invitation to tender - ppecb · the tender and accompanying documents shall be carefully parcelled,...
TRANSCRIPT
__________________________________________________________________________________
1
Invitation to Tender
Tender Name: Provision of Office Rental Space – Port Elizabeth
Tender No. : RFP/OPS/OSR/2019/50
Date of Issue Friday, 25 October 2019
Closing Date Friday, 15 November 2019 at 15h00pm
Method of Submission Tender Box at PPECB Reception 45 Silwerboom Avenue, Plattekloof, 7500
Enquiries Procurement Unit
PPECB business hours 08:15 – 16:45 E-mail: [email protected]
Category Human Resource Services
CONFIDENTIALITY AND PROPRIETARY NOTICE
This document contains information which is proprietary and confidential to the PPECB. No part of the content may be used, copied, disclosed or conveyed in whole or in part to any party in any manner whatsoever other than for purpose of submitting a tender bid, without prior written permission from PPECB. All copyright and intellectual property rights herein vests in PPECB. Unauthorized use of the PPECB’s Logo and/or branding in any proposal document is strictly prohibited. No PPECB branding or co-branding may be used in any submission documentation or proposal without the explicit permission of the PPECB’s Marketing and Communication Department.
__________________________________________________________________________________
2
Contents 1. INVITATION TO TENDER ............................................................................................................. 3
2. PPECB BACKGROUND ................................................................................................................. 3
3. TIMELINE AND BID PROCESS ...................................................................................................... 4
4. BACKGROUND AND PURPOSE ................................................................................................... 4
5. TENDER INFORMATION AND INSTRUCTIONS............................................................................ 5
6. REQUIREMENTS FOR TENDER SUBMISSION .............................................................................. 6
7. SCOPE OF SERVICES .................................................................................................................... 7
8. ELIGIBILITY TO BID/MINIMUM REQUIREMENTS ....................................................................... 9
9. PREFERENTIAL PROCUREMENT ................................................................................................ 12
10. BID EVALUATION .................................................................................................................. 12
11. DEADLINE FOR SUBMISSION ................................................................................................ 18
12. ELIMINATION CRITERIA ........................................................................................................ 18
13. VALIDITY PERIOD OF PROPOSAL .......................................................................................... 18
14. APPOINTMENT OF SERVICE PROVIDER ............................................................................... 18
15. ENQUIRIES AND CONTACT WITH THE PPECB ...................................................................... 19
16. MEDIUM OF COMMUNICATION .......................................................................................... 19
17. COST OF PROPOSAL .............................................................................................................. 19
18. CORRECTNESS OF RESPONSES ............................................................................................. 19
19. VERIFICATION OF DOCUMENTS ........................................................................................... 20
20. SUB-CONTRACTING .............................................................................................................. 20
21. TRAVEL EXPENSES ................................................................................................................ 20
22. ADDITIONAL TERMS AND CONDITIONS .............................................................................. 20
23. RESERVATIONS ..................................................................................................................... 21
24. SERVICE PROVIDER BUSINESS PROFILE ............................................................................... 22
25. VENDOR’S FINANCIAL INFORMATION ................................................................................. 23
26. COMPANY ANALYSIS AND FINANCIAL VIABILITY ................................................................ 23
27. SERVICE PROVIDER TERMS AND CONDITIONS .................................................................... 23
28. FUTURE PLANS ...................................................................................................................... 24
29. FORM OF CONTRACT ............................................................................................................ 24
30. GENERAL TERMS AND CONDITIONS .................................................................................... 24
31. DISCLAIMER .......................................................................................................................... 28
__________________________________________________________________________________
3
1. INVITATION TO TENDER
Bidders are invited to tender for the provision of offices for rental for a period of five (5) years
with an option to renew in the Newton Park, Port Elizabeth area for Perishable Products Export
Control Board. The offered office building must be ready for occupation and compliant to the
PPECB requirements and other building compliance as may be required by law.
Bidders must comply with the instructions to Bidders and all other requirements of this
Invitation to Tender. Non-compliance may lead to a tender not being considered by the PPECB.
2. PPECB BACKGROUND
PPECB is a Schedule 3A Public Entity that is constituted and mandated in terms of the PPEC Act,
No 9, of 1983 to perform cold chain services. PPECB also delivers inspection and food safety
services as mandated by the Department of Agriculture, Forestry and Fisheries under the APS
Act, No.119 of 1990.
PPECB’s executive Authority is the Minister of Agriculture, Forestry and Fisheries who appoints
the board of directors. The board comprises of representatives from the perishable product
industries.
PPECB employs more than 500 people, who deal with more than 200 products and 500 varieties.
There are 50 service types, over 30 offices in 11 production regions, at more than 1,500
locations. A large percentage of staff are inspectors and therefore not office bound. In addition
to these offices PPECB also has a number of sub offices that operate on a seasonal or ad-hoc
basis.
PPECB, mandated by the Department of Agriculture, Forestry and Fisheries, has been delivering
end-point inspection services on perishable products destined for export since 1991. Inspectors,
stationed across the country; deliver inspection services on 200 product types at more than
1500 locations.
PPECB is responsible for South Africa's cold chain management and ensures that products for
export are handled, stored and transported at specific temperatures and optimum conditions.
Please visit PPECB’s website on www.ppecb.com for more information on the PPECB.
__________________________________________________________________________________
4
3. TIMELINE AND BID PROCESS
The period of validity of tender and the withdrawal of offers, after the closing date and time
is 180 days. The project timeframes of this bid are set out below:
Activity Due Date
Advertisement of bid on Government e-tender portal and PPECB Website
25 October 2019
Briefing and clarification session Not applicable
Questions relating to bid from bidder(s) Questions must be submitted 10 November
2019
Bid closing date 15 November 2019 at 15:00pm
Notice to bidder(s) PPECB will endeavor to inform bidders of the progress until conclusion of the tender.
