request for proposal (rfp) - transport and urban ... woodstocksalt river... · request for proposal...

37
REQUEST FOR PROPOSAL (RFP) SUPPLY CHAIN MANAGEMENT SCM-542 Approved: 11/11/2010 by SCM Director Version: 1 Page 1 of 37 RFP NO: 96F/2017/18 REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF AFFORDABLE HOUSING, WOODSTOCK & SALT RIVER PRECINCT ISSUED BY: CITY OF CAPE TOWN (CCT), TRANSPORT AND URBAN DEVELOPMENT AUTHORITY CLOSING DATE: 27/02/2018 CLOSING TIME: 10:00 a.m. TENDER BOX NUMBER: 141 BID FEE: NO CHARGE The Prospectus, RFP document and all supporting documents are available on the website www.tda.gov.za. Click on the banner with the heading Affordable Housing: Woodstock and Salt River Precinct. Bidders are required to register as “prospective bidders” in order to access this information. BIDDER NAME of Company/Close Corporation or Partnership / Joint Venture/ Consortium or Sole Proprietor /Individual TRADING AS (if different from above) RFP SERIAL NO.: 96F/2017/18 SIGNATURES OF CITY OFFICIALS AT BID OPENING 1 2 3

Upload: phamngoc

Post on 22-May-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

REQUEST FOR PROPOSAL (RFP)

SUPPLY CHAIN MANAGEMENT

SCM-542 Approved: 11/11/2010 by SCM Director Version: 1 Page 1 of 37

RFP NO: 96F/2017/18 REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF

AFFORDABLE HOUSING, WOODSTOCK & SALT RIVER PRECINCT

ISSUED BY: CITY OF CAPE TOWN (CCT), TRANSPORT AND URBAN

DEVELOPMENT AUTHORITY

CLOSING DATE: 27/02/2018 CLOSING TIME: 10:00 a.m. TENDER BOX NUMBER: 141

BID FEE: NO CHARGE The Prospectus, RFP document and all supporting documents are available on the website www.tda.gov.za.

Click on the banner with the heading “Affordable

Housing: Woodstock and Salt River Precinct”. Bidders are required to register as “prospective bidders” in order to access this information.

BIDDER

NAME of Company/Close Corporation or Partnership / Joint Venture/ Consortium or Sole Proprietor /Individual

TRADING AS (if different from above)

RFP SERIAL NO.: 96F/2017/18

SIGNATURES OF CITY OFFICIALS AT BID OPENING

1

2

3

RFP NO: 96F/2017/18

2

Table of Contents

(1) GENERAL BID INFORMATION ..................................................................................................................... 3

(2) DETAILS OF BIDDER ....................................................................................................................................... 5

(3) FORM OF OFFER AND ACCEPTANCE ....................................................................................................... 6

(4) CONDITIONS FOR SUBMITTING A BID (PROPOSAL) ............................................................................ 8

(5) EVALUATION CRITERIA ............................................................................................................................. 13

(6) SUPPORTING SCHEDULES .......................................................................................................................... 20

Schedule 1: Resolution by Directors / Members / Trustees ......................................................................................... 20 Schedule 2: Certificate of Authority for Partnerships/ Joint Ventures/Consortia .......................................................... 21 Schedule 3: Declaration of Interest – State Employees ................................................................................................ 22 Schedule 4: Conflict of Interest Declaration ................................................................................................................. 24 Schedule 5: Declaration of Bidder’s Past Supply Chain Management Practices .......................................................... 25 Schedule 6: Certificate of Independent Bid Determination .......................................................................................... 27 Schedule 7: Preference Schedule .................................................................................................................................. 28 Schedule 8: List of information to be supplied by the bidder ....................................................................................... 33 Schedule 9: Templates of tables to be used in the bid document .................................................................................. 35 Schedule 10: List of other documents attached by bidder ............................................................................................. 36 Schedule 11: Record of Addenda to Bid Documents .................................................................................................... 37

RFP NO: 96F/2017/18

3

(1) GENERAL BID INFORMATION

TENDER ADVERTISED : 29 September 2017 (Local) & 01 October 2017

(National)

SITE VISIT/CLARIFICATION MEETING : 10h00 on 24 October 2017

(Not compulsory, but highly recommended)

VENUE FOR SITE VISIT/CLARIFICATION

MEETING : Council Chambers, 6th floor, Podium Block, Civic Centre, 12 Hertzog Boulevard, Cape Town

TENDER BOX & ADDRESS : Tender Box as per front cover at the Tender &

Quotation Boxes Office, 2nd

Floor (Concourse Level), Civic Centre, 12 Hertzog Boulevard, Cape Town.

: Bidders may submit proposals for any number of the available sites (Sites A to E in the Prospectus). Proposals must be individually packaged per site and submitted in separate sealed envelopes.

The Bid Document for each proposal (which includes the Form of Offer and Acceptance) completed in all respects, plus any additional supporting documents required, must be submitted in a sealed envelope with the name and address of the bidder, the endorsement

“RFP NO. 96F/2017/18”, the site for which the bid relates (Sites A to E in the Prospectus), the tender

box No. 141 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 bid offer is too large to fit into the abovementioned box or the box is full, please enquire at the public counter (Tender Distribution Office) for alternative instructions. It remains the bidder’s responsibility to ensure that the bid is placed in either the original box or as alternatively instructed.

BID INFORMATION AND CORRESPONDENCE Bidders must register on the Affordable Housing:

Woodstock and Salt River Precinct information hub accessible on the website www.tda.gov.za in order to access essential technical information about the precinct and all related infrastructure and services as well as to receive information about this RFP.

RFP NO: 96F/2017/18

4

All correspondence by the bidder with the CCT must

be done via the Affordable Housing: Woodstock

and Salt River Precinct information hub accessible on the website www.tda.gov.za. A query form with the heading “Submit a Query” must be completed. The query form will be accessible to bidders who have registered as “prospective bidders” on the platform.

RFP NO: 96F/2017/18

5

(2) DETAILS OF BIDDER

1.1 Type of Bidder / Firm (Please tick one box)

Individual / Sole Proprietor Close Corporation Company

Partnership or Joint Venture or Consortium

Trust Other: ……….......………..…………

1.2 Required Details (Please provide applicable details in full):

Name of Company/Close

Corporation or

Partnership/Joint Venture/

Consortium or

Individual / Sole Proprietor

Trading as (if different from above)

Company/close corporation

registration number (if applicable)

Postal address

Postal Code __________

Physical address

(Chosen domicilium citandi et

executandi)

Postal Code __________

Contact details of the person duly

authorised to represent the bidder

Name: Mr/Ms________________________________________ (Name & Surname) Telephone:( ____ ) ______________ Fax:( ____ ) ___________ Cellular Telephone:____________________________________ E-mail address:______________________________________

Income tax number

VAT registration number

SARS Tax Compliance Status PIN

City of Cape Town Supplier

Database Registration Number (See Conditions for Submitting a Bid)

RFP NO: 96F/2017/18

6

(3) FORM OF OFFER AND ACCEPTANCE

RFP NO. 96F/2017/18:

REQUEST FOR PROPOSALS FOR THE DEVELOPMENT OF

AFFORDABLE HOUSING, WOODSTOCK & SALT RIVER PRECINCT

1.1 Type of Bidder / Firm (Please tick one box)

Individual / Sole Proprietor Close Corporation Company

Partnership or Joint Venture or Consortium

Trust Other: ……….......………..…………

1.2 Required Details (Please provide applicable details in full):

Name of Company/Close

Corporation or

Partnership/ Joint Venture/

Consortium or

Individual / Sole Proprietor

(“the bidder”)*

Trading as (if different from above)

Company/close corporation

registration number (if applicable)

* Refer to Clause 5.4.1 - Non-responsive Bids

AND WHO IS represented herein by: (full names of signatory) _____________________________________

duly authorised to act on behalf of the bidder in his capacity as: (title) ______________________________

HEREBY AGREES THAT by signing the Form of Offer, the bidder:

1. confirms that it has examined the documents listed in the Index (including supporting Schedules and

documentation) and has accepted all the Conditions for submitting a bid; 2. confirms that it has received and incorporated any and all notices issued to bidders issued by the CCT, 3. confirms that it has satisfied itself as to the correctness and validity of the bid offer; 4. offers to render all or any of the services as proposed to the CCT in accordance with the terms and

conditions stipulated in this bid document, Prospectus and subsequent agreements entered into between the CCT and the bidder.

