Part T1: Tendering Procedures Document Version 01/07/2025
The Installation of Water Meters and Ancillary Works on Existing Reservoir Inlets and Outlets within the Contract No: 32204-5W
Northern Operational Areas
Tenders will be checked for compliance with the ELIGIBILITY requirements, as specified in the
Tender Data: C.2.1. Tenders not in compliance will be deemed non-responsive.
Functionality
FUNCTIONALITY will not be used in the evaluation of tenders.
FUNCTIONALITY will be evaluated to determine the responsiveness of tenders received. The
minimum score for FUNCTIONALITY is 70 points. Those tenders not achieving the minimum score
will be deemed non-responsive.
The functionality Criteria, Sub-Criteria, Points per Criteria/ Sub-Criteria, Returnable Documentation
and Schedules, Method of Evaluation, and Prompts for Judgement are as specified in Part T1.2.3:
Additional Conditions of Tender.
Preference Point System
The procedure for the evaluation of responsive tenders is PRICE AND PREFERENCE, in
accordance with the Employer’s SCM Policy: Section 52: Preferential Procurement.
The 80/20 preference points system, for requirements with a Rand value of up to R50,000,000 (all
applicable taxes included), will be applied. The Formula used to calculate the Price Points (max.
will be according to that specified below.
Price Points
The financial offer will be reduced to a comparative basis using the Tender Assessment Schedule.
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 Procurement System
Pt − P min Ps = 80 1 −
P min
Where: Ps = Points scored for comparative price of bid under consideration
Pt = Comparative price of bid under consideration
Pmin = Comparative price of lowest acceptable bid
Preference Points
Reference is to be made to Returnable Form: MBD 6.1: Preference Points Claim.
The Basket of Preference Goals (SCM Policy Section 52.7)
The Preference Points (either 20 or 10) will be derived from points claimed for Specific Goals as
indicated in the table(s) below, according to the specified Goal/ Category Weightings.
Part T1: Tendering Procedures Document Version 01/07/2025
The Installation of Water Meters and Ancillary Works on Existing Reservoir Inlets and Outlets within the Contract No: 32204-5W
Northern Operational Areas
Ownership Goal
Goal Weighting: 70%
The tendering entity’s Percentage Ownership, in terms of the Ownership Category(s) listed below, is to
be used in the determination of the Tenderer’s claim for Preference Points.
Ownership Categories Criteria 80/20
Race: Black Equals 0% 0
Between 0% and 51% 5.6
Greater or equal to 51% and less than 100% 11.2
Equals 100% 14
Maximum Ownership Goal Points: 14
Proof of claim as declared on MBD 6.1 (1 or more of the following will be used in verifying the Tenderer’s status)
Companies and Intellectual Property Commission registration document (CIPC)
CSD report.
B-BBEE Certificate of the tendering entity.
Consolidated BBBEE Certificate if the tendering entity is a Consortium, Joint Venture, or Trust (Issued by verification
agency accredited by the South African Accreditation System).
Agreement for a Consortium, Joint Venture, or Trust.
RDP Goal: The promotion of enterprises located in a specific municipal area
Goal Weighting: 30%
The tendering entity’s Address (as stated on the National Treasury Central Supplier Database (CSD) or on
the eThekwini Municipality Vendor Portal) is to be used in the determination of the Tenderer’s claim for
Preference Points for this Specific Goal. The regions and zones (or wards) within the eThekwini
Municipality are as specified on the Part C4: “Site Information” of this procurement document.
Municipal Area 80/20
Not within eThekwini Municipality 0
Within eThekwini Municipality 2.4
Within the specified region / Adjoining Wards 4.8
Within the specified zone / Project Ward(s) 6
Maximum Goal Points: 6
Proof of claim as declared on MBD 6.1 (1 or more of the following will be used in verifying the Tenderer’s status)
CSD Report
C.3.13 Acceptance of tender offer:
In addition to the requirements of Tender Data: C.3.13 of the Standard Conditions of Tender,
tender offers will only be accepted if:
(a) The Tenderer’s municipal rates and taxes are not in arears, or they have made arrangements
to meet outstanding municipal fee obligations.
(b) The Tenderer’s tax compliance status has been verified, or they have made arrangements to
meet outstanding tax obligations.
(c) If applicable, the Tenderer is registered, and “Active”, with the Construction Industry
Development Board in an appropriate contractor grading designation.
Part T1: Tendering Procedures Document Version 01/07/2025
The Installation of Water Meters and Ancillary Works on Existing Reservoir Inlets and Outlets within the Contract No: 32204-5W
Northern Operational Areas
(d) The Tenderer or any of its directors/ shareholders are not listed on the Register of Tender
Defaulters, in terms of the Prevention and Combating of Corrupt Activities Act of 2004, as a
person prohibited from doing business with the public sector.
(e) The Tenderer has not:
Abused the Employer’s Supply Chain Management System; or
ii) Failed to perform on any previous contract and has been given a written notice to this effect.