All dates and times in this bid are South African standard time.
Any time or date in this bid is subject to change at PPECB’s discretion. The
establishment of a time or date in this bid does not create an obligation on the part of
PPECB to take any action, or create any right in any way for any bidder to demand that
any action be taken on the date established. The bidder accepts that, if PPECB extends
the deadline for bid submission (the Closing Date) for any reason, the requirements of
this bid otherwise apply equally to the extended deadline.
4. BACKGROUND AND PURPOSE
PPECB requires and seeks to acquire offices for rental for a period of five (5) years for all the
offices in Port Elizabeth. The current lease agreement expires on December 2019. PPECB
would like to source suitable property for rental which is around the Newton Park area. The
offered office building must be ready for occupation for tenant fit out as of the 01 March
2020. PPECB to have the right of first refusal on extension of the lease. PPECB requires office
accommodation of approximately 40 PPECB employees in the Port Elizabeth area as follows:
__________________________________________________________________________________
5
Facility Specification
Boardroom To accommodate 40 people
Reception Area Provide for customer waiting area for not more than 2-3 people,
water dispenser, PPECB marketing material and decorative
materials.
Strong Room 3 storage rooms for records keeping
Kitchen With built-in cupboards and sink
1 x big kitchen
2 x kitchenettes
Offices 14 Offices
Security Solid and Secure Environment, Daily and good surveillance
system
Parking Are Under shade parking lot for minimum 24 cars
Addition 8 x parking space
NB: Please refer to ANNEXURE B- CURRENT OFFICE FLORR PLAN.
Note: It is estimated that the rentable area required would be between 585 – 600m².
PPECB would like to source suitable property for rental. The offered office building must be
ready for occupation and compliant to the PPECB requirements and other building
compliance as may be required by law.
5. TENDER INFORMATION AND INSTRUCTIONS
The tender submission and assessment process will be conducted in compliance with the Public
Finance Management Act of 1999, Supply Chain Regulations and PPECB’s Procurement Policy.
PPECB is committed to support and grow Black Economic Empowerment and Small Medium
Enterprises in South Africa, emphasis being placed on procurement from historically
disadvantaged South Africans.
The following terms shall have the following meanings:
Invitation to Tender: This Document Contact Office: The Procurement Office
PPECB 45 Silverboom Avenue Plattekloof
Public Entity: Perishable Products Export Control Board (PPECB) Bidder: The person / organisation submitting a tender bid to
the PPECB under this tender.
The PPECB invites Bidders in accordance with the information in this pack to submit a fixed
prices for providing the required products and services.
Bidders are required to submit detailed evidence to demonstrate its ability to provide the
products and services they will deliver on this tender.
__________________________________________________________________________________
6
The tender shall be submitted on the Forms of Tender incorporated herein. The form shall be
signed by each Bidder and submitted in the manner and by the date and time stated below
together with the documents listed duly completed.
The bid will consist of three parts and shall be submitted in two separate sealed envelopes
indicating the name of the bidder, tender number and date.
All of the following documents must be submitted as part of the response to this bid request.
Form No Document Description 1. SBD 1 Invitation to Bid 2. SBD 2 Tax Clearance Certificate Requirements 3. SBD 3.1 Pricing Schedule 4. SBD 4 Declaration of Interest 5. SBD 6.1 Preference Point Claim Form 6. SBD 7.1 Contract Form: Purchase of goods/works 7. SBD 8 Declaration of Bidder’s past SCM Practices 8. SBD 9 Certificate of Independent Bid Determination
6. REQUIREMENTS FOR TENDER SUBMISSION
The Bidder will submit 2 envelopes as follows
Envelope 1 - The entire technical proposal/specifications (No Pricing in this envelope).
Please insert a copy of the tender documents in Ms Word format on a USB stick in
envelope 1 as well.
Envelope 2 – All the pricing and SBD documents indicated under Point No. 4 above.
The Standard bidding forms (SBD Forms) must be signed by an authorized person representing
the bidder.
The tender and accompanying documents shall be carefully parcelled, sealed and be delivered to the Procurement Office no later than 15h00pmon 15 November 2019. Failure to comply with these instructions may result in the tender being considered ineligible. Written tenders will only be accepted in a sealed envelope or parcel which shall bear the word:
BID: Provision of Office Rental Space – Port Elizabeth
No late tender shall be considered. Late tenders will be opened after the Contract has been
awarded, for the sole purpose of identifying Bidders.
Tenders will be opened in accordance with the relevant procedures.
__________________________________________________________________________________
7
7. SCOPE OF SERVICES
PPECB Requirements as per Scope of Services
Facilities Requirements
Item No.
Description Specification
1. Office Size Gross Rentable Office Area of 585 – 600m²
2. Property Grade B Grade (per SAPOA specifications)
3. Property Information
Bid proposal should clearly outline the following: - Physical address, stand number, Details of all partners to the offer, Detailed rental option, Tenant installation allowance, Building layout drawings/ plans in CAD format Building insurance information If multi tenants, provide names and detail of business
4. Parking Facilities Bid proposal should have a detailed layout of the parking areas as detailed in functionality.
A minimum of 32 on-site parking bays is required.
5. Security Bid proposal should clearly outline the provision of security of the building: Access control into the building Armed Response Alarm System
6. Building Compliance
The following certification of compliance must be in place: Municipal approved building plans and Occupancy Certificate Should the Occupancy Certificate not be in place, the bidder must sign an undertaking that the bidder will start the process of obtaining the certificate and submit to PPECB as soon as it has been issued.
