· web viewiso 9001: 2008 clause 7.4 purchasing coega development corporation doh infrastructure...
TRANSCRIPT
Request for Proposal:FOR PROFESSIONAL CONSULTANCY
SERVICES FOR EMERGENCY REVITALISATION WORK AT THE DIHLABENG
HOSPITAL IN THE FREE STATE
8 April 2015
Contract No
CDC/284/15
DOCUMENT INFORMATION SHEET
Title of Document : Request for Proposal: Professional Consultancy Services for Emergency Revitalisation Work at the Dihlabeng Hospital in the Free State
Type of Document : Request for Proposal
Document Number : CDC/284/15
Prepared by : Christo Beukes
Typed by : Christo Beukes
Business Unit : Department of Health Infrastructure Programme
Prepared for : CDC
Date of Issue : 8 April 2015
Copyright
All rights reserved. No part of this document may be reproduced or distributed in any form or by any means, electronic, mechanical, photocopying or recording
or otherwise, or stored in a database or retrieval system, without the prior written permission of the Coega Development Corporation (Pty) Ltd. ©
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
DOCUMENT CONTROL SHEET
The purpose of this form is to ensure that documents are reviewed and approved prior to issue. The form is to be bound into the front of all documents released by the CDC.
PROJECT NAME : EMERGENCY REVITALISATION WORK AT DIHLABENG HOSPITAL IN THE FREE STATE
DOCUMENT TITLE : Request for Proposal: Professional Consultancy Services for Emergency Revitalisation Work at the Dihlabeng Hospital in the Free State
DOCUMENT No. : CDC/284/15
SIGNING OF THE ORIGINAL DOCUMENTWe, the undersigned, accept this document as a stable work product to be placed under formal change control as described by the Change Control Procedure document.
ORIGINAL Prepared by Reviewed by Approved byDate:
8 April 2015
Name:Christo Beukes
Name:Thandile Ngxekana
Name:Hennie van der Kolf
Signature: Signature: Signature:
Distribution: Potential Bidders
REVISION CHART
REVISION 1 Name: Name: Name:
Date: Signature: Signature: Signature:
REVISION 2 Name: Name: Name:
Date: Signature: Signature: Signature:
REVISION 3 Name: Name: Name:
Date: Signature: Signature: Signature:
This document, and the information or advice which it contains, is provided by the CDC-Services Business Unit solely for the use by the Dept of Education and the Coega Development Corporation (Pty) Ltd and for reliance by its Executive Management and the Board in performance of that Business Unit’s duties.
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
REQUEST FOR PROPOSAL
Request for Proposal: Professional Consultancy Services for Emergency Revitalisation Work at the Dihlabeng Hospital in the Free State
Contract No. CDC/284/15
INVITATION AND SCOPE OF SERVICES
The CDC is inviting capable and competent Professional Service Providers to submit proposals for the
provision of professional consulting services. Respondents must comprise of multidisciplinary project teams
which must be achieved through the formation of Consortium or Joint Venture. Members of the consortium or
JV must comprise of following professionals, an Architect, Quantity Surveyor, Civil Engineer, Structural
Engineer, Mechanical Engineer, Electrical Engineer, Principal Agent and Health Planner. The health planner is
required for certain clinical services (clinical reconfiguration, required HT equipment, commissioning,
decanting, decommissioning where required).
Respondents are required to have relevant experience and knowledge in the planning, design, construction
management of health care facilities. The services to be provided will include the following:
(a) Conditional Assessment and compilation of an Assessment Report;
(b) Consultation Report with end user requirements for ensuring a functional operating facility;
(c) Development of Concept Designs, Concept Plans and Project Implementation Plans;
(d) Development of Decanting, Decommissioning and Commissioning Plans;
(e) Development of detailed designs and tender documentation;
(f) Site supervision and contract management during construction;
(g) Overall co-ordination and project management activities;
(h) Financial Control, Quality Control, Monitoring and Reporting;
(i) HT equipment commissioning and decommissioning; and
(j) Close-out Report.
document.docx 1 09 April 2015
The Coega Development Corporation (Pty) Ltd (CDC) is assisting the National Department of Health
(NDoH), the Free Sate Provincial Department of Health (FSDOH) and the Provincial Department of Roads
and Public Works (DRPW) with the upgrading of health care facilities within the Free State Province. This
includes all the associated works that will ensure fully functional facilities. This project entails emergency
revitalization work at the existing Dihlabeng Hospital.
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
CONDITIONS
(a) Preference will be given to respondents who comply with the CDC’s Procurement Policy & Procedures.
(b) Preferential Procurement Policy Framework Act (PPPFA) principles shall apply, whereby submissions
will be evaluated according to the provisions of that Act and the Public Finance Management Act
(PFMA) Sections 36 and 49.
(c) Bidders must submit a valid BBBEE Verification Certificate from SANAS Accredited Verification Agency
or from a Registered Auditor approved by Independent Regulatory Board of Auditors (IRBA) in order to
be eligible for empowerment points. The Exempted Micro Enterprises (EME) may submit a letter from
the Accounting Officer confirming the company turnover.
(d) The following scores will be applied:
(i) Price - 90,
(ii) BBBEE Status - 10.
Request for Proposal documents is issued by CDC on 20 April 2015 and must be downloaded from the CDC
website: www.coega.com.
The mandatory briefing meeting will be conducted on Wednesday, 29 April 2015 at 10:00 at the Dihlabeng
Hospital in Bethlehem in the Free State and all bidders to meet at the hospital reception.
One original completed bid document shall be placed in a sealed envelope clearly marked: “CDC/284/15 – Professional Consultancy Services for Emergency Revitalisation Work at the Dihlabeng Hospital in the Free State”. The closing date and time for the receipt of completed bids is Monday, 11 May 2015 at 12h00 at
the reception desk of the Free State Department of Health, Bophela House, Cnr Maitland Street & Harvey
Road, Bloemfontein, 9301. Bids will not be opened in public and no late submissions will be considered.
Failure to provide any mandatory information required in this Bid will result in the submissions being deemed
null and void and shall be considered non-responsive. Respondents must include a valid and original SARS Tax Compliance Certificate in their submissions in order to be considered.
Telegraphic, telexed, facsimiled or e-mail submissions will not be accepted.
No telephonic or any other form of communication with any other CDC member of staff, other than the named individual below, relating to this request for bid will be permitted. All enquiries regarding this bid must be in writing only, and must be directed to:
Luvuyo Matya, Unit Head: Supply Chain Management; Fax: (041) 403 0573, or e-mail: [email protected].
The CDC reserves the right not to accept the lowest proposal in part or in whole or any proposal.
document.docx 2 09 April 2015
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
RESPONDENT’S INFORMATION SHEETThis form MUST be filled in by all respondents to this RFP and included as the third page of the Proposal after
the cover page.
Contract No. CDC/284/15
Description of Contract Professional Consultancy Services for Emergency Works at the Dihlabeng Hospital in the Free State
Name of Organisation / Joint Venture / Consortium
Physical Address
Postal Address
Contact Name
Email Address
Telephone Number
Fax Number
Cell Number
document.docx 3 09 April 2015
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
TABLE OF CONTENTS
1 INTRODUCTION AND BACKGROUND...................................................................................................5
2 METHODOLOGY AND SCOPE OF WORK.............................................................................................5
2.1 WORK TO BE PERFORMED BY PROFESSIONAL SERVICE PROVIDERS.........................................6
3 PREPARATION OF SUBMISSION.........................................................................................................13
4 ASSESSMENT CRITERIA...................................................................................................................... 14
4.1 RESPONSIVENESS............................................................................................................................... 14
4.2 ADDITIONAL INFORMATION REQUIRED............................................................................................15
4.3 QUANTITATIVE ASSESSMENT............................................................................................................15
5 TERMS AND CONDITIONS.................................................................................................................... 15
6 DISQUALIFICATIONS............................................................................................................................ 17
APPENDIXES:
APPENDIX A – FINANCIAL PROPOSAL
APPENDIX B – TENDER OFFER EVALUATION AND SCORING
APPENDIX C – COMPULSORY DECLARATION OF INTEREST FORM
APPENDIX D – DECLARATION OF BIDDERS PAST SUPPLY CHAIN PRACTICES (FORM SBD 8)
APPENDIX E – CERTIFICATE OF INDEPENDENT BID DETERMINATION (FORM SBD 9)
APPENDIX F – DIHLABENG HOSPITAL BACKGROUND INFORMATION
document.docx 4 09 April 2015
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
1 INTRODUCTION AND BACKGROUNDThe Coega Development Corporation (CDC) was appointed by the National Department of Health
(NDoH) to act as an Implementing Agent in the implementation of the department’s health
infrastructure programmes. These projects range from the construction of Regional Hospitals; District
Hospitals; Community Health Centre (CHC); Forensic Pathology Laboratories (FPL’s); Clinics and
Health Practitioners Accommodation.
