney by the Law Society of South Africa. Should preferably have at least 7 years post-registration experience in engineering and contract law in relation to the delivery of infrastructure programmes and projects.
Contract Law Services
Translation Service
Qualification in French, Portuguese, and Mandarin. Approved Translation Service in Portuguese, French and Mandarin.
Translation Services
9
H.2.1 b) The Tenderer or a member of the Tenderer’s team is not part of the appointed professional teams currently providing services to the DBSA as Procurement Agents.
c) The Tenderer (including all entities in a Joint Venture, Consortium or Association) submits proof of existing and valid professional indemnity insurance issued by a reputable insurer.
d) The Tenderer (including all parties in a Joint Venture, Consortium, or Association) are not on the lists of tender defaulters published by National Treasury.
e) B-BBEE
The DBSA fully endorses and supports B-BBEE and it is strongly of the opinion that
all South African business enterprises have an equal obligation to redress the
imbalances of the past.
The DBSA would therefore prefer to do business with local business enterprises who share these same values and who are prepared to contribute meaningful to support the transformation agenda of the country and the DBSA (including, but not limited to subcontracting and joint ventures).
The DBSA is currently establishing a panel of emerging firms (EME’s and QSE’s with a minimum B-BBEE level of two (2)).
The DBSA reserves the right to encourage collaborative initiatives where possible.
H.2.5 There will be no compulsory briefing session for this Tender.
H.2.7 The employer’s addresses for delivery of submissions and identification details to be shown on each submission package are: Location of tender box: DBSA Head Office, Welcome Centre, Visitors Entrance, Physical address: 1258 Lever Road, Headway Hill, Midrand, Gauteng Identification details: RFP003/2018
H.2.9 The closing time for submissions is as stated in the Notice and Invitation to Submit an Expression of Interest and is repeated here for emphasis as 11:00hrs on Friday, 16 February 2018
H.2.9 Telephonic, telegraphic, telex, facsimile or e-mailed submissions offers will not be accepted.
H3.9 1) All Tenderers who submit responsive submissions and who: a) have complied with the stipulations of H.2.1 above b) have completed the Compulsory Enterprise Questionnaire (to be completed by all members
of a joint venture/consortium/association) and who are considered by the Employer not to have any conflicts of interest which may impact on their ability to perform the proposed contract in the best interests of the Employer or potentially compromise the tender process and are free of persons in the state who are not permitted to submit tenders or to participate in the contract; and
c) have submitted responses for each category of service separately and labelled appropriately. Any submissions for combined category of service will be disqualified.
i) Tenderers who clearly indicate appropriately the area of specialization in their submission for specialized support, will have their submissions evaluated and scored.
1) The evaluation criteria that are to be scored and the maximum score assigned to each of such
criteria are as follows:
10
Evaluation criteria that are scored Maximum number of
points
1. Proposed Methodology and Approach: Details of the proposed methodology and approach that the Tenderer intends to follow with regard to the effective provision of the professional services required in infrastructure planning, project implementation, and associated project support services for the delivery of infrastructure programmes and projects
15
2. Experience of the Tenderer (Lead Tenderer and Entities in JV, Consortium, Association, etc.): Tenderer’s experience and track record in providing professional services required in infrastructure planning, project implementation, and associated project support services for the delivery of infrastructure programmes and projects, including municipal infrastructure.
20
3. Experience and Qualifications of the Tenderer’s Proposed Key Resources / Experts: Experience, knowledge and adequacy of the proposed team members for key services /disciplines
40
4. Lead Tenderer’s Quality Management System: The Lead Tenderer’s policies relating to Quality Management with regard to the effective provision of professional services required for the project planning, project preparation, project implementation and associated project support services for the delivery of infrastructure programmes and projects.
15
5. Lead Tenderer’s Management Systems Which Are in Place to Track and to Contain Costs: The Tenderer’s existing management system designed to track and contain project costs while at the same time meeting the project’s scope and quality requirements
10
Maximum possible score (Es) 100
2) The scoring linked to prompts for judgment assigned to each of the evaluation criteria are as
stated in the Returnable Documents (see Schedules and Briefings). 3) The evaluation criteria shall be scored by not less than three evaluators in accordance with
the prompts for judgment contained in the Returnable Documents (see Schedules and Briefings).
4) A limited number of the highest ranked responsive Tenderers will be invited from time to time and as and when required to submit tender offers provided that they score above 70 points.
Additional Conditions for the Calling for Expressions of Interest
The Tenderer shall submit an original plus two hard copies. The Tenderer is allowed to submit separate EOI proposals for one or more of the service categories of Section H2.1 above. The Tenderer is further required to submit a flash drive containing the electronic version of the hard copy submissions.
11
Part E2: Returnable Documents
Pages
E2.1 List of Returnable Documents .......................................................... 10
E2.2 Returnable Schedules ............................................................... 11 – 49
12
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation,
Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
E2.1 List of Returnable Documents
Tenderers shall provide or complete the following documents: i) Cover Page(s) to Returnable Documents per relevant Category of Service. ii) Record of Addenda to tender documents - (Schedule A). 1) Compulsory Enterprise Questionnaire with company registration documentation - (Schedule 1). 2) Tenderer’s valid Tax Compliance PIN issued by the South African Revenue Services-(Schedule 2). 3) Proof of professional indemnity cover - (Schedule 3). 4) Copy of Joint Venture, Association or Consortium Agreement with company profiles - (Schedule 4). 5) Tenderer’s Central Supplier Database Summary Report - (Schedule 5). 6)Tenderer’s experience in the provision of the required professional services: A description of completed projects involving infrastructure planning, project preparation, project implementation and specialised project support services - (Schedule 6). 7) Profiles, Details, Qualifications and Experience of proposed key resources / experts for key services /disciplines with written confirmation that the registered professionals are in the employ of the Tenderer /or a firm undertaking from professional service providers who have in their employ registered professionals that are capable of providing the required services - (Schedule 7). 8) Proposed Methodology and Approach: Details of the proposed methodology and approach that the Tenderer intends to follow with regard to the effective provision of professional services required for the project planning, project preparation, project implementation and associated project support services for the delivery of municipal infrastructure programmes and projects - (Schedule 8). 9) The Lead Tenderer’s policies relating to quality management - (Schedule 9). 10) The Lead Tenderer’s management systems which are in place to track and contain costs – (Schedule 10) 11) Declaration of Tenderer’s past supply chain management practices - (Schedule 11).