7. Differently abled requirements
The landlord must conduct a site disability accessibility assessment report completed by an expert in the field. This will give you the information regarding the suitability of the building for different types of disabilities. PPECB requires that the building bust be wheel chair friendly, and accommodation has to be made for visually impaired and hearing impaired. Any building works required for accessibility and accommodation of the differently abled be for the bidder’s account.
8. Ablutions for Male and Females
The bidder shall provide fully functional new or fully refurbished ablution facilities that meet the OHS Act requirements. If the ablutions are shared by multi companies, the landlord is to provide cleaning services.
9. Technology and Communication
Power supply to be connected and distributed through the building. Provision to be made for telecommunication lines within the building. Provision of LAN, WAN and Fibre Optica Cabling.
__________________________________________________________________________________
8
Provide Standby power generator
10. Health & Safety Building must comply with the required standards, OHS etc.; and should have Firefighting equipment in terms of the Fire Requirements (fire extinguishers, fire hoses, fire escape doors and smoke detectors etc.) and these should be maintained and serviced regularly by the Landlord.
11. Maintenance Proposals should clearly specify the responsibilities of the Landlord around maintenance issues (air conditioning units, fire equipment, lifts, electricity, fumigation, plumbing work, day-to-day maintenance of the building, etc.)
1. The office premises (interior and exterior) to be fully
serviced and maintained by the Landlord;
2. Turn-around time to be clearly stated on maintenance and
repair work by the Landlord; PPECB reserves the right to
negotiate the turnaround times should it not be
satisfactory.
12. Building Support Services
Services must be available on occupation: Water; Electricity; Sanitation; and Refuse removal service
13. Lease Agreement Draft lease agreement to be attached to the bid documents
14. Occupation for Tenant Fit out Date
01 March 2020
Pro-forma lease agreement to be attached to tender document.
Methodology
The interested Bidders must outline the methodology it intends adopting to meet the deliverables specified above and demonstrate in their proposal. To clearly demonstrate how they can provide the Scope of Services required by the PPECB tabled in a document along with any supporting information. KINDLY NOTE THAT A FAILURE TO EXPRESSLY COVER THIS IN YOUR PROPOSAL WILL RESULT IN YOU PROPOSAL BEING REJECTED WITHOUT FURTHER CONSIDERATION
__________________________________________________________________________________
9
8. ELIGIBILITY TO BID/MINIMUM REQUIREMENTS
The minimum tender mandatory requirements as set out in Tables A and B for the rentable office
space are as follows:
TABLE A: Mandatory Minimum Requirements for Rental Office Space:
#
Description
Mandatory Requirement
for Award
Disqualification if not submitted
with Bid Document
1 Compliance Certificates and or a signed undertaking YES Yes
2
Service Provider/Consortium/Joint Venture (JV) Members to be registered on the National Treasury Central Supplier Database (“CSD”). The following information will be verified on the
Business Registration including details of directorship and membership, etc. Tax Compliance Status and Certificate, ID Number, Tender Defaulting and Restriction Status. Onus is on the Service Provider to make sure that all these are active and compliant on the CSD during Bid Validity Period. Non - compliance of the Bidder will result in the tender being non - responsive CSD Summary report
Yes No
3 SBD 4) : Declaration of interest (bidder); (Signed and Completed)
Yes Yes
4
(SBD 4) : Declaration of Interest (to be completed by each director / trustee / member / shareholder mentioned above); If more than one director / trustee / member / shareholder all of them are required to Sign and Complete the document.); (Signed and Completed)
Yes Yes
5 Preference Point Claim in terms of the Preferential Procurement. (Required to Claim Preference Points not an elimination on compliance)
No No
6 (SBD 8) : Declaration of bidder’s Past Supply Chain Management Practices (Signed and Completed)
Yes Yes
7 (SBD 9) Certificate of Independent Bid Determination (Signed and Completed)
Yes Yes
8
Original or certified copy of an original valid B-BBEE Certificate from an accredited verification agency or BBBEE Affidavit signed by a Commissioner of Oath. Failure to submit or submitting a copy of an original or a copy of certified copy will result in awarding of 0(zero) point on preference points under BBBEE. Consortium/Joint Venture to submit valid combined BBBEE Certificate.
No No
__________________________________________________________________________________
10
9 Submission of Compliance Requirements to the Minimum Requirements (Table B) to be met for the Rentable Office Space
Yes Yes
10 PPECB Lease Agreement
KINDLY NOTE THAT, FAILURE TO SUBMIT THE REQUIRED DOCUMENTATION WITH THE PROPOSAL WILL RESULT IN YOUR PROPOSAL BEING DISQUALIFIED WITHOUT FURTHER CONSIDERATION.
TABLE B: Mandatory Minimum Requirements for Rental Office Space
MANDATORY REQUIREMENT (1) Comply
(Yes/No)
Property Size and Parking Bays
Gross Rentable Office Area of at least 585-600m².
PPECB requires a minimum of 32 on-site parking bays for exclusive use by PPECB
Expansion opportunities may be required in future. Expansion possibilities are to be clearly demonstrated.
It is preferable that the PPECB be the only tenant in the building but should there be multiple tenants there needs to be logical divisions accessed only from common lobby areas/separate entrances.
Compliance Requirement
Proof of compliance on Property Size, Paraplegic Access and Parking Bays are required. Bidder to attach at a minimum but not limited to the Property prospectus, As-Built Drawings, schematic drawings and, photographs for the above requirements.
Close by public parking must be available
MANDATORY REQUIREMENT (2) Comply
(Yes/No)
Property Grade
A or B Grade Office Accommodation as per South African Property Owners Association (SAPOA) specifications with air conditioning.
Compliance Requirement
Attach tabulated current property specification of the proposed building confirming compliance to A/B Grade requirements (as per SAPOA specifications); air conditioning
Detailed prospectus
Definition:
Grade A: Generally not older than 10 years, unless renovated; prime location; high-quality finishes; adequate on-site parking; air-conditioning.