This project will be fast-track due to the urgency of revitalizing of the existing Dihlabeng Hospital to
ensure a fully functional and operational hospital. Due to the current infrastructure condition of the
existing facility the operations at this hospital is impeded and therefore urgent intervention is required
with infrastructure and clinical requirements.
Detailed background information on this hospital is provided in Appendix F to this document.
2 METHODOLOGY AND SCOPE OF WORK
The emergency revitalization requirements at this hospital is provided was obtained from the end user
but a detailed conditional assessment must be undertaken to identified all critical works required for
urgent intervention. The scope of works although not limited to these items only, is as follows:
Complete building works and perform required building alterations to suit clinical requirements
i.e main hospital building, mortuary, kitchen, PAEDS, theatre, ICU, pharmacy, record archives,
etc;
Complete and upgrading of mechanical systems i.e HVAC;
Upgrading of electrical systems i.e bulk electricity power supply;
Rehabilitation of civil services i.e sewer and water reticulations;
Upgrading gas installations;
Replace standby generator;
Replacement of lifts; and
Upgrading of HT equipment.
document.docx 5 09 April 2015
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
2.1 WORK TO BE PERFORMED BY PROFESSIONAL SERVICE PROVIDERS The following are the detailed services, broken down into various project stages with specific
deliverables, which shall be provided by the Professional Service Providers:
STAGE DESCRIPTION SCOPE OF SERVICESSPECIFIC
DELIVERABLESStage 1 Inception and
Consultations
a) Attend Project Briefing Meeting by Client;
b) Prepare and submit the Project
Implementation Plan which will include the
scope of work, milestones, schedule of
activities, fee split per deliverable/milestone
and method of measuring progress;
c) Finalise any outstanding contractual issues
leading up to signing of Contract;
d) Source and/or collect any available
necessary project documentation (drawings,
reports, plan, etc.);
e) Conduct topographical surveys if required;
f) Conduct geotechnical investigations if
required;
g) Conduct a detailed conditional assessment of
the existing buildings and assess availability
and condition of existing bulk services (water,
sewer, electricity and telecoms) for reuse of
any facilities where possible (consult with
relevant authorities);
h) Assess all existing and planned services
traversing the site;
i) Conduct assessments and obtain approvals
for Safety, Health and Environmental;
j) Conduct and secure Heritage Council
approval;
k) Identify any site constraints (e.g. Proximity to
other structures and activities taking place
near the site);
l) Arrange, conduct and record all Technical
Team co-ordination meetings;
m) Develop a detailed Assessment Report
covering all areas of investigation as
highlighted above;
a) Project
Implementation Plan;
b) Assessment Report;
c) Record of Technical
Meetings;
d) Consultation Report;
e) Progress Reports;
f) Preliminary Cost
Estimates; and
g) Detailed Programme;
document.docx 6 19 May 2023
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
n) Identify and confirm Key Stakeholders and
obtain user requirements;
o) Consult with Regional and Provincial
Department of Public Works to confirm their
requirements;
p) Consult Local Authority to confirm applicable
local by-laws and any required Statutory
Approvals;
q) Compile a Consultation Report – covering
outcomes of consultations highlighted above;
r) Prepare decanting plans indicating the
phasing of works in a manner that will not
adversely affect any health care services at
the hospital if required;
s) Prepare decommissioning and
commissioning plans for the health care
facilities.
STAGE DESCRIPTION SCOPE OF SERVICESSPECIFIC
DELIVERABLESStage 2 Concept Design
(Preliminary
Designs)
a) Attend all Client Progress Meetings and other
ad-hoc meetings;
b) Attend all Planning and Design meetings;
c) Assess and advise on user requirements;
d) Ensure compliance with applicable Norms
and Standards, Best Practices;
e) Develop WBS, WBS Dictionary and Baseline
Plan;
f) Development concept designs that reflect
contemporary layout of this health care
facility to ensure operational efficiencies,
improved work flows and logistics between
various sections of hospital;
g) Agree with the CDC and the NDoH on the
format and procedures for cost control and
reporting;
h) Manage and monitor the preparation of
project costing with specific reference to site
matters that may affect the project costs;
i) Prepare preliminary layout/sketch plans;
j) Prepare preliminary cost estimates and
project programme;
a) Preliminary
layout/sketch plans;
b) Work Breakdown
Structure (WBS) ,
WBS Dictionary and
Baseline Plans;
c) Concept Designs
(Including elevations,
sections and 3D
sketches);
d) Cost Estimates;
e) Value Engineering
Report; and
f) Progress Reports
g) Updated Programme
document.docx 7 19 May 2023
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
k) Prepare and submit the Site Development
Plans to local authorities if necessary;
l) Conduct Value Engineering workshops,
including all key stakeholders, and produce a
Value Engineering Report.
STAGE DESCRIPTION SCOPE OF SERVICESSPECIFIC
DELIVERABLESStage 3 Detail Designs a) Conduct monthly project progress design
review meetings with the consultants,
hospital management, CDC and NDoH;
b) Manage the performance of the consultant
team, with specific reference to deliverables,
and fee payable;
c) Manage the performance of the contractor
with specific reference to deliverables,
payment, interest and penalties;
d) Actively pursue the optimisation of the
designs and implementation strategies;
e) Establish and co-ordinate the formal and
informal communication structure, processes
and procedures for the design development
of the project;
f) Prepare, co-ordinate and agree on a detailed
Design and Documentation for the project;
g) Produce design development drawings,
technical details and outline specifications;
h) Manage, co-ordinate and integrate the
design in a sequence to suit the project
design and documentation with consultants;
i) Prepare detailed cost estimates;
j) Prepare detailed Design Report;
k) Facilitate and manage the end-user
participation, by establishing the working
group committee to participate in meetings
during the design of the project;
l) Manage and monitor the timeous submission
by the design team of all plans and
documentation to obtain the necessary
statutory approvals;
m) Conduct Value Engineering exercise with
CDC on detail designs for approval;
n) Facilitate any input from the design
a) Design development
drawings;
b) Working Drawings;
c) Outline
Specifications;
d) Detailed Cost
Estimates; and
e) Design Report
f) Baseline Programme
document.docx 8 19 May 2023
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
consultants required by Health and Safety
consultant;
o) Establish responsibilities and monitor the
information flow (to and from) to all
stakeholders
p) Manage the preparation of cost estimates by
the Quantity Surveyor, budgets and cost
reports;
q) Cost control to achieve cost effective
designs;
r) Facilitate and monitor the timeous technical
co-ordination of the design by the design
team;
s) Manage and monitor the planning and
documentation of commissioning of the
facility, including change management
planning; and
t) Facilitate End User/Client approvals.
STAGE DESCRIPTION SCOPE OF SERVICESSPECIFIC
DELIVERABLESStage 4 Tender
Documentation and
Procurement
a) Provide advice on all appropriate insurances;
b) Compilation and approval of Tender
Documentation including Working Drawings
and Bill of Quantities;
c) Assess samples and products for compliance
and design intent;
d) Production of copies of the required number
of Tender Documents for distribution to
prospective tenderers;
e) Attend Tender Briefing Meeting;
f) Assist with responses to technical and design
related questions during tender stage;
g) Attend tender closure meeting; and
h) Assist with tender evaluation, arithmetical
error checking of submitted bids and
compilation of detailed Tender Evaluation
Report to Project Manager.
a) Working Drawings;
b) Elemental BOQ;
c) Tender
Documentation;
d) Tender Evaluation
Report;
e) SMME work package
and Bill of Quantities;
and
f) Progress Reports.