13
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation,
Project Implementation And Associated Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
E2.2.0 COVER PAGE TO RETURNABLE SCHEDULES (1)
PROVISION OF PROFESSIONAL SERVICES IN INFRASTRUCTURE
PLANNING, PROJECT PREPARATION, PROJECT IMPLEMENTATION, AND
SPECIALISED PROJECT SUPPORT SERVICES FOR THE DELIVERY OF SOCIAL,
ECONOMIC AND OTHER INFRASTRUCTURE
EXPRESSION OF INTEREST PROPOSAL
NAME OF
TENDERER
SIGNATURE OF
TENDERER
(Duly Authorized)
CLOSING DATE
AND TIME OF
SUBMISSION
16 February 2018; 11:00hrs TELKOM Time
PLACE OF
SUBMISSION
Designated Tender Box at: DBSA Welcome Centre, 1258 Lever Road, Headway Hill, Midrand. Gauteng Province
CATEGORY OF
SERVICE (1) INFRASTRUCTURE PLANNING SUPPORT
NOTE: USE THIS COVER PAGE FOR THE PROPOSAL ON INFRASTRUCTURE PLANNING SUPPORT SERVICES ONLY
14
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Associated Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
E2.2.0 COVER PAGE TO RETURNABLE SCHEDULES (2)
PROVISION OF PROFESSIONAL SERVICES IN INFRASTRUCTURE
PLANNING, PROJECT PREPARATION, PROJECT IMPLEMENTATION, AND
SPECIALIZED PROJECT SUPPORT SERVICES FOR THE DELIVERY OF SOCIAL,
ECONOMIC AND OTHER INFRASTRUCTURE
EXPRESSION OF INTEREST PROPOSAL
NAME OF
TENDERER
SIGNATURE OF
TENDERER
(Duly Authorized)
CLOSING DATE
AND TIME OF
SUBMISSION
16 February 2018; 11:00hrs TELKOM Time
PLACE OF
SUBMISSION
Designated Tender Box at: DBSA Welcome Centre, 1258 Lever Road, Headway Hill, Midrand. Gauteng Province
CATEGORY OF
SERVICE (2) PROJECT PREPARATION SUPPORT
NOTE: USE THIS COVER PAGE FOR THE PROPOSAL ON PROJECT PREPARATION SUPPORT SERVICES ONLY
15
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Associated Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
E2.2.0 COVER PAGE TO RETURNABLE SCHEDULES (3)
PROVISION OF PROFESSIONAL SERVICES IN INFRASTRUCTURE
PLANNING, PROJECT PREPARATION, PROJECT IMPLEMENTATION, AND
SPECIALISED PROJECT SUPPORT SERVICES FOR THE DELIVERY OF SOCIAL,
ECONOMIC AND OTHER INFRASTRUCTURE
EXPRESSION OF INTEREST PROPOSAL
NAME OF
TENDERER
SIGNATURE OF
TENDERER
(Duly Authorized)
CLOSING DATE
AND TIME OF
SUBMISSION
16 February 2018; 11:00hrs TELKOM Time
PLACE OF
SUBMISSION
Designated Tender Box at: DBSA Welcome Centre, 1258 Lever Road, Headway Hill, Midrand. Gauteng Province
CATEGORY OF
SERVICE (3) PROJECT IMPLEMENTATION SUPPORT
NOTE: USE THIS COVER PAGE FOR THE PROPOSAL ON PROJECT IMPLEMENTATION SUPPORT SERVICES ONLY
16
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Associated Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
E2.2.0 COVER PAGE TO RETURNABLE SCHEDULES (4)
PROVISION OF PROFESSIONAL SERVICES IN INFRASTRUCTURE
PLANNING, PROJECT PREPARATION, PROJECT IMPLEMENTATION, AND
ASSOCIATED SERVICES
EXPRESSION OF INTEREST PROPOSAL
NAME OF
TENDERER
SIGNATURE OF
TENDERER
(Duly Authorized)
CLOSING DATE
AND TIME OF
SUBMISSION
16 February 2018; 11:00hrs TELKOM Time
PLACE OF
SUBMISSION
Designated Tender Box at: DBSA Welcome Centre, 1258 Lever Road, Headway Hill, Midrand. Gauteng Province
CATEGORY OF
SERVICE (4) SPECIALIZED PROJECT SUPPORT
NOTE: USE THIS COVER PAGE FOR THE PROPOSAL ON SPECIALIZED PROJECT SUPPORT SERVICES ONLY
17
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Associated Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE (A): RECORD OF ADDENDA TO TENDER DOCUMENTS
I/We confirm that the following communication received from the Employer before the
submission of this tender, amending the tender documents, have been taken into account in
this tender submission and are attached herewith
ID DATE TITLE OR DETAILS
1.
2.
3.
4.
5.
6.
7.
All Addenda are to be attached to this Schedule. Attach additional pages of this table if more space is required. SIGNED ON BEHALF OF TENDERER: . . . . . . . . . . . . . . .. . . . . . . . Date:. . . . . . . . . . . . . . . . .
18
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Associated Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE 1: COMPULSORY ENTERPRISE QUESTIONNAIRE
The following particulars must be furnished. In the case of a joint venture, consortium or association, separate enterprise questionnaires in respect of each partner must be completed and submitted.
Section 1: Name of enterprise: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Physical address of enterprise: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
(LOCAL OFFICE) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 2: VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 3: CIDB registration number, if any: Not Applicable for this Tender .
Section 4: Particulars of sole proprietors and partners in partnerships
Name* Identity number* Personal income tax number*
* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners
Section 5: Particulars of companies and close corporations
Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Date tenderer commenced provision of services in built-environment…………………………………………..
Section 6: Record of service of the state
Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months in the service of any of the following:
a member of any municipal council a member of any provincial legislature a member of the National Assembly or the
National Council of Provinces a member of the board of directors of any
municipal entity an official of any municipality or municipal
entity
an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)
a member of an accounting authority of any national or provincial public entity
an employee of Parliament or a provincial legislature
If any of the above boxes are marked, disclose the following:
19
Name of sole proprietor, partner, director, manager, principal shareholder or stakeholder
Name of institution, public office, board or organ of state and position held
Status of service (tick appropriate column)
current Within last 12 months
*insert separate page if necessary
Section 7: Record of spouses, children and parents in the service of the state
Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months been in the service of any of the following: a member of any municipal council a member of any provincial legislature a member of the National Assembly or
the National Council of Province a member of the board of directors of
any municipal entity an official of any municipality or
municipal entity
an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)
a member of an accounting authority of any national or provincial public entity
an employee of Parliament or a provincial legislature
Name of spouse, child or parent
Name of institution, public office, board or organ of state and position held
Status of service (tick appropriate column)
Current Within last 12 months
*insert separate page if necessary
The undersigned, who warrants that he/she is duly authorized to do so on behalf of the enterprise: i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue Services that my
/ our tax matters are in order; ii) confirms that the neither the name of the enterprise or the name of any partner, manager, director or other
person, who wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;
iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise, control over the enterprise appears, has within the last five years been convicted of fraud or corruption;
iv) confirms that I / we are not associated, linked or involved with any other tendering entities submitting tender offers and have no other relationship with any of the tenderers or with the Employer and his Agents that could cause or be interpreted as a conflict of interest; and
v) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my belief both true and correct.