(f) The Employer is reasonably satisfied that the Tenderer has in terms of the Construction
Regulations (2014), issued in terms of the Occupational Health and Safety Act (1993), the
necessary competencies and resources to carry out the work safely.
The Municipality does not bind itself to accept the lowest or any tender. It reserves the right to accept
the whole or any part of a tender to place orders. Bidders shall not bind the Municipality to any
minimum quantity per order. The successful Tenderer(s) shall be bound to provide any quantities
stipulated in the specification.
The municipality has a firm intention to proceed with the work, subject to funding being identified.
Notwithstanding the Standard Conditions of Tender: C.1.1.3 of, the municipality reserves the right
to award or not award the tender based on the municipalities available budget.
C.3.15 Complete adjudicator’s contract:
Refer to the Conditions of Contract and the Contract Data.
C.3.17 Copies of contract:
The number of paper copies of the signed contract to be provided by the Employer is ONE (1).
Tenderers are referred to the requirements as stated in the Tender Data: C.2.13.
Part T1: Tendering Procedures Document Version 01/07/2025
The Installation of Water Meters and Ancillary Works on Existing Reservoir Inlets and Outlets within the Contract No: 32204-5W
Northern Operational Areas
T1.2.3 ADDITIONAL CONDITIONS OF TENDER
T1.2.3.1 Complaints and Objections (Appeals)
Reference is to be made to Clause 49 of the eThekwini Supply Chain Management Policy.
In terms of Section 49 of the Ethekwini SCM Policy any person aggrieved by decisions taken in
the implementation of the SCM System may lodge, within 14 days of notification thereof, a written
objection against the decision. The objection with regard to the decision is to be directed to:
The City Manager
Attention Ms S. Pillay eMail: Simone.Pillay@durban.gov.za
P O Box 1394
DURBAN
4000
Any objection will only be processed upon receipt of a non-refundable administration fee of
R1,814.00 (including VAT), as stipulated in the Municipality’s current SCM Policy. An objection
will only be considered upon receipt of proof of payment of this fee which must be paid into the
following bank account as a real-time payment:
EThekwini Metropolitan Municipality
Nedbank
Account Number: 110-782-1118
Reference Number: Use the Contract Number
T1.2.3.2 Prohibition on awards to persons in the service of the state
Clause 44 of the Supply Chain Management Regulations states that the Municipality or Municipal
Entity may not make any award to a person:
(a) Who is in the service of the State;
(b) If that person is not a natural person, of which a director, manager, principal shareholder or
stakeholder is a person in the service of the state; or
(c) Who is an advisor or consultant contracted with the municipality or a municipal entity.
Should a contract be awarded, and it is subsequently established that Clause 44 has been
breached, the Employer shall have the right to terminate the contract with immediate effect.
T1.2.3.3 Code of Conduct and Local Labour
The Tenderers shall make themselves familiar with the requirements of the following policies:
Code of Conduct;
The Use of CLOs and Local Labour.
T1.2.3.4 Functionality Specification
Functionality Evaluation criteria and maximum score in respect of each of the criteria are as
follows:
Part T1: Tendering Procedures Document Version 01/07/2025
The Installation of Water Meters and Ancillary Works on Existing Reservoir Inlets and Outlets within the Contract No: 32204-5W
Northern Operational Areas
Functionality Criteria / Sub Criteria Maximum Points Score
Tenderer’s Experience 40
Project Organogram and Experience of Key Staff Contracts Manager 10
Site agent 10
Foremen 7
Pipe Fitter / Plumber 7
Welder 6
Preliminary Programme 5
Construction Methodology 10
Quality Control 5
Maximum possible score for Functionality (Ms) 100
The minimum number of evaluation points for Functionality is 60. Only those Tenderers who
achieve the minimum number of Functionality evaluation points (or greater) will be eligible to have
their tenders further evaluated.
Functionality shall be scored by not less than three evaluators and the scores of each of the
evaluators will be averaged, weighted and then totalled to obtain the final score for Functionality.
Each evaluation criteria will be assessed in terms of six indicators and scores allocated according
to the following table:
Level 0 Level 1 Level 2 Level 3 Level 4 Level 5
0 20 40 60 80 100
Evaluation criteria will be adjudicated according to submissions made in accordance with the
following schedules, which are found in T2.2: Returnable Schedules:
Functionality criteria / Sub criteria Returnable Schedules
Tenderer’s Experience • Experience of Tenderer
Project Organogram and Experience of Key • Proposed Organisation and Staffing
Staff • Key Personnel
Experience of Key Personnel
Preliminary Programme • Preliminary Programme
Construction Methodology • Construction Approach, Methodology,
Schedule of Proposed Subcontractors
Plant and Equipment
Quality Control • Quality Control Statement
Part T1: Tendering Procedures Document Version 01/07/2025
The Installation of Water Meters and Ancillary Works on Existing Reservoir Inlets and Outlets within the Contract No: 32204-5W
Northern Operational Areas
Unless otherwise stated, evaluation criteria will be adjudicated with respect to the contract specific
Scope of Work, as specified in C.3. In this regard the following definitions apply to the evaluation
criteria prompts for judgement:
“successfully completed” implies a project has been completed on time and to specification;
“similar nature” implies projects that were of a value of at least 70% of this tender’s value,
and had a comparable Scope of Work in terms of technical requirements and operations;
“experience” implies experience on projects of a similar nature;
“accredited degree / diploma” implies a minimum 3 year qualification within the built
environment, from a registered University or Institute of Technology.