STAGE DESCRIPTION SCOPE OF SERVICESSPECIFIC
DELIVERABLESStage 5 Construction a) Assist with appointment of contractor a) Work Plans for
document.docx 9 19 May 2023
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
(Include both
construction and
facility
commissioning)
including signing of the JBCC contract;
b) Ensure that all contractual obligations from
the contractor are met e.g. guarantees,
insurances, programmes, etc are in place;
c) Manage the performance of the contractor
with specific reference to deliverables, cost
structures, interest and penalties;
d) Actively pursue the optimisation of the
designs and implementation strategies;
e) Facilitate the hand-over of site to the
contractor;
f) Establish and co-ordinate the formal and
informal communication structure and
procedures during the construction period;
g) Monitor, review and approve the preparation
of the contract programme;
h) Monitor the compliance by the contractors of
the requirements of the Health and Safety
Consultant;
i) Monitor the auditing of the contractors Health
and Safety Plan and on site auditing by the
Health and Safety Agent;
j) Establish if any scope may require
environmental approval such as heritage
approval permits, etc and action on behalf of
NDoH;
k) Agree and manage the document schedule
to ensure timeous delivery of required
information to the contractor;
l) Establish procedure for monitoring,
controlling and agreeing all scope and cost
variations. Formal approvals to be obtained
from CDC and NDoH prior to instruction to
proceed with any scope changes;
m) Agree and monitor all quality assurance
procedures and implementation thereof by
the consultant and the contractor;
n) Monitor, review, approve and certify monthly
progress payments of all Service Providers;
o) Receive, review and adjudicate any
contractual claims;
p) Monitor the preparation of monthly cost
construction;
b) Site Handover
Certificate;
c) Payment Certificates;
and
d) Progress Reports.
document.docx 10 19 May 2023
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
reports by the Quantity Surveyor;
q) Submit all necessary cash flows to the CDC
and NDoH;
r) Prepare monthly project reports (reporting on
project progress and financial management)
including any other submission to the CDC
and NDoH;
s) Co-ordinate and monitor the defects/snag
lists to enable the issue of the Certificate of
Practical Completion;
t) Monitor the execution of the defects items to
achieve works completion and the issue of a
Works Completion Certificate;
u) Monitor the execution of the defects items
during the defect period to achieve final
completion and the issue of a Final
Completion Certificate; and
v) Monitor and report on critical path of
contractors programme and recommend
changes where necessary.
STAGE DESCRIPTION SCOPE OF SERVICESSPECIFIC
DELIVERABLESStage 6 Close-Out a) Manage, co-ordinate and monitor all
necessary commissioning of all complete
works on the facility for formal hand over to
the HT Commissioning Team who will be
responsible for the HT equipment supply and
operational commissioning of the facility:
i. Prepare of decommissioning and
commissioning plans for the health
care facilities;
ii. Health planning consultant to
prepare the relevant bid
documentation and a programme for
procurement and deliveries of all
medical and non-medical equipment;
iii. Manage the supply and delivery of
all medical and non-medical
equipment and record such as to
track what has been delivered, what
a) As-Built Drawings;
b) Operating and
Maintenance
Manuals;
c) Close-Out reports;
and
d) Progress Reports
document.docx 11 19 May 2023
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
is delayed, etc.;
iv. Ensure that suppliers trained staff on
the usage of equipment where
required;
v. Manage the moving of new
equipment into the new completed
facility using labour supplied through
the recruitment office or a moving
company;
vi. Manage the decanting of any items
from the old building to the new
building or to temporary buildings;
vii. Manage the documentation required
for the disposal of any condemned
equipment;
viii. Decommissioning of any existing
facilities; and
ix. Commissioning of the new or
upgraded facilities; and
x. Hand over all relevant
documentation to the End User.
b) Manage, co-ordinate and expedite the
preparation of As-Built drawings, all
operating and maintenance manuals as well
as warrantees and guarantees;
c) Manage, co-ordinate and expedite the
preparation and agreement of the final
account by the consultants with the relevant
contractors;
d) Process final accounts;
e) Receive and review Close-out Reports from
the Consultants/Contractors; and
f) Submit a project Close-out Report with
project and financial data to the CDC and
NDoH.
3 PREPARATION OF SUBMISSIONThe following items are to be submitted:
a) The Respondents Information Sheet at the beginning of this document;
document.docx 12 19 May 2023
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
b) An organogram of all members of the Consortium/ Joint Venture;
c) Percentage and description of work to be carried out by each member of the Consortium/ Joint
Venture;
d) Commitment to the transfer of knowledge i.e. the use of interns and students proposed for this
project by indicating the minimum number to be assigned to this project. The cost of employing
of interns is deemed to be included in fee percentages offered in the financial Proposal;
e) The Financial Proposal form (Appendix A) is to be completed by respondents, wherein fees
are reflected as an amount in Rand and the remaining fees expressed as a percentage of the
total construction cost; and
f) The Tender Offer Evaluation and Scoring document attached (Appendix B) should be
carefully read and all Annexures are to be completed in full.
document.docx 13 19 May 2023
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
4 ASSESSMENT CRITERIA4.1 RESPONSIVENESS
The following criteria will be used in assessing the responsiveness of tenders.
Table 1: Mandatory Requirements to be submitted
Failure to submit and complete all mandatory information will result in submissions being deemed null and void and shall be considered “non – responsive” and therefore not considered.
document.docx 14 19 May 2023
NO. DESCRIPTION YES NO
1Valid original Tax Clearance Certificate (submitted by all
members of the Consortium/JV);
2Confirmation of signing of attendance register at the mandatory
briefing meeting;
3 Letter of Intent signed by all members of the Consortium/JV
4Letter lead partner to sign the documents for the
Consortium/JV’s (signed by all members of the Consortium/JV)
5
Confirm access to key personnel with relevant experience to
execute services with proof of professional registration for all
multidisciplinary Professional Service Providers and CV’s of
such resources
6
Suitable qualified and experienced person named who will act
as Principal Agent with a minimum of 10 years industry
experience in this field
7Financial proposal Schedules (A1, A2, A3 & A4) must be
completed in full and duly signed and returned
8Completed and signed Compulsory Declaration of Interest Form
submitted by all members of the JV/Consortium
9
Completed and signed Certificate of Independent Bid
Determination (SBD 08) submitted by all members of the
JV/Consortium
10
Completed and signed Declaration of Bidders Past Supply Chain
Management Practices (SBD 09) submitted by all members of
the JV/Consortium
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
4.2 ADDITIONAL INFORMATION REQUIREDThe following additional information is required for the assessment of bids:
a) Consolidated BEE Certificates (for each entity);
b) An organogram of the entire JV/Consortium team for the project;
c) Company profiles of all members of the JV/Consortium; and
d) Pro forma JV/Consortium agreement.
4.3 QUANTITATIVE ASSESSMENTBids are to be adjudicated on Price and BEE status. The method of scoring Financial Proposals and
the BEE Verification Certificate is described in the attached Tender Evaluation and Scoring document.
The allocation of tender adjudication points for this Contract shall be as follows:
Area of Adjudication Maximum Points
Tendered Price (SP) 90
Empowerment Objectives (SE) 10
Total Points (S) 100
5 TERMS AND CONDITIONSa) All submissions must be received by the CDC no later than 12:00 noon, Monday, 11 May
2015. Respondents must submit their proposals before the closing date and time and any late
submissions will not be considered;
b) All submissions and subsequent information received will become the property of the CDC and
will not be returned;
c) Failure to complete all mandatory information will result in submissions being deemed null
and void and shall be considered “non-responsive” and therefore not considered;
d) Telegraphic, telexed, faxed or e-mailed submissions will not be accepted;
e) One original document shall be placed in sealed envelopes clearly marked. “CDC/284/15 -Professional Consultancy Services for the Emergency Revitalisation of the Dihlabeng Hospital”
f) Respondents or their representatives (including the courier services) must ensure that they
register their submissions in the Register for Submissions form that will be provided at the
Reception Desk of the CDC, wherein they will indicate the name of the person delivering the
document.docx 15 19 May 2023
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
submission, the number of copies submitted, the time and date of submission and attach their
signatures;
g) All enquiries regarding this Request for Proposal must be directed in writing only to:
Mr Luvuyo Matya – Unit Head: Supply Chain ManagementCoega Development Corporation, Corner Alcyon Road & Zibuko Street, Zone 1, Coega IDZ,
Port Elizabeth, 6100.