20
SCHEDULE 1: COMPULSORY ENTERPRISE QUESTIONNAIRE (Contd.) Section 8: Details of Tenderer’s Other Operational Offices (Apart from that given in Section 1 above)
PROVINCE PHYSICAL ADDRESS
OF OFFICE
CONTACT TELEPHONE
NUMBERS
NAME OF TENDERER’S
OFFICE MANAGER
NOTE: Please attach company registration /incorporation documents to this Schedule
SIGNED ON BEHALF OF TENDERER: . . . . . . . . . . . . . . .. . . . . . . . Date:. . . . . . . . . . . . . . . . .
21
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE 2: TENDERER’S VALID TAX COMPLIANCE PIN
IT IS A CONDITION OF THIS TENDER THAT THE TAXES OF THE TENDERER MUST BE IN ORDER,
OR THAT SATISFACTORY ARRANGEMENTS HAVE BEEN MADE WITH THE SOUTH AFRICAN
REVENUE SERVICES (SARS) TO MEET THE RESPONDENT’S TAX OBLIGATIONS.
BIDDERS TAX STATUS MUST REMAIN COMPLIANT IN RESPECT TO THE EVALUATION
PROCESS THROUGHOUT THE TENDER PROCESS, IN ORDER FOR A BIDDER TO BE
EVALUATED.
1. The active Tax Compliance PIN issued by the South African Revenue Services must be submitted
together with this tender and appended to this page. Failure to submit the active Tax Compliance PIN
will result in the invalidation/ disqualification of the tender submission.
2. Valid Tax Compliance is a mandatory requirement for successful bidders post the tender process.
3. Where Joint Ventures/ Consortia/ Associations, etc. are involved, the Tax Compliance PIN of the main
Joint Venture Partner as well as that of all the Joint Venture Partners must be appended to this page.
SIGNED ON BEHALF OF TENDERER: . . . . . . . . . . . . . . .. . . . . . . . Date:. . . . . . . . . . . . . . . . .
22
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE 3: PROOF OF PROFESSIONAL INDEMNITY INSURANCE
The Tenderer is referred to clause H.2.1 (d). of the Submission Data and shall state below details of the professional indemnity insurance held by the Tenderer. Where the Tenderer is a joint venture, consortium or association, all the parties providing professional services must submit details of their existing respective professional indemnity insurances. The professional indemnity insurance must be valid at the closing date of this tender. Proof of insurance or confirmation from a reputable Insurance Broker that the Tenderer has in place a professional indemnity insurance cover must be appended to this schedule. Upon the Tenderer being successful in the tender, the DBSA will prescribe the appropriate limit of indemnity in respect of each claim without limit to the number of claims.
DETAILS OF EXISTING PROFESSIONAL INDEMNITY INSURANCE
CATEGORY OF SERVICES TO BE PROVIDED
NAME OF INSURED ENTITY
NAME OF INSURER LIMIT OF EXISTING PROF. INDEMNITY IN RESPECT OF EACH CLAIM WITHOUT LIMIT TO THE NUMBER OF CLAIMS (R million)
Infrastructure Planning Support
Project Preparation Support
Project Implementation Support
Specialised Project Support
The undersigned, who warrants that he / she is duly authorized to do so on behalf of the Tenderer, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
SIGNED ON BEHALF OF TENDERER: . . . . . . . . . . . . . . .. . . . . . . . Date:. . . . . . . . . . . . . . . . .
23
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Associated Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE 4: JOINT VENTURE, ASSOCIATION, OR CONSORTIUM AGREEMENT
After signing the Certificate of Authority below, Tenderers are to append a copy of the Joint Venture Agreement (if applicable), Consortium, or Association Agreements to this schedule together with the concise company profiles of each of the constituent members of the Joint Venture, Consortium or Association. Where applicable, other agreements such as a sub-consultancy agreement between the parties are to be attached.
1. Certificate of Authority: We, the undersigned, are submitting this tender offer in joint venture, consortium or association under a formal legal arrangement and hereby authorize Mr./Ms.………………………………………….., authorized signatory of the company, joint venture, consortium, association, close corporation or partnership ………………….………………………………………………………..., acting in the capacity of Lead Tenderer, to sign all documents in connection with the tender offer and any contract resulting from it on our behalf.
NAME OF FIRM ADDRESS DULY AUTORISED SIGNATORY
Signature………………….. Name……………………… Designation………………..
Signature………………….. Name……………………… Designation………………..
Signature………………….. Name……………………… Designation………………..
24
NAME OF FIRM ADDRESS DULY AUTORISED SIGNATORY
Signature………………….. Name……………………… Designation………………..
Signature………………….. Name……………………… Designation………………..
Signature………………….. Name……………………… Designation………………..
Signature………………….. Name……………………… Designation………………..
Signature………………….. Name……………………… Designation………………..
Note: Use more rows /Tables if necessary
2. Signature of Lead Tenderer (Authorized Representative): The undersigned, who warrants that he / she is duly authorized to do so on behalf of the Tenderer, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
Signed Date
Name Position
Tenderer’s Name
25
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Associated Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE 5: TENDERER’S CENTRAL SUPPLIER DATABASE SUMMARY REPORT
Tenderers are to append the summary report of the Government’s Central Supplier Database in respect of the Tenderer, or of the main JV Partner to this page. Tax Compliant Status and CSD Registration Requirements All PROSPECTIVE BIDDERS MUST HAVE A TAX COMPLIANT STATUS EITHER ON THE CENTRAL SUPPLIER DATABASE (CSD) OF THE NATIONAL TREASURY OF SARS E FILING PRIOR TO APPOINTMENT/AWARD OF THE BID. REGISTRATION ON THE CSD SITE OF THE NATIONAL TREASURY IS A COMPULSORY REQUIREMENT FOR A BIDDER TO BE APPOINTED, TO CONDUCT BUSINESS WITH THE DBSA. THE ONUS IS ON THE SUCCESSFUL BIDDER TO REGISTER ON THE CSD SITE AND PROVIDE PROOF OF SUCH REGISTRATION PRIOR TO APPOINTMENT/AWARD OF THE BID.