RFP NO: 96F/2017/18

7

5. accepts full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on it in terms of any resultant agreement reached between the CCT and the successful bidder .

*________________________________ Signature(s)

* Refer to Clause 5.4.1 Non-responsive Bids _________________________________ Print name(s): On behalf of the bidder (duly authorised) Date: _________________________________

INITIALS OF CITY OFFICIALS

1 2 3

RFP NO: 96F/2017/18

8

(4) CONDITIONS FOR SUBMITTING A BID (PROPOSAL)

ALL BID CONDITIONS AND/OR INSTRUCTIONS SET OUT BELOW MUST BE STRICTLY ADHERED TO,

FAILING WHICH THIS BID SUBMISSION MAY BE DECLARED NON-RESPONSIVE.

ANY REFERENCE TO BID SHALL MEAN A PROPOSAL SUBMITTED IN RESPONSE TO THIS REQUEST FOR

PROPOSALS (RFP)

4.

4.1. Submission of bid proposals 4.1.1. Bidders may submit proposals for any number of the available sites (Sites A to E in the Prospectus).

Proposals must be individually packaged and separately submitted by each site.

4.1.2. No bid will be considered unless submitted on this CCT bid document.

4.1.3. Any portion of the bid document not completed will be interpreted as ‘not applicable’. Notwithstanding the foregoing, failure to complete any compulsory portion of the bid document may result in the bid being declared non-responsive.

4.1.4. Bids must be properly received and deposited in the designated tender box (as detailed on the front page of

this bid document), on or before the closing date and before the closing time, in the relevant tender box at the Tender and Quotation Boxes Office situated on the 2nd floor, Concourse Level, Civic Centre, Hertzog Boulevard, Cape Town. If the bid submission is too large to fit in the allocated box, please enquire at the

public counter for assistance.

4.2. Acceptance of bid proposals

4.2.1. The CCT reserves the right to accept:

4.2.1.1. or reject any variation, deviation, bid offer, or alternative bid offer, and may cancel the bid process and reject all bid offers at any time before the formation of a contract. The CCT shall not accept or incur any liability to a bidder for such cancellation and rejection, but will give written reasons for such action upon written receipt of a request to do so.

4.2.1.2. a bid offer which does not, in the CCT’s opinion, materially and/or substantially deviate from the terms, conditions, and specifications of the bid document.

4.2.1.3. the whole bid or part of a bid and the CCT is not obliged to accept the lowest or any bid.

4.2.2. The CCT shall not consider bids that are received after the closing date and time for such a bid (late bids).

4.3. Award to successful bidders

4.3.1. The CCT reserves the right to: 4.3.1.1. conduct a risk analysis should a bidder be the highest scoring for more than one site prior to award.

4.3.1.2. limit the number of sites awarded to a single bidder based on the assessment above.

4.4. Cost of bidding

4.4.1. The CCT will not be held responsible for any expenses incurred by bidders in preparing and submitting bids.

4.5. Clarification

4.5.1. The CCT may, after the closing date, request additional information or clarification of bids in writing.

4.5.2. A bidder may request information, after the closing date, in accordance with the Promotion of Administrative

Justice Act, Act 3 of 2000, and the Promotion of Access to Information Act, Act 2 of 2000.

RFP NO: 96F/2017/18

9

4.6. Withdrawal of bids

4.6.1. A bidder may request in writing, after the closing date, that the bid offer be withdrawn. Such withdrawal will be permitted or refused at the sole discretion of the CCT after consideration of the reasons for the withdrawal, which shall be fully set out by the bidder in such written request for withdrawal.

4.6.2. Should the bid offer be withdrawn in contravention of clause 4.6.1 above, the bidder agrees that:

4.6.2.1. it shall be liable to the CCT for any additional expense incurred or losses suffered by the CCT in having either to

accept another bid or, if new bids have to be invited, the additional expenses incurred or losses suffered by the invitation of new bids and the subsequent acceptance of any other bid;

4.6.2.2. the CCT shall also have the right to recover such additional expenses or losses by set-off against monies which

may be due or become due to the bidder under this or any other bid or contract or against any guarantee or deposit that may have been furnished by the bidder or on its behalf for the due fulfilment of this or any other bid or contract. Pending the ascertainment of the amount of such additional expenses or losses, the CCT shall be entitled to retain such monies, guarantee or deposit as security for any loss.

4.7. Terms and conditions of bid and further agreement

The bidder agrees that this bid and any further agreement in this regard shall be subject to the terms and conditions contained in the CCT’s Supply Chain Management Policy (“SCM Policy”) and Combating of Abuse of the Supply Chain Management System Policy (“Abuse Policy”).

4.8. Submission of additional information

Unless otherwise stated in this bid document, all information submitted by the bidder contained in other documents, for example cover letters, brochures, catalogues etcetera submitted with the bid offer, may not be

considered during evaluation unless such documents have been recorded and referenced in Schedule 10: List

of Other Documents Attached by Bidder.

4.9. Communication between Bidders and the CCT Any queries or requests for clarification must be submitted by bidders on the Affordable Housing: Woodstock and Salt River Precinct information hub accessible on the website www.tda.gov.za on the query form with the heading “Submit a Query”. The query form will be accessible to bidders who have registered as “prospective bidders” on the platform.

4.10. Issuing of notices As regards to the issuing of notices by the CCT and the receipt thereof by the bidders; the bidder shall be deemed to have received such notice once the CCT has: a) posted such notice on the Affordable Housing: Woodstock and Salt River Precinct information hub

accessible on the website www.tda.gov.za; b) notified bidders via email accordingly.

4.11. Acknowledge and comply with notices The bidder has an obligation to acknowledge receipt of all notices pertaining to the bid documents which the CCT may issue, fully comply with all instructions issued in the notices, and if necessary, apply for an extension of the closing time stated on the front page of the bid document, in order to take the notices into account. Notwithstanding any requests for confirmation of receipt of notices issued, the bidder shall be deemed to have received such notices if the CCT can show proof of issuing in terms of Clause 4.10 above.

RFP NO: 96F/2017/18

10

4.12. Resolutions and Authorities A bid submitted:

4.12.1. by a registered company may not be considered unless accompanied by a resolution by the Directors of the

company authorising the bid to be made and the signatory to sign the bid on the company’s behalf

(Schedule 1 to be completed);

4.12.2. by a registered close corporation may not be considered unless accompanied by written authority from all the members of the close corporation authorising the bid to be made and the signatory to sign the bid on the

close corporation’s behalf (Schedule 1 to be completed);

4.12.3. by a partnership/joint venture/consortium may not be considered unless accompanied by written authority from all parties to the partnership/joint venture/consortium authorising the bid to be made and the signatory

to sign the bid on the partnership/joint venture/consortium’s behalf (Schedule 2 to be completed).

4.13. Partnerships/Joint Ventures/Consortia

In the case of partnerships/joint ventures/consortia (“Joint Ventures”), a copy of the joint venture agreement must be submitted with the bid document. All parties/partners to the joint venture must be registered on the City of Cape Town Supplier Database (‘CCT Supplier Database’).

4.14. Validity Period A bid submitted shall remain valid until a final agreement is concluded between the CCT and the successful bidder.