Fax : 041 403 0573
Email : [email protected]
h) The contact person reflected above shall be the only point of contact for this contract. Failure
to observe this requirement will lead to immediate disqualification of the respondent;
i) The CDC reserves the right not to accept any submission. If the CDC does not accept any
submission, it will declare this proposal request process to be closed and may then elect to
negotiate with any party, or to proceed on a completely different basis, or not to proceed with
the services;
j) Submission of a proposal and its subsequent receipt by the CDC does not represent a
commitment on the part of the CDC to proceed further with any Respondent or any project;
k) The Respondent shall treat as confidential all documentation, drawings, reports, etc which are
provided pursuant to this RFP;
l) All documents, drawings, reports, etc prepared by the Respondent pursuant to this RFP shall
become the copyright of the CDC;
m) No costs incurred by the Respondents in the preparation of their submission will be
reimbursed;
n) All Respondents will be advised as soon as the successful Bidders have been approved
pertaining to the specific contract;
o) Members of the bidders not to appear in more than one consortium. In the event that thus is
unavoidable such consultant shall sign a confidentiality agreement among the consortium or
JV members to not disclose information to another group. This document to be enclosed in the bid submission.
p) All disbursements unless otherwise stated will be payable as per the National Department of
Roads, Public Work’s Gazetted Rates and Treasury;
q) Disbursements which would include travelling and accommodation will be paid based on the
assumptions that the offices are in Bloemfontein. Any travelling, etc. will be deemed claimable
from Bloemfontein as the base station in all events; and
r) The CDC reserves the right to effect payment individual members of the JV/Consortium if the
need arise during the duration of the appointment.
document.docx 16 19 May 2023
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
6 DISQUALIFICATIONSPotential Bidders will be disqualified immediately during the tendering stage or during the tender
evaluation and adjudication stage or after the contract has been awarded if they are found to have
conducted or committed any of the following:
a) Bidders, bidder’s representatives, associates, or shareholders that sought to influence
adjudication process of this tender, or outcomes of the adjudication process, directly or
indirectly;
b) Bidder that failed to follow or observe the lines of communication that are prescribed in the
Advert;
c) Collusion among bidders;
d) Misrepresentation of information;
e) Any Bidder or its principals or both who have engaged in corrupt and fraudulent practices, not
only with the CDC but anywhere else;
f) Bidder who has pending liquidation, in receivership, bankrupt/insolvent (actually and
commercially);
g) Tendered price that is unrealistically low and posing commercial risk to the CDC;
h) Poor past performance on previous contracts; and
i) Bidder or JV/Consortium partner appearing on National Treasury blacklist.
document.docx 17 19 May 2023
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
APPENDIX A – FINANCIAL PROPOSALSchedule A1 – Fixed Costs
Fixed Costs (Rand Value) Fixed Fee Amount
Fee for development of Comprehensive Conditional Assessment Report R
Fee for development of Comprehensive Consultation Report R
Fee for development of Comprehensive Project Implementation Plan (PIP) R
Sub Total - Carry Forward to FINAL OFFER R
Schedule A2 – Professional Services
Activities per Stage
Disciplines Total per Activity (all disciplines)
Quantity Surveyor Architect
Civil Engineer
Structural Engineer
Mechanical Engineer
Electrical Engineer
Principal Agent
Health Planner
% % % % % % % % %
(a) Fee as a percentage of the total
construction cost for the
development of the concept
designs and cost estimates.
(b) Fee as a percentage of the total
construction cost for the detail
designs and pre tender cost
estimates.
(c) Fee as a percentage of the total
construction cost for the tender
documents.
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
(d) Fee as a percentage of the total
construction cost for the overall
project co-ordination and project
management activities.
(e) Fee as a percentage of the total
construction cost for site
supervision during construction.
(f) Fee as a percentage of the total
construction cost for the
decommissioning, decanting and
commissioning of the complete
facilities and close out report.
(g) Fee as a percentage of the total
construction cost for the
decommissioning, decanting and
commissioning of Health
Technology Equipment.
Total Percentage per Discipline & Overall Total (Schedule A2)
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
Schedule A3 – Fee Amount Calculation
Schedule A3: Fee Amount CalculationEstimated Construction Costs(Excluding VAT) R 25,000,000.00
Fees Tendered Amount
Percentage Basis Fees
Estimated fee amount carried forward from Schedule A2 R
Fixed Fees
Fix fee amount carried forward from Schedule A1 R
Total Fee Amounts R Schedule A3 – Carry Forward to FINAL OFFER
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
Schedule A4 – Disbursements
Schedule A4: Disbursements
Activity Unit Quantity Rate Amount
Geotechnical Investigation [If required] (Proven Costs) Prov Sum 1 R 20,000.00 R 20,000.00
Mark-up & Profit Charge % 1 % R
Topo survey & Other Testing Works [If required] (Proven
Costs)Prov Sum 1 R 35,000.00 R 35,000.00
Mark-up & Profit Charge % 1 % R
H & S Agent Services (Proven Costs) Prov Sum 1 R 50,000.00 R 50,000.00
Mark-up & Profit Charge % 1 % R
Travelling (Vehicle) km 10,000 R R
Travel Time (All disciplines) (Proven cost) Hrs 100 R R
Printing, Typing, Binding & Drawings Prov Sum 1 R 20,000.00 R 100,000.00
Total Disbursement Amount RSchedule A4 - Carry Forward to FINAL OFFER
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
Summary:
SUMMARY - TOTALS FOR SCHEDULES A3 & A4 FOR FEES & DISBURSEMENT – FINAL OFFERFrom Schedule A3 (Schedules A1 & A2) – Total Amount for Fees
(fix & percentage)R
From Schedule A4 – Total Amount for Disbursements R
Total Consultancy Services Amount Offered (Excluding VAT) R
Notes
(a) All deliverables but not limited to these listed will be treated as disbursement at a proven cost by CDC; (b) All disbursement will be paid as per the National Department of Roads, Public Work’s Gazetted Rates and Treasury
We/I _______________________________in my/our capacity ________________________________duly authorized Lead Partner for the
____________________________________________________Consortium/Joint Venture offer the amount of R__________________(exclusive of
VAT) (Amount in Words) _______________________________________________________________________________________for rendering
Professional Consultancy Services.
Name of Person: __________________________
Authorized Signature: __________________________
Witness:Name: __________________________ Signature: ___________________________
Coega Development CorporationDoH Infrastructure Programme
Eastern Cape Provincial ProjectsDepartment of Health
ISO 9001: Clause 4.4.2Design and Development Planning
APPENDIX B - TENDER OFFER EVALUATION AND SCORING
34
Coega Development Corporation (Pty) Ltd
TENDER OFFER EVALUATION AND SCORING
Empowerment Objectives
Price
SPECIFICATIONTGP 07: 2013
REVISION 07: JANUARY 2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
5
EVALUATION AND SCORING OF TENDER OFFERS ON EMPOWERMENT OBJECTIVES AND PRICE
SPECIFICATION
TGP 07: 2013
REVISION 07: JANUARY 2013
Coega Development Corporation (Pty) Ltd
Coega Business Centre
Zone 1, Coega IDZ
Port Elizabeth, South Africa
6001
Copyright © 2006 Coega Development Corporation (Pty) Ltd
DOCUMENT CONTROL SHEET
PROJECT NAME : COEGA INDUSTRIAL DEVELOPMENT ZONE AND PORT OF NGQURHA
DOCUMENT TITLE : EVALUATION AND SCORING OF TENDER OFFERS ON EMPOWERMENT OBJECTIVES AND PRICE
DOCUMENT No. : TGP 07 : 2013
SIGNING OF THE ORIGINAL DOCUMENT
We, the undersigned, accept this document as a stable work product to be placed under formal change
control as described by the Change Control Procedure document.
ORIGINAL Prepared by Reviewed by Approved by
Date: October 2004
Name:Andile Ntloko
Name:-
Name:Wabo Msizi
Signature: Signature: Signature:
Revision Prepared by Reviewed by Approved by
Date:11 August 2006
Name:Philisa Ndzamela-Qaba
Name:Bongeka Jojo
Name:
Wabo Msizi
Signature: Signature: Signature:
Date:27 October 2006
Name:Mpumi Mabula
Name:Peter Inman
Name:
Paul Leese
Signature: Signature: Signature:
Date:27 July 2007
Name:Carmen Harri
Name:Luvuyo Matya
Name:
Alan Young
Signature: Signature: Signature:
Date:
01 November 2008
Name:
Andile Ntloko
Name:Luvuyo Matya
Name:Alan Young
Signature: Signature: Signature:
Date:
6 July 2010
Name:
Luvuyo Matya
Name:Andile Ntloko
Name:Bongeka Jojo
Signature: Signature: Signature:
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
Date:
17 January 2013
Name:
Luvuyo Matya
Name:Andile Ntloko
Name:Bongeka Jojo
Signature: Signature: Signature:
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
TABLE OF CONTENTS
ACRONYMS....................................................................................................................2
1 INTRODUCTION........................................................................................................2
2 APPLICABLE DOCUMENTATION............................................................................2
3 DEFINITIONS AND INTERPRETATIONS.................................................................3
4 TENDER ADJUDICATION POINTS..........................................................................6
5. DETERMINATION OF RESPONSIVENESS OF BIDDERS…………………………...7
6. THE QUANTITIATIVE ASSESSMENT…………………………………………...............9
7. GUIDELINES WHEN FUNCTIONALITY IS USED IN THE EVALAUTION PROCESS……………………………………………………………………………………...10
8. DISQUALIFIERS DURING EVALUATION STAGE…………………………………..10
9 DOCUMENTATION TO BE SUBMITTED IN SUPPORT OF TENDER...................11
10 VALIDITY OF PREFERENTIAL REGISTRATION AFFIDAVIT...............................12
11 PROOF OF CONTRACTUAL ARRANGEMENT.....................................................12
12 OUTSOURCING OF WORKS..................................................................................13
13 COMPLIANCE WITH LEGISLATION......................................................................14
14 SUBSTITUTION OF PREFERENTIAL GROUP DURING CONTRACT PERIOD 14
15 RECORDING AND REPORTING BY THE CONTRACTOR................................14
TGP Specification Page 1 of 14 17/01/2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
ACRONYMS
ABE = Affirmable Business Enterprise
ABVA = Association of BEE Verification Agencies
BBBEE = Broad-based Black Economic Empowerment
BEE = Black Economic Empowerment
EME = Exempted Micro Enterprises
CDC = Coega Development Corporation (Pty) Ltd
CIDB = Construction Industry Development Board
LEP = Local Enterprise Participation
PPPFA = Preferential Procurement Policy Framework Act
SMME = Small, Medium and Micro Enterprises
WEO = Women Equity Ownership
INTRODUCTION
This Specification, TGP 07:2013: Tender Offer Evaluation and Scoring shall form the basis for
determining how this tender will be evaluated and scored more particularly with respect to
achievement of Empowerment Objectives and the Tendered Price.