CSD Registration Number:
26
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Associated Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE 6: EVALUATION SCHEDULE: EXPERIENCE OF THE TENDERER
The experience and track record of the Tenderer as a Company (as opposed to key staff members) will be evaluated with regard to the Tenderer’s successful provision and completion over the last five years, of services in the specific category of service for which the tenderer is responding to (e.g. infrastructure planning support, project preparation support, project implementation support, and specialized project support). For a Consortium, JV, or Association, the experience of each entity must be submitted with a copy of the company profiles of each entity for evaluation. In the evaluation of the experience of the Tenderer in each category of service, the following rules shall apply: a) For Infrastructure Planning, Project Preparation, and Project Implementation support:
Successful provision of services will be evaluated for the three key (priority) sectors namely water
and sanitation, electricity, roads and storm water. Tenderers are to provide the necessary
documentation per sector that provide information on the Tenderer’s successful provision and
completion of services over the last five years. The relative weights for the total points being
allocated shall be as follows:
ID SECTORS FOR WHICH TENDERER HAS PROVIDED AND COMPLETED SERVICES SUCCESSFULLY OVER THE PAST 5 YEARS
% WEIGHT OF SECTOR IN THE TOTAL POINTS FOR EVALUATION OF THE EXPERIENCE OF TENDERER
1 Water and Sanitation 40%
2 Electricity 30%
3 Roads and Storm Water 30%
4 TOTAL 100%
b) For Specialized Project Support Services: Each discipline (e.g. Land Surveying, Contract Law,
etc.) will have a 100% weight of the total points for evaluation of the experience of the Tenderer
The information submitted shall be within the previous five (5) years and can include contracts that are not complete prior to closing date for submissions. The Lead Entity of the Tenderer’s Consortium, JV, or Association must be clearly identified in the submission. Tenderers should very briefly describe the Tenderer’s experience in this regard and attach this to this schedule. The description should be put in tabular form (* See next page) with the indicated headings: The scoring of the Tenderer’s experience for each category of service will be as follows:
RATING SCORE /POINTS PROMPT(S) FOR JUDGEMENT: EXPERIENCE OF THE TENDERER
Disclaimer / No Score: Score = 0% of max no. of points for criterion
Tenderer has submitted no information or inadequate information to determine scoring level.
27
RATING SCORE /POINTS PROMPT(S) FOR JUDGEMENT: EXPERIENCE OF THE TENDERER
Poor: (Score = 40% of max no. of points for criterion)
Tenderer has in the past five years successfully provided and completed between one and three projects within the category of services being responded to.
Satisfactory: (Score =70% of max no. of points for criterion)
Tenderer has in the past five years successfully provided and completed between four and six projects within the category of services being responded to.
Good: (Score =90% of max no. of points for criterion)
Tenderer has in the past five years successfully provided and completed between seven and ten projects within the category of services being responded to.
Very good: (Score =100% of max no. of points for criterion)
Tenderer has in the past five years successfully provided and completed between above ten projects within the category of services being responded to.
28
SCHEDULE 7 (Contd.): EXPERIENCE AND TRACK RECORD OF THE TENDERER
Employer Employer’s Contact Person
Employer’s Contact Tel. No.
Description of Project in the Relevant Category of Service and Location
Project Value inclusive of VAT (Rand)
Project Duration
Start Date Completion Date
* Note 1: More table /rows to be used where necessary to accommodate all Professional Team Entities. All company profiles to be attached after this table
29
The undersigned, who warrants that he / she is duly authorized to do so on behalf of the Tenderer, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
Signed Date
Name Position
Tenderer’s Name
30
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE 8: EVALUATION SCHEDULE: EXPERIENCE AND QUALIFICATIONS OF THE TENDERER’S PROPOSED KEY RESOURCES /EXPERTS
The tenderer is referred to clause H.2.1 (a) of the Submission Data and shall insert in the spaces provided below details of the key experts and other personnel required to be in the employment of the tenderer or from a professional services provider consultant/firm, in order for the tenderer to be eligible to submit a tender for this project. The Curriculum Vitae of each individual of not more than five (5 nr) pages must be appended to this schedule.
The experience of proposed team members in relation to the scope of work will be evaluated from three different points of view:
i. General experience (total duration of professional activity), level of education and training and positions held of each discipline specific team member.
ii. The education, training, skills and experience of the assigned team members in the specific sector, field, subject, etc. which is directly linked to the scope of work.
iii. The proposed team members’ / experts’ knowledge of issues which the Employer considers pertinent to the project e.g. local conditions, affected communities, legislation, techniques etc.
Equal weights will be assigned to the experience and qualifications of the Tenderer’s proposed key resources 1. Summary details of each proposed team member are to be entered into the tables provided below.
2. A CV of each of the proposed team members of not more than 5 pages should be attached to this schedule after the summary details tables. Each CV should be structured under the following headings: a) Personal particulars
i. Name
ii. date and place of birth
iii. place (s) of tertiary education and dates associated therewith
iv. professional awards
b) Qualifications (degrees, diplomas, grades of membership of professional societies and Professional registrations)
c) Skills d) Name of current employer and position in enterprise e) Overview of post graduate / diploma experience (year, organization and position) f) Outline of recent assignments / experience that has a bearing on the scope of work
31
SCHEDULE 8: Summary Details of Qualifications and Experience of Tenderer’s Proposed Key Resources / Experts
[Table to be completed for the Key Resources Relevant to the Respective Categories of Service outlined in H.2.1]
KEY EXPERT 1: PROGRAMME MANAGER & TEAM LEADER
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years: Working
Experience
KEY EXPERT 2: CIVIL ENGINEER (WATER AND SANITATION)
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years: Working
Experience
KEY EXPERT 3: CIVIL ENGINEER (ROADS AND STORM WATER)
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years: Working
Experience
KEY EXPERT 4: ELECTRICAL ENGINEER
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
32
KEY EXPERT 5: QUANTITY SURVEYOR
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 6: STRUCTURAL ENGINEER
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 7: MECHANICAL ENGINEER
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 8: GEOTECHNICAL ENGINEER
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
33
KEY EXPERT 9: ARCHITECT
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 10: TOWN/ URBAN/ REGIONAL PLANNER
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 11: DEVELOPMENT PLANNER
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 12: ENVIRONMENTAL SCIENTIST
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 13: LAND SURVEYOR
34
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 14: OCCUPATIONAL HEALTH AND SAFETY PROFESSIONAL
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 15: DEVELOPMENT / SOCIAL FACILITATION MANAGER
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 16: CONTRACT LAW EXPERT
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 17: PROPERTY VALUER
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 18: MARKET AND ECONOMIC RESEARCH EXPERT
35
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 19: GEO-HYDROLOGIST
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 20: INFRASTRUCTURE INVESTMENT ANALYST
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 21: MUNICIPAL FINANCE PROFESSIONAL
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
KEY EXPERT 22: TRANSLATION SERVICE PROFESSIONAL X3 [PORTUGUESE, FRENCH AND MANDARIN]
Name Current Job Title Qualifications Professional Registration & Registration Nr.