4.15. Supplier Database Registration

4.15.1. City of Cape Town Supplier Database

Bidders are required to be registered on the CCT Supplier Database as a service provider prior to the entering into a final agreement with the CCT. Bidders must register as such upon being requested to do so in writing and within the period contained in such a request, failing which their bids will be declared non-responsive. In the case of joint venture partnerships this requirement will apply individually to each party of the joint venture. Bidders who wish to register on the CCT’s Supplier Database may collect registration forms from the Supplier Management Unit located within on the 2

nd Floor (Concourse Level), Civic Centre, 12 Hertzog

Boulevard, Cape Town (Tel 021 400 9242/3/4/5). Registration forms and related information are also available on the CCT’s website www.capetown.gov.za (follow the Supply Chain Management link to Supplier registration).

It is each bidder’s responsibility to keep all the information on the CCT Supplier Database updated.

4.16. National Treasury Web Based Central Supplier Database (CSD) Registration

A bidder is required to be registered on the National Treasury Web Based Central Supplier Database (CSD) as a service provider prior to entering into a final agreement with the CCT. Bidders must register as such upon being requested to do so in writing and within the period contained in such a request, failing which their bids will be declared non-responsive. In the case of joint venture partnerships this requirement will apply individually to each party of the joint venture.

Bidders who wish to register on the National Treasury Web Based Central Supplier Database (CSD) may do

so via the web address https://secure.csd.gov.za.

It is each bidder’s responsibility to keep all the information on the National Treasury Web Based Central Supplier Database (CSD) updated.

4.17. Evidence of tax compliance

Bidders shall be registered with the South African Revenue Service (SARS) and their tax affairs must be in

RFP NO: 96F/2017/18

11

order and they must be tax compliant. In this regard, it is the responsibility of the bidder to submit evidence in the form of a valid Tax Clearance Certificate issued by SARS to the CCT at the Supplier Management Unit located within the Supplier Management / Registration Office, 2nd Floor (Concourse Level), Civic Centre, 12 Hertzog Boulevard, Cape Town (Tel 021 400 9242/3/4/5), or included with this bid. The bidder must also provide its Tax Compliance Status PIN number on the Details of Bidder page of the bid submission. Each party to a Consortium/Joint Venture shall submit a separate Tax Clearance Certificate.

4.18. Broad-Based Black Economic Empowerment

The basis upon which points for preference (Np) will be allocated is described in clause 5.5.1 of this document.

4.19. Independent Bid Determination 4.19.1. Bidders must complete, sign and submit, together with their bid or upon being requested to do so in writing,

a certificate of independent bid determination (Schedule 6 hereto) failing which the bid offer may be declared non-responsive.

4.19.2. Bids may also be declared non-responsive if it is determined on reasonable grounds or evidence that the

bids are submitted by bidders in a manner which contradicts/contravenes the declarations made/conditions

contained in terms of Schedule 6.

4.19.3. Partners in a bidding entity (the entity that submits the bid) may not participate in any way on

another bid for the same site.

4.20. Inducements, rewards, gifts and other abuses of the Supply Chain Management System

No person who is a successful bidder or prospective successful bidder of goods or services, or a recipient or prospective recipient of goods disposed or to be disposed of may either directly or through a representative or intermediary promise, offer or grant:

a) any inducement or reward to the CCT for or in connection with the award of a contract; or b) any reward, gift, favour or hospitality to any official or any other role player involved in the

implementation of the supply chain management policy. Any contravention of the above will be dealt with in accordance with the provisions of the CCT's Abuse Policy.

4.21. Declarations and authorisation

Bidders are required to complete all declarations and authorisations in the schedules attached to this bid document, failing which the bid may be declared non-responsive.

4.22. Objections, complaints, queries and disputes/ Appeals in terms of Section 62 of the Systems Act/

Access to court

4.22.1. Disputes, objections, complaints and queries

In terms of Regulations 49 and 50 of the Local Government: Municipal Finance Management Act, 56 of 2003 – Municipal Supply Chain Management Regulations (Board Notice 868 of 2005):

a) Persons aggrieved by decisions or actions taken by the CCT in the implementation of its supply

chain management system, may lodge within 14 days of the decision or action, a written objection or complaint or query or dispute against the decision or action.

b) Objections, complaints, queries and disputes must be submitted in writing to the Manager: Statutory

Compliance, Legal Services Department (Attention Ms Charlene Cebekhulu , 20th Floor, Tower Block, Civic Centre, 12 Hertzog Boulevard, Cape Town or posted to Private Bag X9181, Cape Town, 8000 or faxed to (021) 400 5830 or via e-mail to [email protected].

RFP NO: 96F/2017/18

12

4.22.2. Appeals

a) In terms of Section 62 of the Local Government: Municipal Systems Act, 32 of 2000 a person whose

rights are affected by a decision taken by the CCT in the implementation of its supply chain management system, may appeal against that decision by giving written notice of the appeal and reasons to the City Manager within 21 days of the date of the notification of the decision.

b) An appeal must contain the following:

i) Reasons and/or grounds for the appeal ii) The way in which the appellants rights have been affected iii) Remedy sought by appellant

c) Appeals must be submitted in writing to the Manager: Statutory Compliance, Legal Services

Department (Attention Ms Charlene Cebekhulu), 20th Floor, Tower Block, Civic Centre, 12 Hertzog Boulevard, Cape Town or posted to Private Bag X9181, Cape Town, 8000 or faxed to (021) 400 5830 or via e-mail to [email protected].

4.22.3. Right to approach the courts and rights in terms of Promotion of Administrative Justice Act, 3 of

2000 and Promotion of Access to Information Act, 2 of 2000

Clauses 4.21.1 and 4.21.1 do not influence any affected person’s rights to approach the High Court at any time or its rights in terms of the Promotion of Administrative Justice Act and Promotion of Access to Information Act.

a) All legal process and pleadings must be served on the Administrative Manager (Compliance and

Auxiliary Services: Legal Services), 20th Floor, Tower Block, Civic Centre, 12 Hertzog Boulevard, Cape Town.

b) All requests in terms of PAJA and PAIA must be submitted in writing to the Manager: Statutory

Compliance, Legal Services Department (Mrs Melanie Cloete), 20th Floor, Tower Block, Civic

Centre, 12 Hertzog Boulevard, Cape Town, or faxed to (021) 400 5963 / 5830 or by e-mail to [email protected].

RFP NO: 96F/2017/18

13

(5) EVALUATION CRITERIA

5.1. Evaluation of Bids

All bids received shall be evaluated in accordance with the Municipal Finance Management Act, Act 56 of 2003 (read with its accompanying Supply Chain Management regulations), the CCT’s SCM and Abuse Policies, and the Preferential Procurement Policy Framework Act, Act 5 of 2000 (read with its accompanying regulations). Bidders are requested to read this RFP in conjunction with the Prospectus for The Development of Affordable Housing, Woodstock & Salt River Precinct in order to understand the RFP in its entirety. Bidders are invited to submit proposals for as many of the five sites detailed in the Prospectus as they want, but separate standalone proposals must be submitted for each site that include a complete set of the required documents. Each separate standalone proposal submitted on the site(s) will be evaluated individually based on the evaluation criteria stipulated in this section. The bid evaluation process will unfold as follows: STEP 1- Preliminary screening to determine initial responsiveness and independence of bids received STEP 2- Public viewing in respect of bids that meet the Step 1 test for initial responsiveness and independence of bids received STEP 3- Determination of further responsiveness and functionality scoring STEP 4- Add preference and outcome of the public viewing process to determine the highest scoring bidder for each site STEP 5- Recommendation to the Bid Adjudication Committee (BAC) STEP 6- Submission to the Immovable Property Adjudication Committee (IPAC) in respect of land disposal STEP 7- Council approval in respect of land disposal STEP 8- Award to successful bidder .