Grade B: Generally 10 to 20 years old, unless renovated; accommodation to modern standards; prime location; air-conditioning; on-site parking.
__________________________________________________________________________________
11
MANDATORY REQUIREMENT (3) Comply
(Yes/No)
Availability
Office space to be available from 01 February 2020 for tenant fit out.
Compliance Requirement
Written Confirmation availability of Office Building from Date/Month/Year
MANDATORY REQUIREMENT (4) Comply
(Yes/No)
Property Location
The proposed premises need to be relatively close to PPECB’s current Office Space or any other suitable area
Suitable Area includes the following:
Close proximity to Public Transport
Conducive to a Professional Working Environment
Free from noise, congestion
Near Office Parks/Office Building
If proposed premise has multi tenants in one office, such tenants must be compatible with the PPECB’s vision, value , and/or mission
Compliance Requirement
GPS Co-ordinate or Locational Map (Google Maps) indicating the location or location in relation.
Names and detail of tenants and their businesses
6 months Municipal bill statements reflecting all the dues payable.
PPECB reserves the right not to evaluate further the proposed premises that are not at a location suitable for PPECB’s purposes/needs.
Note:
Failure to comply in any of the above minimum requirements and submit the required supporting
documentation will result in your proposal being disqualified without further consideration.
A site inspection may be conducted to corroborate the information submitted. Should it be found that
Bidders submitted information that is false, they will be automatically disqualified from further evaluation.
PPECB reserves the right not to appoint the Service Provider should it not be satisfied with the
supporting documents submitted or the location of the office or any other factor which PPECB
deems relevant in deciding whether the property complies with the mandatory requirements.
__________________________________________________________________________________
12
9. PREFERENTIAL PROCUREMENT
This bid is subject to the Preferential Procurement Policy Framework Act and the Preferential
Procurement Regulations, 2017 as applicable to Public Entity as listed under Schedule 3(A) of the
Public Finance Management Act and the PPECB Procurement Policy as amended from time to time.
10. BID EVALUATION
The evaluation is based on functionality, which will be evaluated using the following criteria and
points:
i. Administration Phase 1
Tax Clearance Certificate
SBD 4, SBD 8 and SBD 9
Special conditions met
All other mandatory documents
ii. Paper-based Evaluation – Phase 2
The tender submission will be technically evaluated out of a maximum of 100 points based on the bidder’s paper-based submission.
A threshold of 80 out of the 100 has been set
Only bidders achieving 80% will qualify to be evaluated for Phase 3
iii. Site Inspection – Phase 3
The site inspection will be verification of the bidder’s paper-based submission.
A threshold of 30 out of the 60 has been set (50%)
All bidders achieving less than the set threshold will be declared non-responsive and will not be further evaluated on BBBEE and Price.
Only bidders achieving 50% will qualify to be evaluated for Phase 4
iv. Price and Preference – Phase 4
All bidders meeting the set threshold will be further evaluated on B-BBEE and Price.
OBJECTIVE CRITERIA
i. No tender will be awarded if the proposed solution does not meet the technical compliance criterion as set out below.
ii. Should the bidder fail to submit an Occupancy Certificate or a signed letter of undertaking, the PPECB will not consider such equipment for evaluation.
iii. The PPECB reserve the right not to consider proposals from bidders who are currently in litigation with the PPECB.
iv. The PPECB further reserve the right not to award this tender to any bidder based on the proven poor record of accomplishment of the bidder in previous projects within the PPECB and the referee submitted by the bidder.
__________________________________________________________________________________
13
10.1 Technical Evaluation – Paper Based
The minimum required points for bidder to be considered for the next stage (Site Inspection) is 90
points. Any bidder that scores below the minimum threshold points will be regarded as non-
responsive and therefore disqualified.
VERY IMPORTANT: Technical documents must be arranged in sequence of the above criteria in a
pack with clearly marked sections.
TECHNICAL EVALUATION CRITERIA
REFERENCE PAGE & SECTION NUMBER
TOTAL POINTS
PROPERTY INFORMATION AND BUILDING GRADING
1
Bid proposal should clearly outline the following:
10
- Physical address, Erf number, GPS Location = 1 point
- Details of all role players to the offer (i.e. Property Manager, Owner, Leasing Agent etc.) = 1 point
- Breakdown of Monthly Rental Rate Calculation = 3 points
- Breakdown on detail of Tenant installation allowance. Bidder to specify whether it is included on the monthly
rate if not shown on the Pricing Schedule) = 1 point
- If Single Tenant in the office = 2 points
- If multi tenants in the office, provide names and detail of such tenants and their businesses. = 2 point
In order to qualify for points in this section a minimum of three items need to attract a point score
PARKING FACILITIES
2
A minimum of 32 on-site parking bays is required. It is required that the Disabled parking is either already included in the minimum parking bays or sufficient space is available for conversion to Disabled Parking. PPECB however would prefer 24 dedicated bays for staff and visitors, within a secure environment ( walled/fenced in area)
10 Bid proposal should have a detailed layout showing the types of parking offered.
Points:
25-32 parking bays = 10 points
__________________________________________________________________________________
14
Public parking bays = 5 points
Less than 24 = 0 points
Bidder to submit proof thereof for point’s allocation. i.e. Photographs
SECURITY
3
Security system must be part of the building. It is required that the premises be secured with adequate perimeter boundary fencing (wall, Palisade etc.) Bid proposal should clearly outline the provision of security features of the building, including:
15 * 24 hour surveillance security provided – 3 points
* Building access control, burglar bar windows and security gates = 4 points
* Armed Response and Alarm System = 3 points
* Provision of adequate perimeter security, = 5 points
BUILDING COMPLIANCE
4
The following building compliance documents must be supplied to PPECB.