No. of Years Post-Registration Experience
36
Note: A CV of each of the proposed team members of not more than 5 pages should be attached to this schedule after the above summary details tables
Where any of the above proposed key experts and other required personnel is/are provided by firms of professional services provider that are independent from the Tenderer, the following table is to be completed by the authorized representatives of the independent firms of professional services providers
We, the undersigned, hereby confirm our availability to provide professional services under the direction of the professionals listed hereunder:
NAME(S) OF KEY RESOURCE /
EXPERT
NAME OF INDEPENDENT FIRM
PROVIDING THE KEY RESOURCE /
EXPERT
ADDRESS OF INDEPENDENT FIRM DULY AUTHORIZED SIGNATORY OF
INDEPENDENT FIRM
Name:………………………. Signature:…………………… Designation:…………………
Name:………………………. Signature:…………………… Designation:…………………
Name:………………………. Signature:…………………… Designation:…………………
37
NAME(S) OF KEY RESOURCE /
EXPERT
NAME OF INDEPENDENT FIRM
PROVIDING THE KEY RESOURCE /
EXPERT
ADDRESS OF INDEPENDENT FIRM DULY AUTHORIZED SIGNATORY OF
INDEPENDENT FIRM
Name:………………………. Signature:…………………… Designation:…………………
Name:………………………. Signature:…………………… Designation:…………………
Name:………………………. Signature:…………………… Designation:…………………
Name:………………………. Signature:…………………… Designation:…………………
38
SCHEDULE 8 (Contd.)
While the experience and qualifications of the Tenderer’s proposed key resources will have equal weight ( i.e. 50% each) in relation to the points scored for the evaluation criterion, the relative contribution of each key resource / expert to the overall scores for the specific evaluation criterion: Qualifications and Experience of Tenderer’s Proposed Key Resources will be as outlined below. Associated project support services resources will have equal weights, aggregated relative to the number of resources provided.
CATEGORY OF SERVICE(1): INFRASTRUCTURE PLANNING
SUPPORT
CATEGORY OF SERVICE(2): PROJECT PREPARATION
SUPPORT
CATEGORY OF SERVICE (3): PROJECT IMPLEMENTATION
SUPPORT
CATEGORY OF SERVICE (4): SPECIALISED PROJECT SUPPORT
KEY EXPERT % CONTRIBUTION TO EVALUATION
CRITERION SCORE KEY EXPERT
% CONTRIBUTION
TO EVALUATION CRITERION
SCORE
KEY EXPERT % CONTRIBUTION TO EVALUATION
CRITERION SCORE KEY EXPERT
% CONTRIBUTION TO EVALUATION
CRITERION SCORE
1. Programme
Manager and
Team Leader 20%
1. Project
Manager and
Team Leader 15%
1. Project Manager
and Team
Leader 15%
Land Surveyor
20%
2. Civil Engineer
(Water and
Sanitation) 10%
2. Architect 10%
2. Civil Engineer
(Water and
Sanitation) 15%
Property Valuer
10%
3. Civil Engineer
(Roads and
Storm Water) 10%
3. Civil
Engineer(Water
and Sanitation) 10%
3. Civil
Engineer(Roads
and Storm
Water) 10%
Market and Economic Research Expert 20%
4. Electrical
Engineer 10%
4. Civil
Engineer(Roads
and Storm
Water) 10%
4. Quantity
Surveyor 10%
Geo-Hydrologist Engineer
20%
5. Quantity
Surveyor 10% 5. Quantity
Surveyor 10% 5. Electrical
Engineer 10% Contract Law Expert 20%
39
CATEGORY OF SERVICE(1): INFRASTRUCTURE PLANNING
SUPPORT
CATEGORY OF SERVICE(2): PROJECT PREPARATION
SUPPORT
CATEGORY OF SERVICE (3): PROJECT IMPLEMENTATION
SUPPORT
CATEGORY OF SERVICE (4): SPECIALISED PROJECT SUPPORT
KEY EXPERT % CONTRIBUTION TO EVALUATION
CRITERION SCORE KEY EXPERT
% CONTRIBUTION
TO EVALUATION CRITERION
SCORE
KEY EXPERT % CONTRIBUTION TO EVALUATION
CRITERION SCORE KEY EXPERT
% CONTRIBUTION TO EVALUATION
CRITERION SCORE
6. Infrastructure
Investment
Analyst 10% 6. Electrical
Engineer 10% 6. Structural
Engineer 10%
Translation Professionals (French, Portuguese and Mandarin)
10%
7. Environmental
Specialist 10% 7. Structural
Engineer 10% 7. Mechanical
Engineer 10%
8. Development
Planner 10% 8. Mechanical
Engineer 10%
8. Municipal
Finance
Professional 10%
9. Town/Urban
and Regional
Planner 10%
9. Geotechnical
Engineer 5%
9. Occupational
Health and
Safety
Professional
5%
10. Environmental
Specialist 5%
10. Development
/ Social
Facilitation
Professional
5%
11. Infrastructure
Investment
Analyst 5%
TOTAL 100% TOTAL 100% TOTAL 100% TOTAL 100%
40
SCHEDULE 8 (Contd.)
The experience and qualifications of the Tenderer’s proposed key resources will have equal weight (i.e. 50% each) in relation to the points scored for the evaluation criterion. The scoring of the experience and qualifications of the Tenderer’s proposed key resources / experts will be as follows:
RATING SCORE /POINTS
PROMPT(S) FOR JUDGEMENT: EXPERIENCE AND QUALIFICATION OF TENDERER’S PROPOSED KEY RESOURCES / EXPERTS
General experience in relation to the required professional service
Qualifications in relation to the required professional service
Disclaimer / No Score: (Score = 0% of max no. of points for criterion)
Tenderer has submitted no information or inadequate information to determine scoring level.
Tenderer has submitted no information or inadequate information to determine scoring level.
Poor: (Score = 40% of max no. of points for criterion)
Key Expert has the required category of professional registration but has between one and six years post-registration experience limited levels of general experience – i.e. between one year and the preferred years’ experience specified in the submission data.
Key Expert has limited levels of project specific education, skills, and training – i.e. less than the specified qualification in the submission data
Satisfactory: (Score =70% of max no. of points for criterion)
Key Expert has reasonable levels of general experience – i.e. at least the minimum (preferred) years’ post-registration experience specified in the submission data, but not up to 5 years above the preferred years’ experience.
Key Expert has reasonable levels of project specific education, skills, training and experience – i.e. at least the specified minimum qualification in the submission data
Good: (Score =90% of max no. of points for criterion)
Key Expert has extensive levels of general experience – i.e. at least 5 years above the minimum (preferred) years’ post-registration experience specified in the submission data but not up to 10 years above the preferred years’ experience.