5.2 STEP 1: PRELIMINARY SCREENING TO DETERMINE INITIAL RESPONSIVENESS AND

INDEPENDENCE OF BIDS RECEIVED

The Bid Evaluation Committee (BEC) shall consider the bids received in order to determine that: 5.2.1 It can be established that a clear, irrevocable and unambiguous offer has been made to CCT; by

whom the offer has been made; and what the offer constitutes. 5.2.2 Each bid is submitted in a separate standalone proposal for a single site 5.2.3 Bids have been independently determined (Refer to Clause 4.19 of this document 5.2.4 There is evidence of a Site Development Plan as described in the Prospectus 5.2.5 There is evidence of a Financial Model as described in the Prospectus Bids that fail to meet the above requirements will be regarded as non-responsive and will not be considered further.

5.3. STEP 2: PUBLIC VIEWING IN RESPECT OF BIDS THAT MEET THE STEP 1 TEST FOR INITIAL

RESPONSIVENESS AND INDEPENDENCE OF BIDS RECEIVED

All bids that pass the Step 1 test for responsiveness and independence of bids received will be invited to display their development proposals for public viewing for approximately 2 weeks (Refer to Section 4 of the Prospectus with the heading “Submission of Proposals” for requirements). Public preference will be carried through into the scoring of the bids.

5.4. STEP 3: DETERMINATION OF FURTHER RESPONSIVENESS AND FUNCTIONALITY SCORING

5.4.1. Non-Responsive Bids A further test for responsiveness will be undertaken prior to functionality scoring. Bids that do not meet these further responsiveness criteria will not be scored for functionality.

RFP NO: 96F/2017/18

14

5.4.1.1 Bids that have passed the Step 1 test for initial responsiveness and independence of bids received will be declared non-responsive and eliminated from further evaluation if:

a) The full name of bidding entity is not provided; b) An identification number or company or other registration number is not provided; c) The bidder has been listed on the National Treasury’s Register for Tender Defaulters in

terms of the Prevention and Combating of Corrupt Activities Act, Act 12 of 2004, or has been listed on the National Treasury’s List of Restricted Suppliers and who is therefore prohibited from doing business with the public sector;

d) The bidder is prohibited from doing business with the CCT in terms of the Abuse Policy. e) The bidder has failed to submit a suitably detailed site development plan described in

Section 4 of the Prospectus under the heading “Parameters for submission of proposals” f) The bidder submits a proposal for a site that has a dependency on any other site. g) The bidder has failed to submit the financial model as required in Section 2.5 and Section 4

of the Prospectus with the headings “Financial Model” and “Parameters for submission of proposals” respectively.

h) The development proposal does not deliver the minimum number of housing units within the social housing income bracket to be accommodated on the site as required in Section 3 of the Prospectus with the heading “The Sites”.

i) The existing tenants are not accommodated in the development proposal should a bidder submit a proposal for Site E: Fruit & Veg [Erf 5667] as described in the Prospectus.

j) The existing tenants are not accommodated in the development proposal should a bidder submit a proposal for Site C: Woodstock Hospital Park [Erven 13126, 13127, 13136, 13137] as described in the Prospectus.

k) The bidder is a person, advisor or corporate entity involved with the Bid Specification Committee, or director/ member of such a corporate entity and is therefore prohibited from bidding for any resulting contracts.

l) The bidder is an advisor or consultant contracted with the CCT,

5.4.1.2 Furthermore, valid bids will be declared non-responsive if the bidder fails to adhere to a written

request (within the specified period set out in such request) to:

a) Comply with the general conditions applicable to bids as set out in the CCT’s SCM Policy; b) Comply with one or more of the provisions contained in the Conditions for Submitting a Bid

(Section 3); c) Comply with any other terms and conditions of the bid as contained in the bid document; d) Complete and/or sign any declarations and/or authorisations; e) Register on the CCT’s Supplier Database or CSD; f) Submit evidence in the form of a valid Tax Clearance Certificate issued by SARS and

provide its Tax Compliance Status PIN number bidder. g) Provide a tax reference number if it is not provided; h) Provide a VAT registration number (if any); i) Submit a business partnership/joint venture/consortium agreement where a

partnership/joint venture/consortium is established for the purpose of submitting a bid for any of the sites.

j) Submit a completed Certificate of Authority for Partnerships/ Joint Ventures/

Consortiums authorising the bid to be made and the signatory to sign the bid on the

partnership /joint venture/consortium’s (Schedule 2 to be completed);

k) Submit a completed Declaration of Interest – State Employees which does not indicate

any non-compliance with the legal requirements relating to state employees (Schedule 3 to be completed);

l) Submit a completed Conflict of Interest declaration and Declaration of Bidders’ past

Supply Chain Management Practices which does not indicate any conflict or past

practises that renders the bid non-responsive (Schedule 4 and 5 to be completed);

m) Submit a completed Certificate of Independent Bid Determination which does not

indicate any non-compliance with the requirements of the schedule (Schedule 6 to be completed);

Clause 5.4.1.2 above is not a closed list, and requests may include – but are not limited to – the items referred to in a) to m) above.

RFP NO: 96F/2017/18

15

5.4.2 Functionality Scoring

All bids that pass the test for responsiveness will be scored for functionality in accordance with the table below:

Evaluation Criteria Scoring of Elements relevant to each criterion

(Applicable value)

Maximum

Points which

may be

obtained

1. Housing typologies and land-use

a) Maximisation on the number of housing units in

the social housing income bracket that is an

improvement on the minimum benchmarks provided

per site in the Prospectus (4 points)

b) Equitable distribution of housing units across the

social housing income bracket for all the different

income groups.(4 points)

c) Inclusion of other typologies within the affordable

housing spectrum as described in Section 2.3 of the Prospectus with the heading “Overview of Housing

Typologies”. (4 points)

d) Innovation around the mixing of residential and non-

residential uses. (3 points)

15

2. Design Excellence and innovation

a) Demonstration of densification on appropriate sites,

conformance with the character of the urban

environment and integration with surrounding urban

environment. A site development plan presented in

the format required in Section 4 of the Prospectus

with the heading “Parameters for submission of

proposals” to be provided in this regard. (5 points)

b) Adoption of green technology, alternative building materials, and building sustainability mechanisms in the development proposals in accordance with the development aims outlined in Section 1.2 of the Prospectus under heading “The Opportunity

explained”. (5 points)

c) Design excellence, responsiveness to desired

innovative design elements such as tenure blind design as defined in the Prospectus, as well as any design elements that foster the creation of integrated

communities on each site.(5 points)

15

3. Property Management Model over a 30 year time horizon

a) Mechanisms for achieving long- term financial

sustainability on operational and maintenance costs.

Refer to Section 4 of the Prospectus under the

Heading “Parameters for submission of proposals”

for requirements. (10 points)

b) Innovation around the management of different

categories of tenants where mixed use and/or mixed

income development is proposed (5 points)

15

4. Financial Model a) Conformance with the SHRA minimum financial hurdles for project feasibility. Alignment with prevailing market norms with regards to development costs, revenue streams as well as

20

RFP NO: 96F/2017/18

16

Evaluation Criteria Scoring of Elements relevant to each criterion

(Applicable value)

Maximum

Points which

may be

obtained

operational and maintenance costs over a 30-year time horizon. Refer to Section 2.5 of the

Prospectus with the heading “Financial Model”.(8

points)

b) Mechanisms for cross-subsidisation between market driven elements (where appropriate) and housing units in the social housing income bracket. Refer to Section 2.5 of the Prospectus

with the heading “Financial Model”. (8 points)

c) Indication of the funding sources that are available and/or will be mobilised in order to achieve project viability over and above the available grant subsidies, where applicable. Refer to Section 2.5 of the Prospectus with the heading “Financial

Model”. (4 points) 5. Risk Analysis a) Analysis of development, operational, market, and

management risk, and risk mitigation strategies. (5

points) 5

6. Marketing Strategy a) Demonstration of an understanding of and

responsiveness to the local market conditions in the

marketing strategy. (5 points) 5

7. Community economic development program

a) Inclusion of local economic development initiatives,

including support for small business development,

employment of local labour during construction and

building operations. Refer to Section 4 of the

Prospectus under the Heading “Parameters for

submission of proposals” for requirements (5

points)

5

8. Demonstration of bidders competence and capability to undertake development of proposed nature and scale

a) Evidence of past experience in relation to property development projects and management of residential housing stock to be supplied in the format required in Section 4 of the Prospectus with the heading “Parameters for submission of

proposals. (5 points) 5

Total 85

5.4.2.1 No bid will be regarded as a responsive bid (in Step 3) if it fails to achieve the minimum qualifying

score for functionality of [60%] out of a maximum of [ 100% ] per criterion. The overall scoring for functionality will be used in the determination of the highest scoring bidder in step 5 below.