This Specification was developed and adopted by the Coega Development Corporation Pty Ltd
(CDC) to ensure that Broad Based Black Economic Empowerment (B-BBEE) is meaningfully
progressed and that individuals with B-BBEE status, specifically from the Eastern Cape, participate
meaningfully during the execution of contracts awarded by the CDC for the development of the
Coega IDZ and on projects that the CDC implements on behalf of other entities.
APPLICABLE DOCUMENTATION
This Specification is to be read together with following applicable documents:
(a) Preferential Procurement Policy Framework Act (PPPFA);
(b) Broad-based Black Economic Empowerment Act (B-BBEE);
(c) CDC’s Procurement Policy & Procedures;
(d) Construction Industry Development Board’s (CIDB’s) Code of Conduct; and
(e) Public Finance Management Act (PFMA).
TGP Specification Page 2 of 14 17/01/2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
DEFINITIONS AND INTERPRETATIONS
(a) Affiliated Business: A business entity which has control of or the power to control another
business entity, albeit indirectly, e.g. where a third person has control of or has the power to
control both entities. Indicators of control shall, without limitation, include interlocking
management or ownership, identity of interests among family members, shared facilities and
equipment, or common use of employees.
(b) Accredited Verification Agencies: Enterprises that have been accredited by SANAS and
ABVA on behalf of the DTI to provide an independent opinion on the broad-based economic
empowerment status of enterprises.
(c) Assignment Value: The total Rand value of the money charged to the CDC by a Service
Provider for services rendered to the CDC following a duly authorised appointment to do so
by the CDC.
(d) Black people: refers to African, Coloureds, Chinese and Indian who are citizens of RSA by
birth and are citizens of RSA by naturalisation before 1994.
(e) Black Economic Empowerment: is defined as an integrated and coherent socio-economic
process that directly contributes to the economic transformation of South Africa and brings
about significant increases in the number of black people who manage, own and control the
country’s economy, as well as significant decrease in income inequalities.
(f) Broad Based Black Economic Empowerment: means the economic empowerment of all
black people including black women, workers, youth, people with disabilities and people
living in rural areas, through diverse but integrated socio economic strategies, as defined in
the Act.
(g) Codes of Good Practice : refers to BEE Codes of Good Practice including all the
statements as issued under section 9 of Act 53 of 2003
(h) Contract: A legally binding agreement between the CDC and the Service Provider for the
latter to provide goods and/or services to the former. A contract would be legally binding
only if it has been signed by people who have the delegated authority to do so.
(i) Contractor: Any person, body, or legal entity who has a contract with the CDC for
performing a construction related contract. A Tenderer whose tender has been accepted
becomes a Contractor.
TGP Specification Page 3 of 14 17/01/2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
(j) Control: The possession and exercise of legal authority and power to manage the assets,
goodwill and daily operations of a business and the active and continuous exercise of
appropriate managerial authority and power in determining the policies and directing the
operations of the business.
(k) Employment Intensive Construction: Forms of construction utilising methods and
technologies which realise an increase in the number of employment opportunities
generated over plant based or traditional forms of construction.
(l) Executive Director: A partner in a partnership, a sole proprietor, a director of a company
established in terms of the Companies Act, 1973 (Act 61 of 1973) or a member of a close
corporation registered in terms of the Close Corporation Act, who, jointly and severally with
his other partners, co-directors or co-members, as the case may be, bears the risk of the
business and takes responsibility for the management and liabilities of the partnership,
company, or close corporation on a day to day basis.
(m) Firm: A business entity providing professional services in which at least two thirds of the
Principals are Registered Professionals-in-training.
(n) Joint Venture: An association of firms, companies or businesses for which purpose they
combine their expertise, efforts, skills and knowledge to execute the Contract.
(o) Local Enterprise Participation: A firm, company, business with a permanent office and
infrastructure in the Eastern Cape Province that participates meaningfully in the Performance
of the Works.
(p) Office: A firm which is under the full-time control and operation of a resident Registered
Professional.
(q) Owned: Having all the customary incidents of ownership, including the right of disposition,
and sharing the risks and profits commensurate with the degree of ownership interest as
demonstrated by an examination of the substance, rather than the form of the ownership
arrangements.
(r) Ownership Goal: The percentage of the Tendered Price, as awarded, which represents the
sum of the Rand value of HDI people’s equity in the Performance of the Works.
(s) Preferential Group: Individuals, firms or companies with BEE status and who are targeted
for empowerment.
TGP Specification Page 4 of 14 17/01/2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
(t) Preferential Participation Programme: A programme indicating the means, resources and
methodology by which a Contractor would undertake to engage preferential groups in the
due fulfilment of the Contract.
(u) Prime Contractor: A contractor who contracts with the CDC as the principal or main
contractor or as a joint venture partner to such contractors, to provide goods, services or
works.
(v) Professional Service: The provision on a fiduciary basis of labour and knowledge-based
expertise which is applied with skill, care and diligence in accordance with the provision of
the Professional Service Contract.
(w) Service Provider: Any person or body corporate that is under contract to the CDC for
providing a Professional Service.
(x) Registered Principal: A person within an Office who is professionally registered by the
relevant statutory council, and who is a director, partner, member, profit sharing associate,
shareholder or other category of persons who participates meaningfully in the ownership,
benefits and risks of the Office and is engaged full time in the operation of the Office.
(y) Registered Professional: A full-time employee of an Office, other than a Principal, who is
professionally registered by the relevant statutory council.
(z) Registered Professional-in-training: A full-time employee, other than a Principal, who is
registered by the relevant statutory council as a professional-in-training, has obtained the
necessary tertiary qualifications to register as a professional and is serving an in-house
training period prior to applying to register as a professional.
(aa) Senior Manager: An individual who is responsible for planning, organising, leading and
controlling operations within an organisation and who reports to the Executive Director.
(bb) Services: The provision of labour and/or work carried out by hand or with the assistance of
equipment and plant including the input as necessary of knowledge based expertise.
(cc) Small, Medium and Micro Enterprises: There are two types namely Exempted Small &
Micro Enterprise (ESME’s) and Qualifying Small Enterprise (QSE):
(i) Exempted Small & Micro Enterprises (ESME’s) are defined by the Codes, as
companies with an annual total turnover of R5 million or less.
TGP Specification Page 5 of 14 17/01/2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
(ii) Qualifying Small Enterprises (QSE) are defined by the Codes, as companies with an
annual total turnover of between R5 million and R35 million.
(dd) Sub-contractor: A contractor who contracts with the Prime Contractor to provide works as
part of the total services required by the CDC for that Contract.
(ee) Supplier: A firm that owns, operates or maintains stores, warehouses or other
establishments in which materials or supplies are bought, kept in stock and regularly sold to
the public in the usual course of business; and engages as its principal business, and in its
own name, in the purchase and sale of goods.
(ff) Tender: The offer of prospective suppliers of goods and/or services, submitted in a tender
document which is issued to the public at large.
(gg) Women Equity Ownership (WEO): The collective ownership percentage of full-time
Executive Directors within an enterprise who are women.
TENDER ADJUDICATION POINTS
4.1 Points Awarded for Empowerment Objectives
The points system for Service Providers (and Contractors) will be structured in the following
way:
SCORING
CRITERIA
WEIGHTING FOR
80:20WEIGHTING FOR
90:10COMMENTS
Price 80 90
Empowerment
Objective20 10
B-BBEE Certificate
is required
Total points 100 100
The 80:20 weighting applies for contracts less than R1 million (VAT Incl.) whereas the 90:10
weighting applies for all contracts in excess of R1 million (VAT Incl.).