Key Expert has extensive levels of project specific education, skills, and training - i.e. at least a Masters’ degree from a recognized institution in the relevant discipline specified in the submission data
Very good: (Score =100% of max no. of points for criterion)
Key Expert has outstanding levels of general experience – i.e. at least 10 years above the minimum (preferred) years’ post-registration experience specified in the submission data
Key Expert have outstanding levels of project specific education, skills, and training - - i.e. a doctorate degree from a recognized institution in the relevant discipline specified in the submission data
The undersigned, who warrants that he / she is duly authorized to do so on behalf of the Tenderer, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
Signed Date
Name Position
Tenderer’s Name
41
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE 9: EVALUATION SCHEDULE: PROPOSED METHODOLOGY & APPROACH
For each category of service, the proposed methodology and approach must respond to the indicative scope of work and outline the proposed approach / methodology including that relating to development facilitation, environment, health and safety. The approach paper should articulate what value-add the Tenderer will provide in achieving the stated objectives for the project. The Tenderer must as such explain his / her understanding of the objectives of the assignment and the Employer’s stated and implied requirements, highlight the issues of importance, and explain the technical approach they would adopt to address them. The approach paper should explain the methodologies which are to be adopted, demonstrate the compatibility of those methodologies with the proposed approach. The approach should also include a top quality project plan which outlines processes, procedures and associated resources, applied by whom and when, to meet the requirements, indicate how risks will be managed, what quality assurance measures are to be put in place, and what accelerated delivery methods are to be used to ensure delivery within anticipated programme time frames. The Tenderer must attach his / her approach paper to this page. The approach paper should not be longer than five (5 no.) pages.
The scoring of the methodology and approach will be as follows:
RATING SCORE /POINTS PROMPT(S) FOR JUDGEMENT: PROPOSED METHODOLOGY AND APPROACH
Disclaimer / No Score: Score = 0% of max no. of points for criterion
No response. Failed to address the question / issue
Poor: (Score = 40% of max no. of points for criterion)
The technical approach and / or methodology is poor / is unlikely to satisfy project objectives or requirements. The Tenderer has misunderstood certain aspects of the scope of work and does not deal with the critical aspects of the project.
Satisfactory: (Score =70% of max no. of points for criterion)
The approach is generic and not tailored to address the specific project objectives and methodology. The approach does not adequately deal with the critical characteristics of the project. The quality plan, manner in which risk is to be managed etc. is too generic.
Good: (Score =90% of max no. of points for criterion)
The approach is specifically tailored to address the specific project objectives and methodology and is sufficiently flexible to accommodate changes that may occur during execution. The quality plan and approach to managing risk etc. is specifically tailored to the critical characteristics of the project.
Very good: (Score =100% of max no. of points for criterion)
Besides meeting the “good” rating, the important issues are approached in an innovative and efficient way, indicating that the Tenderer has outstanding knowledge of state-of-the- art approaches. The approach paper details ways to improve the project outcomes and the quality of the outputs
42
The undersigned, who warrants that he / she is duly authorized to do so on behalf of the Tenderer, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
Signed Date
Name Position
Tenderer’s Name
43
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE 10: LEAD TENDERER’S QUALITY MANAGEMENT SYSTEM
The Lead Tenderer’s policies relating to quality management shall be evaluated in relation to the indicative scope of work and the required services thereof.
The Lead Tenderer providing the required infrastructure planning, project preparation, project implementation and associated project support services in a JV, Consortium or Association, should submit a copy of their quality management policy to this schedule.
Tenderers should attach to this schedule:
a) A copy of the Tenderer’s quality management policy; and
The scoring of the Tenderer’s quality management system will be as follows:
RATING SCORE /POINTS
PROMPT(S) FOR JUDGEMENT: LEAD TENDER’S QUALITY MANAGEMENT SYSTEM
Disclaimer / No Score: Score = 0% of max no. of points for criterion
Failed to provide information.
Poor: (Score = 40% of max no. of points for criterion)
Policy is elementary. Lead Tenderer is not SANS 9000 / ISO 9001 certified and has neither undergone, nor is currently undergoing any SANS 9000 / ISO 9001 certification processes with an accredited certification body.
Satisfactory: (Score =70% of max no. of points for criterion)
Policy is basic, workable, and is likely to result in quality work. Lead Tenderer is currently undergoing certification but has not yet achieved the SANS 9000 / ISO 9001 certification. Proof of Tenderer currently undergoing the certification process with an accredited certification body is provided.
Good: (Score =90% of max no. of points for criterion)
Policy is comprehensive and is likely to result in quality work. Lead Tenderer is currently undergoing certification but has not yet achieved the SANS 9000 / ISO 9001 certification. Proof of Tenderer currently undergoing the certification process with an accredited certification body is provided.
Very good: (Score =100% of max no. of points for criterion)
Policy is very comprehensive and is most likely to result in quality work. Lead Tenderer is SANS 9000 / ISO 9001 certified with proof of certification provided.
44
The undersigned, who warrants that he / she is duly authorized to do so on behalf of the Tenderer, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
Signed Date
Name Position
Tenderer’s Name
45
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE 11: LEAD TENDERER’S MANAGEMENT SYSTEMS WHICH ARE IN PLACE TO TRACK AND CONTAIN COSTS
This scope of work involved in the project requires management systems from the Tenderer to track and contain project costs. The anticipated costs of the project can be broken down into a number of components such as:
People
Equipment
Charges
Engineering design
Project leadership, management and coordination
Construction management
Monitoring and reporting
Administrative closure
The Tenderer must briefly outline the manner in which it currently tracks its costs and indicate how such costs can be related to activities and linked to the cost components. Tenderers should also attach the outline of their cost management system to this schedule
The scoring of the Tenderer’s management systems which are in place to track and contain costs will be as follows:
RATING SCORE /POINTS
PROMPT(S) FOR JUDGEMENT: LEAD TENDERER’S MANAGEMENT SYSTEMS WHICH ARE IN PLACE TO TRACK AND CONTAIN COSTS
Disclaimer / No Score: Score = 0% of max no. of points for criterion
Tenderer’s made no submission or provided a submission that failed to address the issue.
Poor: (Score = 40% of max no. of points for criterion)
Less than acceptable response - lacks convincing evidence of having a system in place that will satisfy cost tracking and cost containment requirements.
Satisfactory: (Score =70% of max no. of points for criterion)
Acceptable response to the particular aspect of the requirement - evidence given that system will satisfy cost tracking and cost containment requirements
Good: (Score =90% of max no. of points for criterion)
Above acceptable response - demonstrates real understanding of cost tracking and cost containment requirements and evidence of ability to meet them.
Very good: (Score =100% of max no. of points for criterion)
Excellent response - gives real confidence that the Tenderer will add real value in terms of cost tracking and cost containment.