5.4.2.2 Bidders shall ensure that all relevant information as described in the Prospectus has been

submitted with the bid to ensure optimal scoring of functionality points for each evaluation criteria.

5.4.2.3 In this regard bidders are required to complete Schedule 8 of the RFP

RFP NO: 96F/2017/18

17

5.5. STEP 4: ADD PREFERENCE AND OUTCOME OF THE PUBLIC VIEWING PROCESS TO DETERMINE

THE HIGHEST SCORING BIDDER

5.5.1 Points for preference

Either the 90/10 or 80/20 preference point system will apply to this bid and the lowest acceptable bid

for any site will be used to determine the applicable preference point system

Preference points shall be scored as follows:.

5.5.1.1 90/10 Preference point system It is anticipated that the development costs for each of the sites will exceed R50 million in which case a

maximum of 10 bid adjudication points will be awarded for preference to qualifying bidders who are eligible for such preference, in accordance with the criteria listed below.

Up to 10 adjudication points (NP) will be awarded for the level of B-BBEE contribution, in accordance with the tables below:

B-BBEE Status Level of Contributor Number of Points for Preference

1 10

2 9

3 6

4 5

5 4

6 3

7 2

8 1

Non-compliant contributor* 0

*A non-compliant contributor is one who does not meet the minimum score for a level 8 contributor. or, in respect of Exempted Micro Enterprises (EMEs):

Black Ownership of EME Deemed B-BBEE Status Level of

Contributor

Number of Points for Preference

less than 51% 4 5

at least 51% but less than 100% 2 9

100% 1 10

or, in respect of Qualifying Small Enterprises (QSEs):

Black Ownership of QSE Deemed B-BBEE Status Level of

Contributor

Number of Points for Preference

at least 51% but less than 100% 2 9

100% 1 10

5.5.1.2 80/20 Preference point system If the development costs for any of the sites are less than R50 million in respect of any of the responsive

bids received for that site, then a maximum of 20 bid adjudication points will be awarded for preference to qualifying bidders who are eligible for such preference, in accordance with the criteria listed below.

RFP NO: 96F/2017/18

18

Up to 20 adjudication points (NP) will be awarded for the level of B-BBEE contribution, in accordance with the tables below:

B-BBEE Status Level of Contributor Number of Points for Preference

1 20

2 18

3 14

4 12

5 8

6 6

7 4

8 2

Non-compliant contributor* 0

*A non-compliant contributor is one who does not meet the minimum score for a level 8 contributor.

or, in respect of Exempted Micro Enterprises (EMEs):

Black Ownership of EME Deemed B-BBEE

Status Level of

Contributor

Number of Points

for Preference

less than 51% 4 12

at least 51% but less than 100% 2 18

100% 1 20

or, in respect of Qualifying Small Enterprises (QSEs):

Black Ownership of QSE Deemed B-BBEE

Status Level of

Contributor

Number of Points

for Preference

at least 51% but less than 100% 2 18

100% 1 20

5.5.2 Outcome of Public Viewing

A further maximum 5 points will be granted for public preference that will be determined following the public viewing and comment process of the designs as described in Step 2 and further detailed in Section 6 of the Prospectus with the heading “Partnership approach and public engagement process”.

5.6. STEP 5: RECOMMENDATION TO THE BID ADJUDICATION COMMITTEE (BAC)

The highest scoring bidder will be determined by adding the scores from Step 3 and Step 4 above. The maximum points that can be allocated depending on the preference points applicable are shown below:

Based on 10 points

for preference (refer

to 5.5.1.1)

Based on 20 points

for preference (refer

to 5.5.1.2)

Step 3 Functionality Scoring 85 85

Preference Points 10 20

Public Preference 5 5

100 110

Step 4

Allocation of points

Maximum number of points that can

be allocated for each site

DescriptionSteps

Bidders are also referred to Clause 4.2 and 4.3 of this RFP document in this regard.

RFP NO: 96F/2017/18

19

5.7. FURTHER STEPS

STEP 6- SUBMISSION TO THE IMMOVABLE PROPERTY ADJUDICATION COMMITTEE (IPAC) IN

RESPECT OF LAND DISPOSAL

STEP 7- COUNCIL APPROVAL IN RESPECT OF LAND DISPOSAL

STEP 8- AWARD TO SUCCESSFUL BIDDER

RFP NO: 96F/2017/18

20

(6) SUPPORTING SCHEDULES

Schedule 1: Resolution by Directors / Members / Trustees

RESOLUTION for completion by Directors (if the bidder is a (Pty) Ltd or Ltd) or Members (if the bidder is

a CC) or Trustees (if the bidder is part of a Trust)

Name of bidder: ______________________________________________________________

Meeting held at ____________________________________________ (place)

On _______________________________________________ (date) RESOLVED THAT:

1. The Bidder submits a bid to the City of Cape Town in respect of

RFP NO: 96F/2017/18: REQUEST FOR PROPOSALS FOR THE DEVELOPMENT OF AFFORDABLE

HOUSING, WOODSTOCK & SALT RIVER PRECINCT

2. Mr/Ms ________________________ in his/her capacity as ____________________ and who will sign

as follows:

_____________________________ (SPECIMEN SIGNATURE)

be, and is hereby, authorised to sign the bid and any and all other documents and/or correspondence in connection with and relating to the bid, as well as to sign any contract, and or all documentation resulting from the award of the bid to the bidder.

Note: The resolution must be signed by all the directors /members of the bidder. Should the space provided below

not be sufficient for all directors/members to sign, please attach a separate sheet to Schedule 10 in the same format.

Name Capacity Signature

1

2

3

4

5

6

RFP NO: 96F/2017/18

21

Schedule 2: Certificate of Authority for Partnerships/

Joint Ventures/Consortia This schedule is to be completed if the bid is submitted by a partnership/joint venture/consortium.

1. We, the undersigned, are submitting this bid as a partnership/joint venture/consortium and hereby authorize

Mr/Ms ___________________________, of the authorised entity

____________________________________, acting in the capacity of Lead Partner, to sign all documents in

connection with the bid and any contract resulting from it on the partnership/ joint venture/ consortium’s

behalf.

2. By signing this schedule the partners to the partnership/joint venture/consortium:

2.1 warrant that the bid submitted is in accordance with the main business and objectives of the

partnership/joint venture/consortium;

2.2 agree that the CCT shall make all payments in terms of this Contract into the following bank account

of the Lead Partner:

Account Holder: ____________________________ Financial Institution: _________________________

Branch Code: ______________________________ Account No.: _______________________________

2.3 agree that in the event that there is a change in the partnership/joint venture/consortium and/or

should a dispute arise between the partnership/joint venture/consortium partners, that the CCT shall continue to make any/all payments due and payable in terms of the Contract into the aforesaid bank account until such time as the CCT is presented with a Court Order or an original agreement (signed by each and every partner of the partnership/joint venture/consortium) notifying the CCT of the details of the new bank account into which it is required to make payment.

2.4 agree that they shall be jointly and severally liable to the CCT for the due and proper fulfilment by

the successful bidder of its obligations in terms of the Contract as well as any damages suffered by the CCT as a result of breach by the successful bidder. The partnership/joint venture/consortium partners hereby renounce the benefits of excussion and division.