TGP Specification Page 6 of 14 17/01/2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
The allocation of tender adjudication points for Contracts shall be as follows:
Area of Adjudication Maximum Points Maximum Points
Tendered Price (SP) 80 90
Empowerment Objectives (SE) 20 10
Total Points (S) 100 100
In addition to price evaluation, CDC will evaluate contractors, service providers and
professionals based on their B-BBEE status achieved in accordance with the DTI Codes of
Good Practice and companies must submit B-BBEE Verification Certificates from accredited
verification agency or IRBA registered Auditors in order to be eligible for empowerment
points. Exempted Small & Micro Enterprises (ESME’s) enjoy a deemed BEE recognition of
Level 4 contributor and those, which are 50% or more owned by black people are promoted
to a Level 3 contributor. Sufficient evidence of qualification as an Exempted Small Micro-
Enterprises (ESME’s) is a letter from the enterprise’s Accounting Officer confirming that the
turnover is less than R5m or a verification certificate from Independent Regulatory Board for
Auditors (IRBA) or SANAS registered Verification Agency.
Note: A Trust, Consortium or Joint Venture will qualify for points for their B-BBEE Status
Level as a legal entity, provided that the entity submits their B-BBEE Status Level
certificate.
A Trust, Consortium or Joint Venture will qualify for points for their B-BBEE Status
Level as an unincorporated entity provided that the entity submits their consolidated
B-BBEE Scorecard as if they were a group structure and that such a consolidated B-
BBEE Scorecard is prepared for every separate tender.
Empowerment points shall be awarded to a tenderer for attaining the B-BBEE status level of
contributor in accordance with the table below.
CONTRIBUTION LEVELWEIGHTING FOR
80:20 WEIGHTING FOR
90:10
Level One 20 10
Level Two 18 9
Level Three 16 8
Level Four 12 5
TGP Specification Page 7 of 14 17/01/2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
CONTRIBUTION LEVELWEIGHTING FOR
80:20 WEIGHTING FOR
90:10
Level Five 8 4
Level Six 6 3
Level Seven 4 2
Level Eight 2 1
Non-Compliant Contributor0
0
6 Local Enterprise Participation (LEP Target)
The LEP target is the value of work done by local enterprises, whether as prime contractor, sub-
contractor or supplier, determined as follows:
The value sourced at local level is the value of resources based in the local area or produced in
the local area
The LEP target must be calculated in relation to every entity involved in the project. Management
staff commuting from other areas for the duration of the project will not qualify as local. Plant and
equipment brought in from other areas will not qualify as local. Materials and plant sourced via
local suppliers or agencies will qualify as local. A supplier that has been established locally by a
Tenderer solely for the purpose of servicing the project will not qualify as a local Supplier.
The LEP threshold for CDC contracts is 30%.
The threshold may be increased by the BU up to 50% if scope exists for further local
participation.
7 SMME / EME Involvement
There should be a minimum participation of 35% SMME’s / EME’s participation of tender value,
excluding VAT, escalation, etc. Each project from every Business Unit must achieve a minimum
of 35% SMME participation. SMMEs must be 100% Black owned or at least majority black owned.
TGP Specification Page 8 of 14 17/01/2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
DETERMINATION OF RESPONSIVENESS OF BIDDERS
In deciding on the responsiveness or pre-qualifiers due cognisance must be taken to the fact that
some should always be included in the tender documents and some would depend upon the nature
of the contract and therefore might not always be required. The following responsiveness criteria or
pre-qualifiers will be used in this bid and are subdivided into mandatory and non-mandatory:
5.1 Mandatory Requirements
TGP Specification Page 9 of 14 17/01/2013
NO. DESCRIPTION YES NO
1Valid original Tax Clearance Certificate (submitted by all
members of the Consortium/JV);
2Confirmation of signing of attendance register at the mandatory
briefing meeting;
3 Letter of Intent signed by all members of the Consortium/JV
4Letter lead partner to sign the documents for the
Consortium/JV’s (signed by all members of the Consortium/JV)
5
Confirm access to key personnel with relevant experience to
execute services with proof of professional registration for all
multidisciplinary Professional Service Providers and CV’s of
such resources
6
Suitable qualified and experienced person named who will act
as Principal Agent with a minimum of 10 years industry
experience in this field
7Financial proposal Schedules (A1, A2, A3 & A4) must be
completed in full and duly signed and returned
8Completed and signed Compulsory Declaration of Interest Form
submitted by all members of the JV/Consortium
9
Completed and signed Certificate of Independent Bid
Determination (SBD 08) submitted by all members of the
JV/Consortium
10
Completed and signed Declaration of Bidders Past Supply Chain
Management Practices (SBD 09) submitted by all members of
the JV/Consortium
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
5.2 ADDITIONAL INFORMATION REQUIRED
The following additional information is required for the assessment of tenders:
(a) Consolidated BEE Certificates (for each entity);
(b) An organogram of the entire JV/Consortium team for the project;
(c) Company profiles of all members of the JV/Consortium; and
(d) Pro forma JV/Consortium agreement.
6. THE QUANTITATIVE ASSESSMENT
It is considered that there might be a need for an iterative process between the Stage 1 and Stage
2 in that other things befit Stage 1 might only be apparent in Stage 2. This should be construed as
progressive elaboration of assessment and should be allowed to take place when a need to do so
arises.
6.1 Points Awarded for Tender Price (SP)
The lowest acceptable tendered price should be determined and will be used to calculate the
score for price. A maximum of 80 or 90 points will be allocated to the Tendered Price on the
following basis:
Where: SP = Score obtained by the Tenderer for Price;
Smax = Maximum score that could be obtained for this Contract;
Plowest = Lowest acceptable tender price;
Ptendered = Tendered price being considered.
6.2 Empowerment Scoring, SE
(a) Obtain Broad-based Black Economic Empowerment (B-BBEE) certificate which must
be submitted with tender. (entities issuing the certificates should be registered with
SANAS or IRBA.
(b) In case of JV or Consortium submissions a Consolidated B-BBEE Scorecard must be
submitted and it must be prepared for every separate tender.
6.3 Total Tender Adjudication Points
The total tender adjudication points (S), is given by:
TGP Specification Page 10 of 14 17/01/2013
SP=Smax (Plowest /Ptendered )
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
S = SP + SE (Not to Exceed 100 Points)
7 GUIDELINES WHEN FUNCTIONALITY IS INCLUDED AS A CRITERION IN THE EVALUATION OF BIDS Functionality – means the measurement according to predetermined norms of a service or
commodity designed to be practical and useful, working or operating, taking into account quality,
reliability, viability and durability of a service or commodity.
The evaluation of bids must be conducted in the following two stages:
7.1 Firstly, the assessment of functionality must be done in terms of the evaluation criteria and
the minimum threshold be determined. A bid must be disqualified if it fails to meet the
minimum threshold for functionality as per the bid invitation.
7.2 Thereafter, only the qualifying bids are evaluated in terms of the 80/20 or 90/10 preference
points systems, where the 80 or 90 points must be used for price only and the 20 or 10
points are used for empowerment scoring and/or for achieving the prescribed RDP Goals.
8 DISQUALIFIERS DURING EVALUATION STAGE
The following disqualifiers will be used:
8.1 Bidder that sought to influence the adjudication process;
8.2 Collusion among bidders;
8.3 Misrepresentation of information;
8.4 Any service provider or its principals (or both) who have engaged in corrupt and fraudulent
practices, not only with the CDC but anywhere else;
8.5 Bidder who has a pending liquidation, in receivership, bankrupt/insolvent (actually and
commercially)
8.6 Tendered price unrealistically low and posing commercial risks to the client;
8.7 Poor past performance (the focus is on gross poor performance and a clear trend of poor
performance needs to be established).
9 DOCUMENTATION TO BE SUBMITTED IN SUPPORT OF TENDER
(a) The CDC shall require all potential Consultants, SP’s and CONTR’s to submit at tender
stage, a valid certified copy of a Verification Certificate. The Verification Certificate which
indicates the entity’s BEE status must be issued by SANAS Accredited Verification Agency
or IRBA registered Auditors. Similarly, small entities i.e. Exempted Small Micro Enterprises
(ESME’s) will have to submit Exemption Certificates issued by an Accredited Verification
TGP Specification Page 11 of 14 17/01/2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
Agency or IRBA registered Auditor’s certificate or similar certificate issued by Accounting
Officers.