10
Municipal approved building plans = 5 Points
The Occupancy Certificate must be valid. The Occupancy Certificate compromises the following approval certificates:
▪ Electrical compliance
▪ Electrical compliance
▪ Mechanical ventilation system compliance
▪ Structural system compliance
▪ Fire protection system compliance
▪ Fire installation compliance
The bidder must provide an Occupancy Certificate to PPECB prior to award of the bid or provide a signed undertaking that to will initiate the process to obtain the Occupancy Certificate one the bid has been awarded. = 5 points
TECHNOLOGY & COMMUNICATION
5
Power supply is to be connected to the building and distributed to all parts to accommodate easy tenant fit out.
10
Provision is made for the connection of telecommunication so that this can easily be distributed through the office areas.
Provision of standby power will be an advantage but not mandatory.
Points:
Power connected and facilities provided:
Alternative to the current Eskom source and power supply =3 point
__________________________________________________________________________________
15
Power Supply connected to the building and distributed to all parts of the premises to be leased = 2 points
Provide and option for PPECB to install Telecommunication connection, LAN, WAN and Fibre Optica Cable =5 point
If there is no Power Supply connected to the building and distributed to all parts of the premises to be leased the Bidder will be scored zero for this section regardless of whether telecommunication and standby power requirement is met
SPACE FOR REQUIRED OFFICE
6
The space needs to be suitable for the intended use. The usable office area needs to be in an appropriate shape that can accommodate the required offices. All spaces will need contact with natural light and ventilation.
30
(It is also preferred that the space is empty, not requiring any demolitions, at the commencement of the lease)
Points:
Suitability of required Office Space:
- The space is of suitable proportions in relation to PPECB’s needs = 5 points
- The space is of an appropriate shape that can accommodate required offices = 4 points
- The space has natural light all around = 2 points
- Adequate ventilation either by natural/mechanical means = 2 points
- Existing Boardroom that can accommodate 40 people = 2 points
- Customer waiting area to accommodate 2-3 people , water dispenser, PPECB’s Marketing Material and Decorative Items = 2 points
- 1 BIG Kitchen and 2 X kitchenettes with Built-in Cupboards and Sink = 2 points
- PPECB dedicated Male and Female and disabled Ablutions = 2 points
- Consulting Room = 2 points
- 2 Store Rooms for Record Keeping = 2 points
- No demolitions are required prior to office fit out = 5 points
- Dedicated secure, locked up and air-conditioned space for a Server Room
Note: Above points will be allocated for proposed buildings that meet the above requirements at the time of bid submission. Submit proof thereof
HEALTH & SAFETY
7
Building must comply with the required standards, Occupational Health and Safety etc.; and should have fire fighting equipment in terms of the fire requirements (fire extinguishers, fire hoses, fire escape doors, smoke detectors) and these should be maintained and serviced regularly by the Landlord. Prior to occupation, the building is to be fumigated by a specialist
5
__________________________________________________________________________________
16
against any kind of pests, insects, etc. and the landlord must provide proof that the building was fumigated.
Regional Office –responsibility of the lessor to calibrate and service fire equipment
Sub-offices – responsibility of the lessor
Points:
Confirmation provided:
Yes = 5 points
No = 0 points
MAINTENANCE
8
Proposals should include a clearly defined maintenance plan, setting out the Landlord’s responsibility around maintenance issues (air conditioning units, fire equipment, lifts, electricity, fumigation, plumbing work, day-to-day maintenance of the building, geyser, pest control, cleaning services etc.)
5
- The office premises to be fully serviced and maintained by the Landlord;
- Turn-around time to be clearly stated on maintenance and repair work by the Landlord;
- Proposals to allow PPECB to do its own repairs in cases where the Landlord’s turn-around time was not met and to have the expenses reimbursed by the landlord.
Points:
Submission of a clearly defined Maintenance Plan itemizing the role and responsibility of the Landlord and whether the costs are included in the rate per month or whether PPECB will be charged over and above = 5 points
No = 0 points
DISABILITY ACCESSIBILITY
9
The bidder must provide a site disability accessibility assessment report completed by an expert in the field. This will give you the information regarding the suitability of the building for different types of disabilities.
The building must have the following:
• Ramp access with handrails = 2 points
• Hand Rails for staircases = 2 points 10
• Disability toilet with handrails = 2 points
• Disability parking bay = 2 points
• Doors must be able to cater for wheelchair access (entrance at reception, passageways, and toilets) = 2 points
BUILDING SUPPORT SERVICES
10 The bidder must provide proof that the following facilities are available at the proposed premises:
10
__________________________________________________________________________________
17
- Water
- Electricity
- Sanitation
Points:
Confirmation provided:
Yes = 10 points
No = 0 points
Submit proof for allocation of points i.e. Municipal Bill etc.
DRAFT LEASE AGREEMENT
11 Submission of Lease Agreement = 5 points
5 No = 0 Points
Total 120
10.2 Site Inspection
Only bidders who have met the paper-based threshold will qualify for the site-inspection phase of
the evaluation. Onsite inspection to be done at a client site facilitated by the bidder.
The minimum required points for bidder to be considered for the next stage (Preference
Procurement Point - Evaluation Criteria) is 60 points. Any bidder that scores below the minimum
threshold points will be regarded as non-responsive and therefore disqualified.