SIGNED BY THE PARTNERS OF THE PARTNERSHIP/JOINT VENTURE/ CONSORTIUM

NAME OF FIRM ADDRESS DULY AUTHORISED SIGNATORY

Lead partner Signature…………………………….... Name…………………………………… Designation…………………………....

Signature…………………………….... Name…………………………………… Designation…………………………....

Signature…………………………….... Name…………………………………… Designation…………………………....

Signature…………………………….... Name…………………………………… Designation…………………………....

Note: A copy of the Joint Venture Agreement shall be appended to Schedule 10.

RFP NO: 96F/2017/18

22

Schedule 3: Declaration of Interest – State Employees

1. No bid will be accepted from persons in the service of the state¹.

2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority.

3. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

3.1 Full Name of bidder or his or her representative:…………………………………………..…..

3.2 Identity Number: ………………………………………..……………………………………………………….

3.3 Position occupied in the Company (director, trustee, shareholder²):……………………..………………..

3.4 Company or Close Corporation Registration Number: …………………………..…………………………

3.5 Tax Reference Number:…………………………………………..……………………………………………

3.6 VAT Registration Number: ……………………………………………………………………………………

3.7 The names of all directors / trustees / shareholders members, their individual identity numbers and

state employee numbers must be indicated in paragraph 4 below.

3.8 Are you presently in the service of the state? YES / NO

3.8.1 If yes, furnish particulars .….…………………………………………………………………………

3.9 Have you been in the service of the state for the past twelve months? YES / NO

3.9.1 If yes, furnish particulars ……………………………………………………………………………..

3.10 Do you have any relationship (family, friend, other) with persons in the service of the state and who

may be involved with the evaluation and or adjudication of this bid? YES / NO

3.10.1 If yes, furnish particulars ……………………………………………………………………………...

3.11 Are you, aware of any relationship (family, friend, other) between any other bidder and any persons in the service of the state who may be involved with the evaluation and or adjudication of this bid?

YES / NO

3.11.1 If yes, furnish particulars ……………………………………………………………………………...

3.12 Are any of the company’s directors, trustees, managers, principle shareholders or stakeholders in

service of the state? YES / NO 3.12.1 If yes, furnish particulars ……………………………………………………………………………..

3.13 Are any spouse, child or parent of the company’s directors, trustees, managers, principle

shareholders or stakeholders in service of the state? YES / NO

3.13.1 If yes, furnish particulars ……………………………………………………………………………..

RFP NO: 96F/2017/18

23

3.14 Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this company have any interest in any other related companies or business whether or not they are

bidding for this contract? YES / NO

3.14.1 If yes, furnish particulars ………………………………………………………………………………

4. Full details of directors / trustees / members / shareholders

Full Name Identity Number State Employee Number

The bidder hereby certifies that the information set out in this schedule and/or attached hereto is true and correct, and acknowledges that failure to properly and truthfully complete this schedule may result in steps being taken against the bidder, the bid being disqualified, and/or (in the event that the bidder is successful) the cancellation of the contract and/or steps in terms of the Abuse Policy. ___________________________________ ___________________________________ Signature Print name: Date On behalf of the bidder (duly authorised) ¹MSCM Regulations: “in the service of the state” means to be –

(a) a member of – (i) any municipal council; (ii) any provincial legislature; or (iii) the national Assembly or the national Council of provinces;

(b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity; (d) an employee of any national or provincial department, national or provincial public entity or constitutional institution within the

meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999); (e) a member of the accounting authority of any national or provincial public entity; or (f) an employee of Parliament or a provincial legislature. ² Shareholder” means a person who owns shares in the company and is actively involved in the management of the company or

business and exercises control over the company.

RFP NO: 96F/2017/18

24

Schedule 4: Conflict of Interest Declaration

1. The bidder shall declare whether it has any conflict of interest in the transaction for which the bid is

submitted. (Please mark with X)

YES NO

1.1 If yes, the bidder is required to set out the particulars in the table below:

2. The bidder shall declare whether it has directly or through a representative or intermediary promised,

offered or granted:

2.1 any inducement or reward to the CCT for or in connection with the award of this contract; or

2.2 any reward, gift, favour or hospitality to any official or any other role player involved in the

implementation of the supply chain management policy. (Please mark with X)

YES NO

If yes, the bidder is required to set out the particulars in the table below:

Should the bidder be aware of any corrupt or fraudulent transactions relating to the procurement process of the City of Cape Town, please contact the following:

[email protected]

or the City’s anti-corruption hotline at 0800 32 31 30 (toll free)

The bidder hereby certifies that the information set out in this schedule and/or attached hereto is true and correct, and acknowledges that failure to properly and truthfully complete this schedule may result in steps being taken against the bidder, the bid being disqualified, and/or (in the event that the bidder is successful) the cancellation of the contract and/or steps in terms of the Abuse Policy. ___________________________________ ___________________________________ Signature Print name: Date On behalf of the bidder (duly authorised)

RFP NO: 96F/2017/18

25

Schedule 5: Declaration of Bidder’s Past Supply Chain Management

Practices Where the entity bidding is a partnership/joint venture/consortium, each party to the partnership/joint venture/consortium must

sign a declaration in terms of the Municipal Finance Management Act, Act 56 0f 2003, and attach it to Schedule 11.

1. The bid offer of any bidder may be rejected if that bidder or any of its directors/members have:

a) abused the municipality’s / municipal entity’s supply chain management system or committed any improper conduct in relation to such system;

b) been convicted for fraud or corruption during the past five years; c) willfully neglected, reneged on or failed to comply with any government, municipal or other public

sector contract during the past five years; or d) been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and

Combating of Corrupt Activities Act (No 12 of 2004).

2. In order to give effect to the above, the following questionnaire must be completed and submitted

with the bid offer.

Item Question Yes No 2.1 Is the bidder or any of its directors / members listed on the National

Treasury’s Database of Restricted Suppliers as companies or persons

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 Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied).

The Database of Restricted Suppliers now resides on the National

Treasury’s website (www.treasury.gov.za) and can be accessed by

clicking on its link at the bottom of the home page.

Yes

No

2.1.1 If so, furnish particulars:

2.2 Is the bidder or any of its directors / members 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)?

The Register for Tender Defaulters can be accessed on the National

Treasury’s website (www.treasury.gov.za) by clicking on its link at the

bottom of the home page.

Yes No

2.2.1 If so, furnish particulars:

2.3 Was the bidder or any of its directors / members 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

2.3.1 If so, furnish particulars:

RFP NO: 96F/2017/18

26

Item Question Yes No 2.4 Does the bidder or any of its directors / members owe any municipal rates

and taxes or municipal charges to the municipality / municipal entity, or to any other municipality / municipal entity, that is in arrears for more than three months?

Yes No

2.4.1 If so, furnish particulars:

2.5 Was any contract between the bidder and the municipality / municipal entity or

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

2.5.1 If so, furnish particulars:

The bidder hereby certifies that the information set out in this schedule and/or attached hereto is true and correct, and acknowledges that failure to properly and truthfully complete this schedule may result in steps being taken against the bidder, the bid being disqualified, and/or (in the event that the bidder is successful) the cancellation of the contract and/or steps in terms of the Abuse Policy.

___________________________________ ___________________________________ Signature Print name: Date On behalf of the Bidder (duly authorised)

RFP NO: 96F/2017/18

27

Schedule 6: Certificate of Independent Bid Determination

I, the undersigned, in submitting this bid 96F/2017/18: REQUEST FOR PROPOSALS FOR THE DEVELOPMENT OF

AFFORDABLE HOUSING, WOODSTOCK & SALT RIVER PRECINCT in response to the bid invitation made by THE CITY OF CAPE TOWN do hereby make the following statements which I certify to be true and complete in every respect.

