To identify a suitable service provider with the requisite capacity and expertise to produce universally accessible
seating for Artscape’s foyers including design, specifications manufacturing and installation.
The services required include, but not limited to the following:
• Draft a sketch/plans/drawings of foyer seating
• Ensure that the designs are in line with ergonomics, Safety and Health regulations
• Present the proposed sketches, plans, scale down version and drawings to Artscape to obtain approval.
• Draft detailed specifications for the manufacturing of foyer seating and present to Artscape for approval.
• Provide seating to accommodate approximately 60 -80 people
• Manufacture seating according to approved design.
• Reupholster existing fixed seating as per the table below to match fabric / material of the new seating.
o Each EXISTING fixed seat / bench measures approximately 1.4m x 30cm and each backrest of
EXSITING seat / bench measures approximately 1.4m x 50cm.
o N.B. One of the benches in the Theatre lower foyer, as indicated with * on the table below, measures
approximately 3m long x 30cm wide.
Venue Number of seats Number of backrests
Marble foyer 4 4
Theatre lower foyer 9 0
*Theatre lower foyer 1 1
4. GENERAL SEATING DESIGN
• Design Modular seating which is flexible and can be reconfigured to adapt to the different events or needs. It
must include pieces that can be moved and rearranged as needed.
• Sectional sofas that can be arranged to create intimate seating areas or large communal spaces.
• Seating must comply with all relevant health and safety and fire safety regulations to ensure safety and meet
building codes.
• Seating must comply with all applicable SANS codes including SANS 1528-1, SANS / ISO 1891-2 and SANS
1324.
TENDER NO.: ART10/2025 Page | 15
• The design must be ergonomically assessed and certified by approved ergonomists.
• All seating must be stable and robust, be of sufficient strength and durability and otherwise suitable for
intense indoor use and to withstand heavy public use such as durable frames and performance fabrics.
• Easy to clean upholstery - Seating must be capable of being easily cleaned.
• Seating design must consider the elderly and disabled.
• A modern design that speaks to our signature theatre style which makes use of vast colour spectrums, warm
earthy tones found in the landscape such as the karoo to the cool shades of blues on our beaches.
5. WARRANTY
• New Seating should have a warranty of least 10 years.
6. MANUFACTURE AND INSTALLATION
• Provide details of the manufacturing plant and installation processes.
• Provide details of the reasons for design choice and the seating must have been tried and tested.
• Seating must be practical, well designed and built to withstand any theatre environment.
• The seating must not over-run the foyer spaces and ensure sufficient space for those that are standing and
walking through the foyers.
• Seating should be lightweight and easily moved and reconfigured for different purpose and placed anywhere
in the foyer spaces.
• The successful bidder must be able to provide services from concept, through design, bill of quantities/scope
of work for actual construction, to eventual project management of the manufacturing, however not
necessarily required to perform the manufacturing themselves.
• The successful bidder will be expected to present at least two different design options to Artscape.
• Sample seating - All bidders are required to have available a sample of seating of similar design / ergonomics
at the time of submitting bid documents. The technical bid will be considered incomplete without a sample.
The sample will be an evaluation criterion of the technical bid.
• It is expected that bidders submit their proposed designs with artists’ impressions, drawings, and/or 3D
models.
7. GENERAL CONDITIONS
7.1 Inspections and Tests
Artscape or its representative shall have the right to inspect and/or to test the seats to confirm their conformity
to the specifications at no extra cost to Artscape.
The inspections and tests may be conducted on the premises of the successful bidder or its subcontractor(s).
If conducted on the premises of the Successful bidder or its subcontractor(s), all reasonable facilities and
assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge
to Artscape.
TENDER NO.: ART10/2025 Page | 16
Should any inspected or tested seating fail to conform to the specifications, Artscape may reject the seating,
and the successful bidder shall either replace the rejected seating or make alterations necessary to meet
specification requirements free of cost to Artscape. Artscape’s right to inspect, test and, where necessary,
reject the seating after manufacturing shall in no way be limited or waived.
Opera Balcony Chandelier Foyer
\
Opera Chandelier Foyer
Theatre lower foyer
TENDER NO.: ART10/2025 Page | 17
EVALUATION CRITERIA
1. EVALUATION OF BIDDERS RESPONSE
Other than the criteria set below, the bidder must demonstrate that he/she complies fully with the technical
requirements as per the specification.
All bid offers received must be evaluated based on the following criteria,
1. Gate 0 – Submission of Standard Bid Documents (SBDs)
2. Gate I – Administrative Requirements/Compliance
3. Gate II – Evaluation Criteria- meeting the minimum threshold of the evaluation criteria (functionality)
4. Gate III – Price and preference points system as specified in the Preferential Procurement Regulations of
2022
2. FUNCTIONALITY CRITERIA
Functionality Evaluation Criteria Item:
(Gate 1)
1 A. Administrative Requirements/Compliance
A1. It will be ascertained whether bids:
a) Include original tax Clearance certificates or TCS Pin
b) All standard bidding documents have been properly completed and signed off
(SBD1, SBD 3.1 (Pricing), SBD 4, SBD 6.1, SBD 6.2, SBD 8 and SBD9), and
c) Technical Proposal
Note: Non-compliance with the Administrative requirements may render your bid non-
responsive and may result in disqualification
TENDER NO.: ART10/2025 Page | 18
B. Functionality (Gate 2) 100
B.1 Minimum of five recent (not older than 3 years) contactable references from 25
Bidder’s customers to which the bidder has provided or is providing goods/services that are
experience substantially similar (size, nature & quantity) to the goods/service required in this
bid.
a) Five relevant references provided = 10 points
b) Three - Four relevant references = 7 points
c) Two - Three relevant references = 3 points
e) No relevant references provided = 0 points
Please complete the template provided (Annexure A) in respect of projects
completed.