EVALUATION CRITERIA Reference Page & Section No
Max. Points
Min. Points
1 Verify that the proposed office premises exists and that they meet the bid requirements building exists and meet PPECB requirements
10 10
2 The proposed building must have doors and windows that open and close
10
3 The proposed building must have a clear exit route 10
4 The proposed building must have no visible lighting wires hanging
10
5 Floors and building structure must compliant to building regulations
10 10
6 Office must be in a secure environment 10 10
__________________________________________________________________________________
18
Stage 3– Preference Procurement Point - Evaluation Criteria
Preference points for this bid shall be awarded for price and the B-BBEE Status Level
of Contribution. The maximum points for this bid are allocated as follows:
CRITERIA POINTS
Price 80
B-BBEE status level of contribution 20
TOTAL POINTS 100
11. DEADLINE FOR SUBMISSION
Proposals shall be submitted at the email address mentioned above no later than Friday, 15
November 2019 at 15h00pm. The PPECB business hours are between 08:15 – 16:45.
Where a proposal is not received by the PPECB by the due date and at the correct location, it
will be regarded as a late bid. Late proposals will not be considered.
12. ELIMINATION CRITERIA
Proposals will be eliminated under the following conditions:
• Submission after the deadline; and • Proposals submitted at wrong address
• Mandatory Minimum Requirements for Rental Office Space as listed in TABLE A
13. VALIDITY PERIOD OF PROPOSAL
Each proposal shall be valid for a minimum period of 180 days calculated from the closing
date.
14. APPOINTMENT OF SERVICE PROVIDER
a) The contract will be awarded to the bidder who scores the highest total number of
points during the evaluation process, except where the law permits otherwise.
b) Appointment as a successful service provider shall be subject to the parties agreeing
to mutually acceptable contractual terms and conditions. In the event of the parties
failing to reach such agreement within a mutually agreed date after provisional
appointment date, PPECB reserves the right to appoint an alternative supplier.
c) PPECB reserves the right not to award this bid to any service provider
__________________________________________________________________________________
19
15. ENQUIRIES AND CONTACT WITH THE PPECB
Any enquiry regarding this RFP shall be submitted in writing to PPECB at [email protected]
with “RFP No: RFP No. RFP/OPS/OSR/2019/50 - The provision of Office Space Rental for
PPECB Port Elizabeth” as the subject.
Contact by any means whatsoever with PPECB personnel is not permitted during the RFP
process other than as required through existing service arrangements and/or as requested by
the PPECB as part of the RFP process. Any form of canvassing by the bidder to any member of
staff or supplier, for purposes of influencing the award of the contract, will automatically
disqualify the bidder from the evaluation process. Bidders shall not offer or give any
consideration of any kind to any employee or representative of the PPECB as an inducement
or reward for doing, or refraining from doing, any act in relation to the obtaining or execution
of this or any other contract with the PPECB.
16. MEDIUM OF COMMUNICATION
All documentation submitted in response to this RFP must be in English, unless otherwise
indicated under technical specification.
17. COST OF PROPOSAL
Bidders are expected to fully acquaint themselves with the conditions, requirements and
specifications of this RFP before submitting proposals. Each bidder assumes all risks for resource
commitment and expenses, direct or indirect, of proposal preparation and participation
throughout the RFP process. The PPECB is not responsible directly or indirectly for any costs
incurred by bidders.
18. CORRECTNESS OF RESPONSES
18.1 The bidder furthermore confirms satisfaction regarding the correctness and validity of
their proposal and that all prices and rates quoted cover all the work/items specified in
the RFP, and that prices and rates quoted cover all obligations under any resulting
contract.
18.2 The bidder accepts that any mistakes regarding prices and calculations will be at their
own risk.
__________________________________________________________________________________
20
19. VERIFICATION OF DOCUMENTS
19.1 Bidders should check the numbers of the pages to satisfy themselves that none are
missing or duplicated. No liability will be accepted by the PPECB in regard to anything
arising from the fact that pages are missing or duplicated.
19.2 Pricing schedule and B-BBEE credentials should be submitted with the proposal, but as a
separate document and no such information should be available in the technical
proposal.
20. SUB-CONTRACTING
20.1 A bidder will not be awarded points for B-BBEE status level if it is indicated in the
tender documents that such a bidder 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 a bidder qualifies for, unless the intended sub-contractor is an
exempted micro enterprise that has the capability and ability to execute the sub-
contract.
20.2 A bidder 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 capability and ability to execute the sub
contract.
21. TRAVEL EXPENSES
21.1 All travel expenses shall not be for PPECB’s account except for delivery of the goods per
order.
22. ADDITIONAL TERMS AND CONDITIONS
22.1 A bidder shall not assume that information and/or documents supplied to PPECB, at
any time prior to this request, are still available to PPECB, and shall consequently not
make any reference to such information document in its response to this request.
22.2 Copies of any affiliations, memberships and/or accreditations that support your
submission must be included in the tender.
__________________________________________________________________________________
21
22.3 In case of proposal from a joint venture, the following must be submitted together with the proposal:
• Joint Venture Agreement including split of work signed by both parties;
• The original or certified copy of the B-BBEE certificate of the joint venture;
• The Tax Clearance Certificate of each joint venture member;
• Proof of ownership/shareholder certificates/copies of Identity document; and
• Company registration certificates.
22.4 An omission to disclose material information, a factual inaccuracy, and/or a
misrepresentation of fact may result in the disqualification of a tender, or
cancellation of any subsequent contract.
22.5 Failure to comply with any of the terms and conditions as set out in this document will
invalidate the Proposal.
23. RESERVATIONS
a) PPECB’s decision/s regarding the acceptance or non-acceptance of a Proposal shall be final
and PPECB is not obliged to furnish any reason for such decision.
b) Proposals shall be considered and evaluated against a pre-determined evaluation value
structure determined by PPECB. All Suppliers shall provide all information requested in this
RFP in order to facilitate the evaluation process. Suppliers shall strictly adhere to the
instructions stated in this RFP. PPECB shall not be bound to divulge such evaluation criteria,
but may do so in its sole and absolute discretion.
c) PPECB may, during and after the evaluation of the Proposals and in its sole and absolute
discretion, decide to:
To reject all proposals.