I certify, on behalf of: ______________________________________________________ (Name of bidder)

That: 1. I have read and I understand the contents of this Certificate;

2. I understand that this bid will be disqualified if this Certificate is found not to be true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit this bid, on behalf of the bidder;

4. Each person whose signature appears on this bid has been authorized by the bidder to determine the terms of, and to sign, the bid, on behalf of the bidder;

5. For the purposes of this Certificate and this bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and

(c) provides the same goods and services as the bidder and/or is in the same line of business as the bidder.

6. The bidder has arrived at this bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium³ will not be construed as collusive price quoting.

(³ Consortium: Joint venture or Consortium means an association of persons for the purpose of

combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of

a contract.)

7. In particular, without limiting the generality of paragraphs 5 and 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market allocation);

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit a bid;

(e) the submission of a bid which does not meet the specifications and conditions of the bid; or

(f) bidding with the intention not to win the contract.

8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates.

9. The terms of this bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practices related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No. 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No. 12 of 2004 or any other applicable legislation.

___________________________________ ___________________________________ Signature Print name: Date On behalf of the bidder (duly authorised)

RFP NO: 96F/2017/18

28

Schedule 7: Preference Schedule 1 Definitions

The following definitions shall apply to this schedule:

All applicable taxes: Includes value-added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies.

Applicable Code: Shall be either the Amended Codes of Good Practise (published on 11 October 2013) or Sector Specific Codes as indicated in the bid conditions

B-BBEE: Broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act.

B-BBEE status level of contributor: The B-BBEE status of an entity in terms of a code of good practice on black economic empowerment issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act

Bid: A written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals.

Black Designated Groups: The meaning assigned to it in the codes of good practice issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act, 2003, (Act 53 of 2003).

Black People: The meaning assigned to it in section 1 of the Broad-Based Black Economic Empowerment Act.

Broad-Based Black Economic Empowerment Act: The Broad-Based Black Economic Empowerment Act, Act 53 of 2003.

Consortium or Joint Venture: An association of persons for the purpose of combining their expertise,

property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

Contract The agreement that results from the acceptance of a bid by an organ of state.

Co-operative: A co-operative registered in terms of section 7 of the Co-operatives Act, 2005 (Act no. 14 of 2005).

Designated Group: Black designated groups, black people, women, people with disabilities or small enterprises as defined in section 1 of the National Small Enterprises Act, 1996 (act no. 102 of 1996)

Designated Sector: A sector, sub-sector or industry or product that has been designated in terms of any relevant regulation of the Preferential Procurement Regulations, 2017.

Exempted Micro Enterprise (EME): An exempted micro enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act

Firm Price: The price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract.

Functionality: The ability of a bidder to provide goods or services in accordance with specifications as set out in the bid documents.

Military Veteran: The meaning assigned to it in section 1 of the Military Veterans Act, 2011 (Act No. 18 of 2011).

National Treasury: The meaning assigned to it in section 1 of the Public Finance Management Act, 1999 (Act No. 18 of 1999.

Non-firm prices: All prices other than “firm” prices.

Person: Includes a juristic person.

People with disabilities: The meaning assigned to it in section 1 of the Employment Equity Act, 1998 (Act No. 55 of 1998).

Price: Includes all applicable taxes less unconditional discounts.

Proof of B-BBEE status level of contributor: The B-BBEE status level certificate issued by an authorised body or person, a sworn affidavit as prescribed by the B-BBEE Codes of good Practice or any other requirement prescribed in terms of the Broad-Based Black Economic Empowerment Act.

Qualifying Small Enterprise (QSE): A qualifying small enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act.

RFP NO: 96F/2017/18

29

Rand Value: means the total estimated value of a contract in Rand, calculated at the time of bid invitations.

Rural Area: A sparsely populated area in which people farm or depend on natural resources, including villages and small towns that are dispersed through the area or an area including a large settlement which depends on migratory labour and remittances and government social grants for survival, and may have a traditional land tenure system.

Stipulated Minimum Threshold: The minimum threshold stipulated in terms of any relevant regulation of the Preferential Procurement Regulations, 2017.

Sub-contract: The primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract.

The Act: The Preferential Procurement Policy Framework Act, 2000 (Act No 5 of 2000).

Total Revenue: Bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007.

Township: An urban living area that at any time from the late 19th century until 27 April 1994, was reserved for

black people, including areas developed for historically disadvantaged individuals post 27 April 1994.

Treasury: The meaning assigned to it in section 1 of the Public Finance Management Act, 1999 (Act No. 18 of 1999).

Trust: The arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person.

Trustee: Any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person.

Youth: The meaning assigned to it in section 1 of the National Youth Development Agency Act, 2008 (Act No. 54 of 2008).

2 Conditions associated with the granting of preferences

A supplier that is granted a preference undertakes to:

1) accept that the number of preference points allocated will be based on the B-BBEE status level of

contributor of the supplier as at the closing date for submission of bid offers;

2) not sub-contract more than 25% of the value of the contract to sub-contractors that do not have an equal

or higher B-BBEE status level of contributor than the supplier, unless the intended sub-contractors are

exempted micro enterprises that have the capability and ability to execute the sub-contract works or

unless otherwise declared in terms of Section 5 below;

3) accept that a contract may not be awarded if the price offered is not market related;

4) accept the sanctions set out in Section 3 below should Condition 2(2) be breached, or should the bidder

have submitted any false information regarding its B-BBEE status level of contributor, local production

and content, or any other matter required in terms of this bid that will affect, or has affected the bid

evaluation;

5) accept that, in order to qualify for preference points, it is the responsibility of the supplier to submit

documentary proof of its BBBEE level of contribution in accordance with the Codes of Good Practise,

2013, to the CCT at the Supplier Management Unit located within the Tender Distribution Office, 2nd

Floor (Concourse Level), Civic Centre, 12 Hertzog Boulevard, Cape Town (Tel 021 400 9242/3/4/5);

6) accept that, further to 5) above, Consortiums/Joint Ventures will qualify for preference points, provided

that the entity submits the relevant certificate/scorecard in terms of the Preferential Procurement

Regulations, 2017. Note that, in the case of unincorporated entities, a verified scorecard in the name of

the consortium/Joint Venture must be submitted with the quotation (attached to this schedule);

7) accept that if it is found that, in the performance of the contract, the participation of the various partners

in a Consortium/ Joint Venture differs substantially from that upon which the consolidated scorecard

submitted in terms of 5) above was based, and the impact of which is that the Joint Venture would not

have been awarded the contract in terms of the actual B-BBEE level of contribution achieved by the Joint

Venture, then a financial penalty shall be applied (in addition to any other remedies that the CCT may

have) in accordance with Section 3 below;

8) accept that suppliers are required to be registered on the City of Cape Town’s Supplier Database prior to

the acceptance of bids in order to qualify for preference points. The CCT will verify the B-BBEE level of

RFP NO: 96F/2017/18

30

contributor of the supplier as at the closing date for submission of bid offers, to determine the number of

preference points to be awarded to the supplier. In the case of Consortiums/Joint Ventures which bid as

unincorporated entities, a verified scorecard submitted with the bid and valid as at the closing date will

be used to determine the number of preference points to be awarded to the supplier;

9) accept that, notwithstanding 8) above, a supplier will not be awarded points for B-BBEE status level of

contributor if he indicates in his bid that he intends sub-contracting more than 25% of the value of the

contract to sub-contractors that do not qualify for at least the points that the supplier qualifies for unless

the intended sub-contractors are exempted micro enterprises that have the capability and ability to

execute the sub-contract works;

10) accept that any subcontracting arrangements after the award of the bid may only be entered into upon

the prior approval of the City of Cape Town; and

11) immediately inform the City of Cape Town of any change that may affect the bidder’s B-BBEE level of

contribution upon which preference points will be or have been allocated.