(b) The common legislative requirements that are specified by the CDC are CIDB Grading and
valid original Tax Clearance Certificate (TCC).
(c) Tenderers shall submit the Draft Joint Venture Agreement when required to do so.
(d) Tenderers shall deliver to the Employer a works programme clearly specifying the
participation of targeted enterprises per activity.
(e) Failure by the Tenderer to complete and deliver the information schedules in the form and
within the time specified as agreed by the CDC or its agents/officers, etc., may render the
tender non-responsive and lead to its rejection.
10VALIDITY OF PREFERENTIAL REGISTRATION AFFIDAVIT
(a) Should a Tenderer either claim or engage an enterprise whose actual black equity and/or
staff composition differs from the actual black equity and/or staff composition for which
credits have been claimed whether incorrectly and/or fraudulently on any tender, such
Tenderer shall immediately be disqualified.
(b) Any Contract awarded on account of false information furnished by the Tenderer in order to
secure preference may be cancelled at the sole discretion of the CDC without prejudice to
any other remedies the CDC may have.
(c) Should the Tenderer be found to have acted fraudulently and/or dishonestly, he/she will be
disqualified from all future tenders for a minimum period of thirty six (36) months, or as
otherwise decided by the CDC.
(d) It is primarily the responsibility of the Tenderer to understand the relevant criteria, definitions
and interpretations associated with a specific preference group before claiming credits for
the engagement of such preference group.
11PROOF OF CONTRACTUAL ARRANGEMENT
11.1 The Contractor shall submit to the CDC a list of sub-contractors to perform works, services
or supply of goods entered into between the Prime Contractor or Joint Venture at Prime
Contract Level and the sub-contracted preference groups. The CDC may deny the
TGP Specification Page 12 of 14 17/01/2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
Contractor credits towards the attainment of his preference group participation percentage in
the absence of a written sub-contract and/or the failure by the Contractor to submit a copy
thereof to the CDC.
11.2 A Joint Venture or Consortium shall submit to the CDC a certified copy of the Joint Venture /
Consortium Agreement, if the Joint Venture/Consortium involves preference groups for
which participation credits are applied. The Contractor shall not impose upon preference
groups unfair conditions of contract. Preference participation credits claimed may be denied
if such contracts contain:
(i) A right of set-off, session and assignment as well as surety in favour of the employing
contractor;
(ii) Authoritarian rights given to the employing contractor with no recourse to independent
adjudication in the event of a dispute arising;
(iii) Payment procedures based on a pay-when-paid system;
(iv) Unreasonable retention percentages and periods of retention after completion;
(v) Conditions which are more onerous than those which exist in the Contract with the
CDC.
11.3 Groups for which preference credits are applied for shall participate meaningfully during the
Performance of the Works and shall be responsible for clearly defined portions of the works
to be performed or services to be provided with its own work force and using its own
resources or resources hired by it independent of the employing contractor or non-
preference partners in a joint venture.
12OUTSOURCING OF WORKS
12.1 The Prime Contractor/Service Provider shall execute works in accordance with tender
commitment and may not outsource works without due approval of the CDC Project
Manager.
12.2 An entity must not be awarded points for B-BBEE status level if it is indicated in the tender
documents that such a tenderer intends sub-contracting more than 25% of the value of the
contract to any other enterprise that does not qualify for at least the points that such tenderer
qualifies for, unless the intended sub-contractor is an exempted micro enterprise that has the
capacity and ability to execute the sub-contract.
12.3 An entity awarded a contract may not sub-contract more than 25% of the value of the
contract to any other enterprise that does not have an equal or higher B-BBEE status level
than the person concerned, unless the contract is sub-contracted to an exempted micro
enterprise that has the capacity and ability to execute the sub-contract.
TGP Specification Page 13 of 14 17/01/2013
Coega Development Corporation Coega IDZ and PortProcurement Unit Zone Development and Operations
ISO 9001: 2008 Clause 7.4Purchasing
13COMPLIANCE WITH LEGISLATION
Submissions from entities which do not meet the specified legislative requirements or proof of
suitable arrangements being made with the relevant authorities at the time of tendering will be
rendered non-responsive by the CDC. The common legislative requirements that are specified by
the CDC are CIDB Grading and valid original Tax Clearance Certificate (TCC).
In cases of Joint Ventures or Consortia, all the JV partners must have valid original TCC by the time
they make a submission. If one of the JV partners has not submitted a valid original TCC, the entire
JV or Consortium shall be regarded as being non-responsive. Sub-contractors must also comply
with Tax Clearance Certificate (TCC) requirements.
14SUBSTITUTION OF PREFERENTIAL GROUP DURING CONTRACT PERIOD
13.1 Conditions during the Performance of the Works may necessitate terminating the
participation of a Preferential Group. This termination must, however, be authorised by the
designated CDC Project Manager. Key indicators for such justification include, but are not
limited to the following:
(i) Continuous poor productivity and progress by the Preferential Group;
(ii) Continuous non-conformance to quality standards by the Preferential Group
13.2 Each case shall be investigated and a formal written report prepared by the Procurement
Office in consultation with the Project Manager (PM).
15 RECORDING AND REPORTING BY THE CONTRACTOR
The CDC Project Manager shall monitor and ensure that SMME and LEP commitments are
achieved during the duration of the contract, the contractor shall report on monthly basis the
achievements thereof to the consultants and CDC Project Manager. The CDC Project Manager
shall take all necessary actions during the Performance of the Works to bring to the attention of the
Contractor when progress in the attainment of the tendered goal percentage(s) is lacking.
Supply Chain Manager
Andile Ntloko
…………………………………………….. …………………………………………………...Signature Supply Chain Manager Date of approval
TGP Specification Page 14 of 14 17/01/2013
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
APPENDIX C – COMPULSORY DECLARATION OF INTEREST
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
COMPULSORY DECLARATION OF INTEREST FORM
The following particulars must be furnished. In the case of a joint venture, a separate declaration of interest form in respect of each party to the joint venture must be completed and submitted.
Section 1: Name of enterprise: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 2: VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 3: CIDB registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 4: Particulars of sole proprietors and partners in partnerships
* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners
Name* Identity number* Personal income tax number*
Section 5: Particulars of companies and close corporations
Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 6: Record of association with CDC member of Staff/Board
If any sole proprietor, partner in a partnership or director, manager, shareholder or stakeholder in a company or
close corporation has an association with a CDC member of staff or member of Board, a relative of a CDC
member of staff or member of Board please provide information below: An Association is defined as: a
business or personal relationship between a group of people or organizations joined together for a purpose.
Name of sole proprietor, partner, director, manager, principal shareholder or stakeholder
Name of the CDC member of staff or Board
Type of relationship(tick appropriate column)
Family Friend
*insert separate page if necessary
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
COMPULSORY DECLARATION OF INTEREST FORM (Continued)
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise:
i) 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;
ii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise, control
over the enterprise, has within the last five years been convicted of fraud or corruption;
iii) 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 those responsible for compiling the scope of work that
could cause or be interpreted as a conflict of interest; and
iv) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my belief
both true and correct.
Signed Date
Name Position
Company Name
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
APPENDIX D – DECLARATION OF BIDDERS PAST SUPPLY CHAIN PRACTICES (FORM SBD 8)
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
SBD 8
DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
1 This Standard Bidding Document must form part of all bids invited.
2 It serves as a declaration to be used by institutions in ensuring that when goods and services are
being procured, all reasonable steps are taken to combat the abuse of the supply chain
management system.
3 The bid of any bidder may be disregarded if that bidder or any of its directors have:
a. abused the institution’s supply chain management system;
b. committed fraud or any other improper conduct in relation to such system; or
c. failed to perform on any previous contract.
4 In order to give effect to the above, the following questionnaire must be completed and submitted
with the bid.
Item Question Yes No
4.1 Is the bidder or any of its directors listed on the National
Treasury’s database as companies or persons prohibited from
doing business with the public sector?
(Companies or persons who are listed on its database were informed in writing of its restriction by National Treasury after the audi alteram partem rule applied).
Yes No
4.1.1 If so, furnish particulars:
4.2 Is the bidder 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 the 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
4.2.1 If so, furnish particulars:
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
4.3 Was the bidder or any of its directors convicted by a court of law
(including a court outside of the Republic of South Africa) for
fraud or corruption during the past five years?
Yes No
4.3.1 If so, furnish particulars:
4.4 Was any contract between the bidder and any organ of state
terminated during the past five years on account of failure to
perform on or comply with contract?
Yes No
4.4.1 If so, furnish particulars:
CERTIFICATION
I, THE UNDERSIGNED (FULL NAME)…………………………………………….
CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND
CORRECT.