46
The undersigned, who warrants that he / she is duly authorized to do so on behalf of the Tenderer, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
Signed Date
Name Position
Tenderer’s Name
47
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
SCHEDULE 12: DECLARATION OF TENDERER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
The Tenderer (including each and every entity forming part of a JV, Consortium or Association for the purpose of this tender) is obliged to complete the following declaration and where necessary furnish the required particulars in relation to persons or firms that are, or have been:
a) Prohibited from doing business with the public sector
b) Listed on the Register of Tender Defaulters by the National Treasury
c) Convicted by a court of law for fraud and corruption
d) Removed from a contract between them and any organ of state on account of failure to perform on or comply with the contract.
Item Question Yes No
1.1 Is the Tenderer or any of its directors listed on the National Treasury’s database as a company or person prohibited from doing business with the public sector? (Companies or persons who are listed on this database were informed in writing of this restriction by the National Treasury after the audi alteram partem rule was applied).
Yes
No
1.1.1 If so, furnish particulars:
1.2 Is the Tenderer or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? (To access this Register enter the National Treasury’s website, www.treasury.gov.za, click on the icon “Register for Tender Defaulters” or submit your written request for a hard copy of the Register to facsimile number 012 3265445).
Yes
No
1.2.1 If so, furnish particulars:
1.3 Was the Tenderer or any of its directors convicted by a court of law (including a court of law outside the Republic of South Africa) for fraud or corruption during the past five years?
Yes
No
1.3.1 If so, furnish particulars:
1.4 Was any contract between the Tenderer and any other organ of state terminated during the past five years on account of failure to perform on or comply with the contract?
Yes
No
1.4.1 If so, furnish particulars:
The undersigned, who warrants that he / she is duly authorized to do so on behalf of the Tenderer, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
49
Part E3: Indicative Scope of Work
Pages
E3.1 Indicative Scope of Work ....................................................... 50 – 57
50
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
E3.1 Indicative Scope of Work
E3.1.1. EMPLOYER’S OBJECTIVES
E3.1.2. SERVICES REQUIRED FROM PROFESSIONAL SERVICES PROVIDERS [PSP]
E3.1.3 SUMMARIZED DESCRIPTION OF THE SERVICES
E3.1.4 IMPLEMENTATION TIME FRAMES, INSTITUTIONAL ARRANGEMENTS, ASSUMPTIONS
AND RISKS
E3.1.5 LOCATION OF THE SERVICES
E3.1.1. EMPLOYER’S OBJECTIVES
In line with its mandate, the Employer [the Development Bank of Southern Africa (DBSA)] DBSA
provides financing, infrastructure planning, project preparation, project implementation (multi-
disciplinary engineering and project management services) and specialized project support services
(e.g. legal, environmental compliance, procurement, etc.) to its clients for the delivery of water,
sanitation, energy, roads, storm water, and transportation infrastructure (amongst others).
The integrated financing and non-financing support to the Employer’s clients in the form of lending,
infrastructure planning, project preparation, and project implementation support services is aimed at
achieving the following goals:
i. Increase in funding catalysed for infrastructure development – e.g. increased absorption
and expenditure of fiscal allocations
ii. Enhanced service delivery and development results
iii. Acceleration of the reduction of service delivery backlogs
iv. Alleviation of poverty in the under-resourced communities.
The specific objectives of the DBSA in the procuring of professional services outlined in the EOI are
to:
a) Obtain the relevant resources that will be placed in a database which will be used, as and
when needed, to implement the various infrastructure planning, project preparation, project
implementation and specialized project support mandates of the Employer.
b) Use the procured PSPs, as and when needed, to provide quality, timely, effective, efficient,
and stakeholder-satisfying services to the Employer’s clients in the areas of infrastructure
planning, project preparation, and project implementation, and specialised support services
51
c) Provide the DBSA and its strategic partners with the additional capacity to accelerate the
scale and pace of service delivery in the region’s entities that are to be supported.
E3.1.2. SERVICES REQUIRED FROM PROFESSIONAL SERVICES PROVIDERS [PSP]
The summarized scope of the services required from the PSPs is outlined in table C1 below.
E3.1.3. SUMMARIZED DESCRIPTION OF THE SERVICES REQUIRED FROM THE PSPS.
The services required by the Employer from the Professional Service Providers can be summarized
as, but not limited to, the following:
a) The provision of high-quality technical support and advice to facilitate the planning, preparation,
design, procurement, construction and contract management, monitoring and reporting on the
identified infrastructure programmes and projects;
b) Verification of technical and financial aspects of the programmes and projects with appropriate
oversight and reporting thereof;
c) Preparation of required documentation and reports for submission to the relevant Programme
Steering Committee (PSC) or other strategic party in relation to approvals for, and reporting
d) The implementation of programmes and projects in accordance with the Infrastructure Gateway
System and with particular emphasis on the planning, preparation, appropriate procurement,
construction, monitoring, quality control, cost control, co-ordination and reporting;
e) Monitoring and reporting on the implementation of project work against baselines and where
necessary the formulation of interventions, in consultation with stakeholders, to minimize /
eradicate obstacles, delays, cost overruns and schedule slippage;
f) Maintaining strong and effective oversight over the project team, contractors and sub-
consultants, ensuring that cost containment and quality are achieved within the relevant project
scope. Coordinating activities of service providers at all project stages and ensuring that the
relevant procedural and design requirements, budgets and projected cash-flows and milestone
dates are met;
g) Scrutinizing engineering studies, designs and cost proposals prepared by third parties, and make
recommendations to the Employer in order to obtain relevant authorization to proceed;
h) Ensuring that quality standards, design standards, construction regulations, statutory, and audit
compliance are complied with during the lifecycle of the programmes and projects;
i) Devising and implementing a project tracking system and reporting requirements for each
programme or project and closely monitoring progress at all stages and taking corrective steps
where progress, expenditure or compliance gaps are identified.
j) Development and Social Facilitation: The PSPs is expected to engage meaningfully and
intensively with relevant identified stakeholders for the purpose of obtaining buy-in, support,
resolution of issues, etc. The development facilitation will in certain instances entail the
execution of a Development Charter with the specific local community where the project is being
implemented.
52
E3.1.4 IMPLEMENTATION TIME FRAMES AND RISKS
E3.1.4.1 Implementation Time Frames
The DBSA anticipates that the professional services database created in this procurement process
will remain valid for a maximum period of 36 months from the date of approval of the database. The
duration of the DBSA’s PSP database (panel) will expire after 36 months from its promulgation,
unless otherwise extended by the DBSA.
E3.1.4.2 Risks and Risk Mitigation
The PSP is responsible to identify relevant risks to the programmes and projects assigned and are
expected to take steps to mitigate these risks in their proposal. These may include:
a) Lack of sufficient preparatory work by the key stakeholders
b) Insufficient stakeholder involvement and support;
c) Delays in obtaining information from relevant key stakeholders
d) Lack of access to rural project sites
E3.1.35 LOCATION OF THE SERVICES
The Professional Services Provider is expected to provide the services primarily throughout South
Africa, at the DBSA, and at the relevant municipalities’ and key stakeholders’ offices and sites.