Accept one or more Proposals;
Accept a Proposal other than the lowest priced Proposal;
Accept no Proposal;
Consider or accept any Proposal not conforming with the requirements of this RFP;
Refuse to consider any Proposal not conforming with the requirements of this RFP;
Ask any Supplier to supply further information after the closing date;
Cancel this RFP or any part thereof at any time;
__________________________________________________________________________________
22
Award the contract pursuant to this RFP or any part thereof to any one or more
Suppliers; or Re-issue this RFP at any time after the closing date.
24. SERVICE PROVIDER BUSINESS PROFILE
Service Provider’s Response
Age of Business
State last 3 years revenue, profit and loss
Total Number of current customers.
Number of Customers for these services/product (list per service/product).
Number of references available for this services: In [Country]? Total?
Profile of Customers
Current Number of Employees.
Service Provider principal business.
With which customers have you formed business partnerships to provide coal supply services?
Detail the commercial nature of any third party agreements which form part of the proposed solution.
Will you sub-contract any part of the products or services proposed in the solution? If yes, please state which products or services and the nature of the agreements.
__________________________________________________________________________________
23
25. VENDOR’S FINANCIAL INFORMATION
Service Provider Financial Information
The Service Provider to provide current audited financial statements (hard copies) as well as the
two prior years’ financial results.
Measurement Year 3 Year 2 Year 1
(Latest full FY)
ROE Profit after Tax
Owner’s equity
Return on assets Profit before interest & Tax
Total assets
Assets Turnover Sales
Total Assets
Net Margin Profit before interest & Tax
Sales
Gross Margin Gross Profit
Sales
26. COMPANY ANALYSIS AND FINANCIAL VIABILITY
Discuss the financial strength of your company. In addition to the summary provided in section
12 above, Please provide documentation that substantiates the financial strength of your
company. Similarly, please provide details of your last two (2) financial statements in your
response.
27. SERVICE PROVIDER TERMS AND CONDITIONS
Service Provider’s Response
Please include copies of your standard terms
and conditions
Please identify non-standard terms and
conditions that are being offered to PPECB.
[Your text here]
__________________________________________________________________________________
24
28. FUTURE PLANS
Please advise your product/service roadmap for the next 3 years. Briefly discuss any recent
events or on-going plans that will be advantageous to PPECB.
29. FORM OF CONTRACT
The PPECB and the successful Bidder will enter into a written contract and/or Service Level
Agreement in respect of the products and services detailed in this Invitation to Tender.
The form of contract and/or Service Level Agreement will be as agreed between the PPECB and
the successful Bidder.
30. GENERAL TERMS AND CONDITIONS
Confidentiality
Some of the information contained in the Tender Documents may be of a confidential
nature and must only be used for purposes of responding to this RFP. This confidentiality
clause extends to bidder partners whom you may decide to involve in preparing a response
to this RFP.
For purposes of this process, the term “Confidential Information” shall include all technical
and business information, including, without limiting the generality of the foregoing, all
secret knowledge and information (including any and all financial, commercial, market,
technical, functional and scientific information, and information relating to a party’s
strategic objectives and planning and its past, present and future research and
development), technical, functional and scientific requirements and specifications, data
concerning business relationships, demonstrations, processes, machinery, know-how,
architectural information, information contained in a party’s software and associated
material and documentation, plans, designs and drawings and all material of whatever
description, whether subject to or protected by copyright, patent or trademark, registered
[Your text here]
__________________________________________________________________________________
25
or un-registered, or otherwise disclosed or communicated before or after the date of this
process.
The receiving party shall not, during the period of validity of this process, or at any time
thereafter, use or disclose, directly or indirectly, the confidential information of PPECB (even
if received before the date of this process) to any person whether in the employment of the
receiving party or not, who does not take part in the performance of this process.
The receiving party shall take all such steps as may be reasonably necessary to prevent
PPECB’s confidential information coming into the possession of unauthorized third parties.
In protecting the receiving party’s confidential information, PPECB shall use the same degree
of care, but no less than a reasonable degree of care, to prevent the unauthorized use or
disclosure of the confidential information as the receiving party uses to protect its own
confidential information.
Any documentation, software or records relating to confidential information of PPECB,
which comes into the possession of the receiving party during the period of validity of this
process or at any time thereafter or which has so come into its possession before the period
of validity of this process:
• shall be deemed to form part of the confidential information of PPECB,
• shall be deemed to be the property of PPECB;
• shall not be copied, reproduced, published or circulated by the receiving party unless and
to the extent that such copying is necessary for the performance of this process and all other
processes as contemplated in; and shall be surrendered to PPECB on demand, and in any
event on the termination of the investigations and negotiations, and the receiving party shall
not retain any extracts thereof.
News and press releases
Bidders or their agents shall not make any news releases concerning this RFP or the
awarding of the same or any resulting agreement(s) without the consent of, and then only in
co-ordination with PPECB.
__________________________________________________________________________________
26
General legal conditions
The laws of the Republic of South Africa shall govern this RFP and any subsequent
agreement entered into. Bidders accept hereby that the courts of the Republic of South
Africa shall have jurisdiction.
PPECB shall not be liable for any costs incurred by the Bidder in the preparation of response
to this RFP. The preparation of response will be made without obligation to acquire any of
the items included in any Bidder’s proposal or to select any proposal, or to discuss the
reasons why such Bidder’s or any other proposal was accepted or rejected.
PPECB may request written clarification or further information regarding any aspect of this
proposal. The Bidder must supply the requested information in writing within two (2)
business days after the request has been made, otherwise the proposal may be disqualified.