I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN
AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
Signature Date
Position Name of Bidder
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
APPENDIX E – CERTIFICATE OF INDEPENDENT BID DETERMINATION (FORM SBD 9)
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
SBD 9
CERTIFICATE OF INDEPENDENT BID DETERMINATION
1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.
2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement
between, or concerted practice by, firms, or a decision by an association of firms, if it is between
parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive
bidding is a pe se prohibition meaning that it cannot be justified under any grounds.
3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must
take all reasonable steps to prevent abuse of the supply chain management system and
authorizes accounting officers and accounting authorities to:
a. disregard the bid of any bidder if that bidder, or any of its directors have abused the
institution’s supply chain management system and or committed fraud or any other
improper conduct in relation to such system.
b. cancel a contract awarded to a supplier of goods and services if the supplier committed
any corrupt or fraudulent act during the bidding process or the execution of that contract.
4 This SBD serves as a certificate of declaration that would be used by institutions to ensure that,
when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.
5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be
completed and submitted with the bid:
¹ Includes price quotations, advertised competitive bids, limited bids and proposals.
² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
SBD 9
CERTIFICATE OF INDEPENDENT BID DETERMINATION
I, the undersigned, in submitting the accompanying bid:
________________________________________________________________________
(Bid Number and Description)
in response to the invitation for the bid made by:
__________________________________________________________________________
(Name of Institution)
do hereby make the following statements that I certify to be true and complete in every respect:
I certify, on behalf of: ______________________________________________________that:
(Name of Bidder)
1. I have read and I understand the contents of this Certificate;
2. I understand that the accompanying 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 the accompanying bid, on
behalf of the bidder;
4. Each person whose signature appears on the accompanying 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 the accompanying 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
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
6. The bidder has arrived at the accompanying 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 bidding.
7. In particular, without limiting the generality of paragraphs 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 bid.
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 the accompanying 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.
³ 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.
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 Date
……………………………………. …………………………………
Position Name of Bidder
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
APPENDIX F – DIHLABENG HOSPITAL BACKGROUND INFORMATION
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
Dihlabeng Regional Hospital is a secondary hospital situated in Bethlehem, in the Eastern Free State,
Thabo Mofutsanyana District. It serves as a specialised referral facility for five district hospitals, i.e.
Phekolong, Nketoana, Phutholoha, Itemoheng and John Daniel Newberry, which are situated in three local
municipal areas in the district. The patients treated at the hospital are predominantly referred from the
aforementioned district hospitals, as well as some of the local private medical practitioners. The hospital
provides level 2 specialised services in eight of the nine basic disciplines for a regional hospital and some
level 3 (tertiary) services.
The hospital operates 135 beds, with 378 employees, including both the health professionals and support
staff.
The following tertiary services are available at the hospital through outreach from Universitas Academic
Hospital:
o Oncology (Cancer) [including chemotherapy]o Paediatric Psychiatryo Heamatologyo Human Geneticso Urology
There are 135 in-patient beds, with average bed occupancy rate of 80% and average length of stay of 4 –
5 days.
The Casualty Department is equipped to handle casualties of accidents and other medical emergencies
and resuscitation
Medical Unit - There are 3 well-equipped operating theatres that are served by 2 anaesthetists and other
medical officers. A total of ±350 operations are performed monthly.
Intensive Care Unit - The hospital operates a general ICU with 3 beds for adults and infants. The fourth ICU
bed is opened under exceptional circumstances.
Renal Unit - The unit runs haemodialysis and peritoneal dialysis programmes, with 10 and 2 patients
respectively. Periodically acute renal dialysis is also provided when needed
Paediatric Unit / Neonatal High Care Unit - The paediatric and neonatal services are provided under the
leadership of 3 paediatricians, one on full-time appointment.
Maternity Unit, including:
o Ante Natal Care
o Delivery rooms
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
o Post Natal Care
o Coloscopy Unit
Endoscopic Unit - The unit does examinations such as gastroscopies and colonoscopies.
Orthopaedic Unit - A wide range of orthopaedic services are provided by a multi-disciplinary team that
includes one full-time and two sessional specialists. The orthopaedic procedures performed include open
reduction of fractures and joint replacements.
S Specialized OPD Clinics C Clinical Support Services
The following clinics are run on rotational basis
and they serve ±3000 patients monthly.
o Diabetic
o Oncology
o Surgical
o Medical
o Ophthalmology
o Orthopaedic
o Haematology
o Human Genetics
o Gynaecology
o Urology
The following clinical support services play a
critical role in ensuring comprehensiveness
of the patient care.
o Radiographic services
o Physiotherapy
o Speech and Audiology
o Occupational Therapy
o Dietetics
o Social Work
o Clinical Psychology
Pharmaceutical Services - The hospital pharmacy is manned by four pharmacists and it stocks and
dispenses a wide range of appropriate medication. The current prescription rate is 4.5 items per script. All
patients receive prescribed medication from the pharmacy during the time of their admission in the hospital.
However treatment on discharge is only issued to subsidized hospital patients, while private patients are
issued with prescriptions for private pharmacies.
Referral System - The hospital receives referred patients from 5 district hospitals and refers to Universitas
Hospital for tertiary care. Patients are also referred back to district hospitals when their conditions no longer
warrant specialised care. Inter-hospital transfers are done by the departmental Emergency Medical
services, which includes one helicopter.
Telemedicine Unit - The newly installed telemedicine unit enables the doctors at Dihlabeng to obtain the
opinions of the professors in Bloemfontein on managing patients without having to send them to
Bloemfontein.
Radiological Services - The radiology unit is manned by 4 radiographers under the leadership of a
sessional specialist. A range of specialized examinations are performed, as well as ultrasonography. The
CT scan service is provided at Mofumahadi Manapo Mopeli.
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
Through teleradiology, the turnaround time for reporting on the scans is expected to improve significantly.
Training - The hospital is accredited for the training of medical and pharmacy interns. The nursing school at
the hospital is also approved for the training of a maximum of 90 nursing assistants per annum.
The image below shows the front entrance of the hospital.
The locality of the Dihlabeng Hospital is depicted in the image below:
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
Current emergency interventions required at this hospital which will define the emergency revitilation
work required are summarized as follows but not limited to these items only:
Infrastructure Interventions:
• Incomplete building works as previous contractor appointed abandoned the site;
• Mechanical services – All ventilation systems incomplete, heating of facility during winter
months a serious problem, some HVAC systems previously installed not commissioned;
• Electrical service - earthing challenges through metal conduits which need attention, all
electrical systems to be assess and remedial works to be carried out where required;
• Wet services - fire detection not operation, fire protection system to be properly assessed and
improved if required, hot water system in entire facility to be upgraded as dysfunctional;
• Civil services - inadequate potable water supply to the facilities, water & sewer mains
problematic;
• Gas installation in facility require complete overhaul;
• Bulk electricity insufficient for current HVAC demand (upgrading of transformer required);
• Standby power aged and reached end of life cycle;
• Two lifts servicing theater & ICU floors aged and at end of life cycle;
• Clinical layout not compliant and infrastructure reconfiguration to be considered;
• Mortuary requires upgrading; and
• Inadequate patients record archives.
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information
Clinical Interventions:
• Existing PAEDS spatial requirement inadequate with overflow into adult wards;
• Kitchen equipment very old with layout problematic;
• ICU on 4th floor risk with evacuation of patients;
• Sterilization on 2nd floor with PAEDS far away from 1st floor theater;
• Pharmacy not clinically operational;
• Inadequate Health Technology equipment to render full health services expected;
Note that a full conditional assessment will be conducted to ascertain the condition of the facility in all
respects and the end user will also be consulted during this exercise. The professional team will then
design and specify the remedial works to be undertaken in order to compile a tender with detailed bill
of quantities for the works covering all disciplines in order to fast track procurement of a suitable
contractor to carry out the works as to ensure this facility is functional and operations to render health
services. Decanting of operational areas for construction will have to be consulted with the end user to
allow the appointed contractor access to these areas without adversely affecting the operations of the
hospital.
Envisaged Timelines
• Appoint multidisciplinary consultants – 27 May 2015;
• Conduct on-site assessments by PSP’s for incomplete and urgent works – 1 June 2015;
• Prepare Tender Document + BoQ – 12 June 2015
• Procurement by Negotiations (Emergency Works) – 26 June 2015;
• Adjudicate & Approve Tender – 3 July 2015;
• Appoint Contractor – 13 July 2015 (construction work starts, duration approx. 5 months with
completion envisaged by 13 December 2015)
Coega Development CorporationDoH Infrastructure Programme
Free State Provincial ProjectsNational Department of Health
ISO 9001: Clause 7.4.2Purchasing Information