53
TABLE C1: SUMMARIZED INDICATIVE SCOPE OF WORK FOR CATEGORIES OF SERVICE REQUIRED FOR THE
ESTABLISHMENT OF THE PSP PANEL
ITEM NO.
CATEGORY / SERVICE AREA
INFRASTRUCTURE SECTORS
KEY DELIVERABLES OF PROFESSIONAL SERVICE PROVIDERS (PSP)
SUMMARIZED SCOPE OF WORK
COMMENTS
A1. Infrastructure Planning Support
a) Water and Sanitation
b) Electricity c) Roads & Storm-
water d) Transport e) Solid Waste f) Environmental
a) Water Services Development Plans (WSDP)
b) Water Services Master Plans c) 5-Year Reliable Water and
Sanitation Service Delivery Implementation Plans
d) Electricity Master Plans e) Business Plan for Electricity
Services f) Roads and Storm Water Master
Plans. g) Integrated Transport Plans
(ITP) h) Integrated Solid Waste
Management Plans (ISWMP) i) Environmental Management
Plans (EMP) j) Sustainable Service Delivery
Plans k) Technical Project Appraisal
Reports l) Pre-Construction Programme
Plans. m) Infrastructure Investment Plans
(IIP). n) Infrastructure Development
Options and First Order Plans for Key Municipal Land Assets
o) Operations and Maintenance Plans
a) Stakeholder Engagement b) Existing Situation Assessment c) Statutory and Regulatory
Compliance Requirements d) Service Delivery Norms and
Standards e) On-Site (Field) Assessments f) Supply and Demand Planning g) Analysis of findings h) Service Delivery Options
Evaluation i) Projects Identification j) Programming and Budgeting k) Consolidated Planning Report
with Recommendations
The bulk of the infrastructure planning services concerns the development (in support of municipal clients) of long-term master plans and medium term sector plans in the DBSA priority sectors.
54
ITEM NO.
CATEGORY / SERVICE AREA
INFRASTRUCTURE SECTORS
KEY DELIVERABLES OF PROFESSIONAL SERVICE PROVIDERS (PSP)
SUMMARIZED SCOPE OF WORK
COMMENTS
p) Asset Management Plans q) Management Plans for
Reduction of Non-Revenue Water
r) Management Plans for Reduction of Non-Revenue Electricity\Energy Efficiency and Demand Side Management Plans
A2 Project Preparation Support
a) Water and Sanitation
b) Electricity c) Solid Waste d) Communication
– ICT e) Roads & Storm-
water f) Logistics g) Transport h) Environmental
etc. i) Legal j) Financial
a) Project concept and prioritization reports
b) Project scoping reports with budget estimates
c) Project Feasibility and Technical reports
d) Project business plans for registration with MIG, RBIG, INEP, etc. to unlock fiscal allocations (Conditional and unconditional Grants, e.g. MIG, RBIG, INEP etc.).
e) Notice of Registration (NOR) from relevant registering Sector Department.
f) Preliminary and Detailed designs for specified project/programme
g) Contract/Project Management
a) Project(s) identification and conceptualization
b) Project(s) Prioritization c) Scoping d) Budget estimation e) Project registration to unlock
Fiscal allocations. f) Business Plan g) Technical Reports h) Project impact i) Preliminary and/or Detailed
designs for specified project/programme
j) Contract/Project Management
Transactional Advisor should be a consortia (comprising of firms such as – Legal firms, Finance that provides financial analysis services and firms that provide engineering services) that should be a position to assist DBSA/DBSA’s potential clients to de-risk the potential projects through the prefeasibility (create enabling environment), detailed feasibility including provision of technical, financial analyses and requirements be it legal, environmental, statutory etc.
55
ITEM NO.
CATEGORY / SERVICE AREA
INFRASTRUCTURE SECTORS
KEY DELIVERABLES OF PROFESSIONAL SERVICE PROVIDERS (PSP)
SUMMARIZED SCOPE OF WORK
COMMENTS
A3 Project Implementation
a) Water and Sanitation
b) Electricity c) Roads & Storm-
water d) Transport e) Solid Waste f) Environmental
a) Project and Contract Management Reports (including Progress Monitoring and Reporting)
b) Quality Assurance and Compliance Reports
c) Disbursement Claim Validation Reports
d) Development Results Reporting e) Project Close-out Reports. f) Strategic Implementation of
ESKOM Water Debt Reduction. g) Long-Term Revenue
Enhancement Implementation. h) Municipal Revenue
Management i)
a) Participate in the specification and evaluation committee of the municipalities
b) Provide programme and/or project management expertise
c) Ensure strict adherence and compliance to environmental, health and safety, and other applicable regulations
d) Ensure effective cost containment and quality assurance
e) Ensure effective contract management and administration
f) Provide regular programme and/or project reporting
g) Liaise with other relevant structures within the municipalities
h) Provide advice, corrective measures, etc as required
i) Prepare close-out reports j) Compile the user asset
management plan (UAMP) k) Transfer skills to designated
officials of the municipalities l) Long-term revenue
enhancement solutions.
This support is provided only to DBSA-funded clients.
56
ITEM NO.
CATEGORY / SERVICE AREA
INFRASTRUCTURE SECTORS
KEY DELIVERABLES OF PROFESSIONAL SERVICE PROVIDERS (PSP)
SUMMARIZED SCOPE OF WORK
COMMENTS
m) Solutions to the institutional,
governance, financial,
technical, etc. constraints.
n) Municipal finance
management support services
A4 Specialized Project Support
a) Water and Sanitation
b) Electricity c) Roads & Storm-
water d) Transport e) Solid Waste
Environmental
a) Land surveys and reports
b) Property Valuations
c) Market and Economic
Research
d) Cost Benefit Analysis
e) Geo-Hydrological Investigations
and Reporting
f) Contract Law
a) Land Surveying
b) Property Valuations
c) Market and Economic
Research
d) Cost Benefit Analysis
e) Geo-Hydrological
Investigations and Reporting
f) Contract Law
A4.1 Translation Services
All DBSA Sectors Translation Service in languages that include Portuguese, French and Mandarin
Translation Services
57
Part E4: Indicative Site Information
Pages
E4.1 Indicative Site Information ............................................... ….58-59
58
Tender Number: RFP003/2018
Provision Of Professional Services In Infrastructure Planning, Project Preparation, Project Implementation And Specialised Project Support Services For The Delivery Of
Social, Economic And Other Infrastructure
E4.1 Indicative Site information
The site locations of the programmes and projects are spread across all Provinces. The specifics will be advised at a later stage to the successful PSPs.