1-3 projects of similar nature and value and incorporating accessibility and
ergonomics = 3 points
4-7 projects of similar nature and value and incorporating accessibility and
ergonomics = 7 points
8-10 projects of similar nature and value and incorporating accessibility and
ergonomics = 10 points
More than 10 projects of similar nature and value and incorporating accessibility
and ergonomics = 15 points
B.2 Assessed in terms of requirements outlined in scope of work: 40
Sample furniture • Refer Client to a Cape Town based venue, where similar installations have
been supplied, or the Service Provider may submit a sample.
• Sample to be signed off before the process is concluded.
• General comfort.
• Consider persons with disabled and must be elderly friendly.
• Designs are in line with ergonomics, Health and Safety regulations.
B.3 The bidder must provide COMPREHENSIVE company profile including core 20
Bidder’s competencies of within the organisation.
Personnel In addition to the company profile please provide:
• Details of products, services and markets in which you operate.
TENDER NO.: ART10/2025 Page | 19
Credentials and • Company organogram listing the key roles in respect of the services to be
Experience delivered under this bid.
B.4 Bidders must provide the following compliance certification: 15
Quality Control • ISO 9001 certificate
Procedures
Bidders who score less than 70% of the total points for functionality will be disqualified and will not be evaluated
further. The bids that would have achieved 70% or more from the Functionality Evaluation will be further evaluated
on gate III.
TENDER NO.: ART10/2025 Page | 20
3. Annexture A
References
Client Name Contact Person Short description of Value of the work Start Date and
(including email work done done End Date
address and
contact number)
TENDER NO.: ART10/2025 Page | 21
Gate 3 - Price and preference points system
All remaining compliant proposals/quotations will be evaluated according to 80/20 preference point system, as
prescribed in the Preferential Procurement Regulations of 2022, where 80 points will be scored for price and the
remainder 20 points for the suppliers’ broad-based black economic empowerment status level (attach B-BBEE
certificate).
4. PREFERENCE POINT SYSTEM
Preference Point System Points Allocation
Price 80
B-BBEE status level of contribution 20
Total Points 100
TENDER NO.: ART10/2025 Page | 22
STANDARD BID DOCUMENTS
SBD 3.1
PRICING SCHEDULE – FIRM PRICES (PURCHASES)
NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF
EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED
IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING
SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT
Name of bidder.......................................... Bid Number: ART10/2025
Closing Time 13:00 pm Closing date 26 January 2026
OFFER TO BE VALID FOR......150...DAYS FROM THE CLOSING DATE OF BID.
__________________________________________________________________________
ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCY
NO. ** (ALL APPLICABLE TAXES INCLUDED)
-
- Required by: ........................................
- At: .......................................
- Does the offer comply with the specification(s)? *YES/NO
- If not to specification, indicate deviation(s) ........................................
- Period required for delivery ........................................
*Delivery: Firm/not firm
- Delivery basis ..........................................
Note: All delivery costs must be included in the bid price, for delivery at the prescribed destination.
** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund
contributions and skills development levies.
*Delete if not applicable
TENDER NO.: ART10/2025 Page | 23
SBD 4
BIDDER’S DISCLOSURE
1. PURPOSE OF THE FORM
Any person (natural or juristic) may make an offer or offers in terms of this invitation to bid. In line with the
principles of transparency, accountability, impartiality, and ethics as enshrined in the Constitution of the Republic
of South Africa and further expressed in various pieces of legislation, it is required for the bidder to make this
declaration in respect of the details required hereunder.
Where a person/s are listed in the Register for Tender Defaulters and / or the List of Restricted Suppliers, that
person will automatically be disqualified from the bid process.
2. Bidder’s declaration
2.1 Is the bidder, or any of its directors / trustees / shareholders / members / partners or any person having a
controlling interest1 in the enterprise, employed by the state? YES/NO
2.1.1 If so, furnish particulars of the names, individual identity numbers, and, if applicable, state employee numbers of
sole proprietor/ directors / trustees / shareholders / members/ partners or any person having a controlling
interest in the enterprise, in table below.
Full Name Identity Number Name of State institution
2.2 Do you, or any person connected with the bidder, have a relationship
1 the power, by one person or a group of persons holding the majority of the equity
of an enterprise, alternatively, the person/s having the deciding vote or power to
influence or to direct the course and decisions of the enterprise.
TENDER NO.: ART10/2025 Page | 24
with any person who is employed by the procuring institution? YES/NO
2.2.1 If so, furnish particulars:
................................................................................................
................................................................................................
2.3 Does the bidder or any of its directors / trustees / shareholders / members / partners or any person having a
controlling interest in the enterprise have any interest in any other related enterprise whether or not they are
bidding for this contract? YES/NO
2.3.1 If so, furnish particulars:
........................................................................................
........................................................................................