3 Sanctions relating to breaches of preference conditions

The sanctions for breaching the conditions associated with the granting of preferences are:

1) disqualify the supplier from the bid process;

2) recover costs, losses or damages the CCT has incurred or suffered as a result of the supplier’s or contractor’s conduct;

3) cancel the contract in whole or in part and claim any damages which the CCT has suffered as a result of having to make less favourable arrangements due to such cancellation;

4) restrict the supplier, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, from obtaining business from the CCT for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied and inform the National Treasury accordingly;

5) forward the matter for criminal prosecution; and/or

6) financial penalties payable to the CCT, as set out below.

Financial penalty for breach of Condition 2 in Section 2 above:

The penalty to be applied for sub-contracting more than 25% of the value of the contract to sub-contractors that do not qualify for at least the preference points that the supplier qualified for (unless so declared or proven to be beyond the control of the supplier, or the sub-contractors are EMEs that have the capability and ability to execute the sub-contract works) shall be as provided for in the following formula:

Penalty = 0.5 x E(%) x P*

where:

E = The value of work (excluding VAT) executed by sub-contractors that do not qualify for at least the preference points that the supplier qualified for, expressed as a percentage of P*, less 25%

P* = Value of the contract

RFP NO: 96F/2017/18

31

Financial penalty for breach in terms of condition 6 in Section 2 above:

The penalty to be applied where, in the performance of the contract, the participation of the various partners in a Consortium/ Joint Venture differs substantially from that upon which the consolidated scorecard submitted in terms of 5) in Section 2 above was based, and the impact of which is that the Joint Venture would not have been awarded that contract in terms of the actual B-BBEE level of contribution achieved by the Joint Venture, shall be as provided for in the following formula:

Penalty = 5/100 x (B-BBEEa – B-BBEE

t) x P*

where:

B-BBEEa

= The B-BBEE level of contribution that is achieved, determined in accordance with the actual participation of the Joint Venture partners in the performance of the contract

B-BBEEt

= The B-BBEE level of contribution that was used to determine the number of preference points granted to the Joint Venture at the time of bid evaluation

P* = Value of the contract

Financial penalty for breach in terms of condition 10 in Section 2 above:

The penalty to be applied where the supplier fails to disclose subcontracting arrangement after the award of the bid is up to a maximum of 10% of the value of the contract.

4 Level of Contribution in respect of enterprise status or structure of the bidding entity (the supplier)

In the interest of transparency, suppliers are required to complete Table 1: Level of Contribution below.

Table 1: Level of Contribution

Type of B-BBEE Contributor Status (tick box(es)

below as applicable)

Exempted Micro Enterprise (EME), 100% black-owned

Exempted Micro Enterprise (EME), at least 51% but less

than 100% black-owned

Exempted Micro Enterprise (EME), less than 51% black-

owned

Qualifying Small Enterprise (QSE), 100% black-owned

Qualifying Small Enterprise (QSE), at least 51% but less

than 100% black-owned

Qualifying Small Enterprise (QSE), less than 51% black-

owned

Verified B-BBEE contributor

B-BBEE Status Level of Contributor1

Non-compliant contributor

1 If it is indicated that the company/firm/entity is a verified B-BBEE contributor, then the verified status level of contributor must be inserted in the box provided (insert a number from 1 to 8 as applicable)

RFP NO: 96F/2017/18

32

5 Declarations

1) With reference to Condition 8 in Section 2 above, the supplier declares that:

I/we hereby forfeit my preference points because I /we DO intend sub-contracting

more than 25% of the value of the contract to sub-contractors that do not qualify for

at least the points that I/we as supplier qualify for or are not exempted micro

enterprises that have the capability and ability to execute the sub-contract works

Note:

Suppliers who do not tick this box will be allocated preference points but the sanctions relating to

breaches of preference conditions in Section 3 will be applicable if the supplier contravenes the

conditions in Section 2.

2) The undersigned, who warrants that he/she is duly authorised to do so on behalf of the supplier, hereby certifies that the preference claimed based on the B-BBEE status level of contribution indicated in Table 1, qualifies the supplier, subject to condition 8 in Section 2 above, for such preference claimed, and acknowledges that:

(i) the information furnished is true and correct;

(ii) the preference claimed is in accordance with the conditions of this schedule;

(iii) the supplier may be required to furnish documentary proof to the satisfaction of the CCT that the

BBBEE level of contributor as at the closing date is correct; and

iv) he/she understands the conditions under which preferences are granted, and confirms that the supplier will satisfy the conditions pertaining to the granting of preferences.

________________________________ _________________________________

Signature Date

________________________________

Name (PRINT)

(For and on behalf of the Supplier (duly authorised))

For official use.

SIGNATURE OF CITY OFFICIALS AT

QUOTATION OPENING

1. 2. 3.

RFP NO: 96F/2017/18

33

Schedule 8: List of information to be supplied by the bidder

Bidders are referred to Section 4 of the Prospects with the heading “Submission Parameters for proposals” on the details pertaining to the information required to ensure that a complete bid document is submitted.

The bidder has attached to this schedule, the following required documentation:

Tick box Type of information

1. □ Fully completed RFP document

2. □ Title page indicating the bidders name and the relevant site

3. □ Contents Page with references to page numbers for the different sections

4. □ Executive summary

5. □ Site Development Plan:

Proposed land uses

Indicative building footprints

Details of integration with surrounding area (narrative and diagrammatic), in respect of: Access / movement networks (vehicular) and Non-motorised transport routes

Artistic impression of the development

Street elevation

Cross section of the building, indicating development per floor

Proposed layout per housing typology unit

6. □ Indicative Development Parameters (refer to 7.3 for table templates):

Bulk per land use

Height

Coverage

Approximate number and area of units, type of units, and non-residential floor area

7. □

30 year Property Management Model:

Proposed management model for various tenancies

Proposed phasing and project schedule in Microsoft Projects Gantt Chart 8. □

Analysis of development, operational, market, and management risk, and risk mitigation strategy

9. □ Marketing strategy

10. □ Community economic development program

11. □ Usage of green technology, alternative building materials, and building sustainability mechanisms

12. □ Design excellence and innovation, with particular reference to tenure-blind design, as well as any design elements that foster the creation of integrated communities

13. □ Proposed phasing and project schedule in Microsoft Projects Gantt Chart

14. □ Financial Model:

In MS-Excel or a compatible format saved to a flash drive

A fully formatted ready for print copy in pdf format

RFP NO: 96F/2017/18

34

List of information to be supplied by the bidder (continued)

Bidders are referred to Section 4 of the Prospects with the heading “Submission Parameters for proposals” on the details pertaining to the information required to ensure that a complete bid document is submitted.

15. □ Business Partnership Agreement

16. □ Evidence of past experience in relation to property development projects and management of residential housing stock

17. □ Maximum 5 A3 posters expressing the Development Layout, Indicative Development Parameters, as well as usage of green technology and innovative design elements

___________________________________ ___________________________________ Signature Print name: __________________________ Date On behalf of the bidder (duly authorised)

RFP NO: 96F/2017/18

35

Schedule 9: Templates of tables to be used in the bid document

Table 1: Indicative Development Parameters

Proposed Land use Bulk (m2)

Maximum

Height on

site (m)

Coverage (%)

___________________________________ ___________________________________ Signature Print name: Date On behalf of the bidder (duly authorised)

RFP NO: 96F/2017/18

36

Schedule 10: List of other documents attached by bidder

The bidder has attached to this schedule, the following additional documentation:

Date of Document Title of Document or Description

(refer to clauses / schedules of this bid document where applicable)

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13.

14.

15.

16.

17.

Attach additional pages if more space is required.

___________________________________ ___________________________________ Signature Print name: Date On behalf of the bidder (duly authorised)

RFP NO: 96F/2017/18

37

Schedule 11: Record of Addenda to Bid Documents

We confirm that the following communications received from the CCT before the submission of this bid offer,

amending the bid documents, have been taken into account in this bid offer:

Date Title or Details

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Attach additional pages if more space is required.

___________________________________ ___________________________________ Signature Print name: Date On behalf of the bidder (duly authorised)