Criterion: Tenderer’s Experience
Level 0 No information provided; OR submission of no substance / irrelevant information provided
Level 1 To have successfully completed 1 project of a similar nature within the past 10 years.
Level 2 To have successfully completed 2 to 3 projects of a similar nature within the past 10 years.
Level 3 To have successfully completed 4 to 6 projects of a similar nature within the past 10 years.
Level 4 To have successfully completed 7 to 9 projects of a similar nature within the past 10 years.
Level 5 To have successfully completed 10+ projects of a similar nature within the past 10 years.
Functionality Criterion: Tenderer’s Experience with Similar Type Projects in The Past 10 Years
Sub Criteria Prompts for Judgement-Key Expert Criteria Max Points
Contractor failed to provide evidence of experience OR
submission of no substance / irrelevant information provided.
Contractor has successfully completed the construction of
ONE (1) to FIFTEEN (15) installations that satisfy the sub-
Proven experience with criteria and scope of works.
complete Installation of
FABRICATED STEEL Contractor has successfully completed the construction of
ASSEMBLIES on existing SIXTEEN (16) to THIRTY (30) installations that satisfy the sub-
10 pipelines of criteria and scope of works.
diameters DN80 to DN200 Contractor has successfully completed the construction of
in the last 10 years and THIRTY-ONE (31) to FORTY-FIVE (45) installations that
similar type projects** satisfy the sub-criteria and scope of works.
Contractor has successfully completed the construction of
FORTY-SIX (46) to SIXTY (60) installations that satisfy the
sub-criteria and scope of works.
Contractor failed to provide evidence of experience OR
submission of no substance / irrelevant information provided.
Contractor has successfully completed the construction of
Proven experience with ONE (1) to SIX (6) installations that satisfy the sub criteria and
complete Installation of scope of works.
FABRICATED STEEL
ASSEMBLIES on existing Contractor has successfully completed the construction of
steel pipelines of SEVEN (7) to FOURTEEN (14) installations that satisfy the
9 diameters DN250 to sub criteria and scope of works.
DN600 in the last 10 Contractor has successfully completed the construction of
years and similar type FIFTEEN (15) to TWENTY (20) installations that satisfy the
projects** sub criteria and scope of works.
Contractor has successfully completed the construction of
TWENTY-ONE (21) to TWENTY-FIVE (25) installations that
satisfy the sub criteria and scope of works.
Contractor failed to provide evidence of experience OR
submission of no substance / irrelevant information provided.
Contractor has successfully completed the construction of
Proven experience in the pipeline projects for lengths totalling 2km to 5km.
construction of
continuously welded Contractor has successfully completed the construction of 8
steel mains of diameters pipeline projects for lengths totalling 5km to 10km.
greater than Contractor has successfully completed the construction of
DN250. pipeline projects for lengths totalling 10km to 15km.
Contractor has successfully completed the construction of
pipeline projects for lengths totalling 15km to 20km.
Part T1: Tendering Procedures Document Version 01/07/2025
The Installation of Water Meters and Ancillary Works on Existing Reservoir Inlets and Outlets within the Contract No: 32204-5W
Northern Operational Areas
Contractor failed to provide evidence of experience OR
submission of no substance / irrelevant information provided.
Proven experience in The Contractor has successfully completed the planning,
planning and isolation and restoration of water within the time period of 4 –
coordination of 6 hours on live steel bulk water mains for ONE (1) to FIFTEEN
SHUTDOWNS to (15) shutdowns and provided evidence of this experience.
live bulk mains
of diameters The Contractor has successfully completed the planning,
greater than or equal to isolation and restoration of water within a time period of 4 – 6
DN200 within a hours on live steel bulk water mains for SIXTEEN (16) to
time period of THIRTY (30) shutdowns and provided evidence of this 8 4 to 6 hours. experience.
The Contractor has successfully completed the planning,
NOTE: Contractor to isolation and restoration of water within a time period of 4 – 6
complete relevant hours on live steel bulk water mains for THIRTY-ONE (31) to
documentation to back FORTY-FIVE (45) shutdowns and provided evidence of this
up claim. experience.
The Contractor has successfully completed the planning,
isolation and restoration of water within a time period of 4 – 6
hours on live steel bulk water mains for FORTY-SIX (46) to
SIXTY (60) shutdowns and provided evidence of this
experience.
SUB-TOTAL 35
Part T1: Tendering Procedures Document Version 01/07/2025
B-BBEE Minimum Level: 0