In the case of consortium, joint venture or subcontractors, Bidders are required to provide
copies of signed agreements stipulating the work split and Rand value.
PPECB reserves the right to cancel/reject any proposal and not to award the proposal to the
lowest bidder or award parts of the proposal to different bidders, or not to award the
proposal at all.
By submitting a proposal in response to this RFP, the Bidder accepts the evaluation criteria
as it stands.
Should the Bidder withdraw the proposal before the proposal validity period expires, PPECB
reserves the right to recover any additional expense incurred by PPECB having to accept any
less favourable proposal or the additional expenditure incurred by PPECB in the preparation
of a new RFP and by the subsequent acceptance of any less favourable proposal.
Any amendment or change of any nature made to this RFP or the Tender Documents shall
only be of force and effect if it is in writing, signed by a PPECB authorized signatory and
added to this RFP as an addendum.
__________________________________________________________________________________
27
PPECB will not be held liable for any expenses incurred by Bidders, in preparing and
submitting the proposal.
In the evaluation of proposal, PPECB reserves the right to conduct independent reference
checks.
Should the evaluation of the proposals not be completed within the validity period, PPECB
has discretion to extend the validity period. Upon receipt of the request to extend the
validity period of the bid, the Bidder must respond within the required timeframes and in
writing on whether or not it agrees to hold its original proposal responses valid under the
same terms and conditions for a further period.
All Bidders must make full disclosure of any potential conflict of interests. PPECB will make
the final determination as to whether the potential conflict of interest precludes the award
of the tender to the Bidder.
While information in this RFP document has been prepared in good faith, it does not purport
to be totally comprehensive, nor to have been independently verified. PPECB does not
accept any liability for its adequacy, accuracy or completeness, nor does it make
representation or warranties with respect to information contained in it, or upon which the
RFP is based.
Prior to submitting the proposal, Bidders should satisfy themselves of the accuracy and
completeness of all the information submitted. Bidders should be confident that the pricing
submitted is sufficient for the company to meet all its obligations in terms of this RFP
document and any contract that may result from this RFP process. Failure to do so may lead
to disqualification.
No gifts, inducements or any other consideration should be promised or offered by any
Bidders in this RFP process, either directly or indirectly, to any official in PPECB during the
currency of this RFP, and any subsequent due diligence, negotiation or contracting processes
that may follow.
__________________________________________________________________________________
28
Please note that a potential bidder must have a B-BBEE certificate that has been issued by a
verification agency accredited by the South African Accreditation System (SANAS) or the
bidder must submit an affidavit stating its B-BBEE status level. Exempt Micro Enterprises
(EME's) must acquire an affidavit regarding their B-BBEE status level - no verification is
required. This is also applicable to Qualifying Small Enterprises (QSE's) with 51% or more
black ownership.
31. DISCLAIMER
This RFP is a request for proposals only and not an offer document; answers to it must not
be construed as acceptance of an offer or imply the existence of a contract between the
parties. By submission of its proposal, bidders shall be deemed to have satisfied themselves
with and to have accepted all Terms & Conditions of this RFP. The PPECB makes no
representation, warranty, assurance, guarantee or endorsements to bidder concerning the
RFP, whether with regard to its accuracy, completeness or otherwise and the PPECB shall
have no liability towards the bidder or any other party in connection therewith.
__________________________________________________________________________________
29
DECLARATION BY THE BIDDER
Only bidders who have completed the declaration below will be considered for evaluation.
RFP No: RFP/OPS/OSR/2019/50
I hereby undertake to render services described in the attached RFP documents to PPECB in
accordance with the requirements and task directives / proposal specifications stipulated in RFP No.
RFP/OPS/OSR/2019/50 at the price/s quoted. My offer/s remains binding upon me and open for
acceptance by the PPECB during the validity period indicated and calculated from the closing date of
the proposal.
I confirm that I am satisfied with the correctness and validity of my proposal; that the price(s) and
rate(s) quoted cover all the services specified in the proposal documents; that the price(s) and
rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and
calculations will be at my own risk.
I accept full responsibility for the proper execution and fulfilment of all obligations and conditions
devolving on me under this proposal as the principal liable for the due fulfilment of this proposal.
I declare that I have no participation in any collusive practices with any bidder or any other person
regarding this or any other proposal.
I accept that the PPECB may take appropriate action should there be a conflict of interest or if this
declaration proves to be false.
I confirm that I am duly authorised to sign this proposal.
NAME (PRINT) …………………………..….
CAPACITY …………………………….
SIGNATURE …………………………….
COMPANY NAME ………………………….…
DATE ……………………………..
WITNESSES
1 …….……………………………
2 ……….…………………………
DATE: .…………………………..
__________________________________________________________________________________
30
ANNEXURE A: SUMMARY OF TENDER PRICE
BREAKDOWN OF AN ALL-INCLUSIVE TENDER PRICE
Tender Price Proposed Property
Address
Property
Size
Price
per m2
Monthly
Rate per
month excl.
VAT
Annual rental Rate
over per annum
excl. VAT
1st Year
2nd Year
3rd Year
4th Year
5th Year
Total for 5 Years
VAT
TOTAL RENTAL INCL.
VAT
Tender Price
Basement Parking Bays Shaded Parking Bays Open Parking Bays
Number of offered bays
Price per bay per month
Number of offered bays
Price per bay per month
Number of offered bays
Price per bay per month
1st Year
2nd Year
n3rd Year
4th Year
5th Year
Total for 5 Years
VAT
TOTAL RENTAL INCL. VAT
__________________________________________________________________________________
31
ANNEXURE B: CURRENT OFFICE FLOOR PLAN
__________________________________________________________________________________
32
ANNEXURE C: STANDARD LEASE AGREEMENT