No specific requirements found
B-BBEE Minimum Level: 7
B-BBEE Details: BEC Bid Evaluation Committee
COD Commercial Operation Date
CSD Central Supplier Database
EEBU Energy and Electricity Business Unit
ERA Electricity Regulation Act,
IPP Independent Power Producers
JET Just Energy Transition
MFMA Municipal Finance Management Act,
MSA Municipal Systems Act,
NO Network Operator
PPA Power Purchase Agreement
PSC Project Steering Committee
PV Photovoltaic
RE Renewable Energy
RFI Request for Information
RFP Request for Proposal
SPV Special Purpose Vehicle
TA Transactional Advisor
4. DEFINITIONS
The following definitions are used in this tender invite:
• Bidder means the bidding entity either by way of consortia or joint
ventures or individual entity, that bids for the City of Tshwane renewable
energy independent power producer procurement programme - city wide.
• General Conditions of Contract means the contractual conditions set for
arrangements between government institutions and private entities,
issued on the 17th of June 2015, obtainable from the National Treasury
website on www.treasury.gov.za;
• Project Steering Committee: means the committee established to steer
the project and to ensure delivery on all project’s objectives.
• Utility Scale Generation: An Energy Project of greater than ten megawatts
• Energy Wheeling: is the transfer of electrical power via a utility’s
transmission or distribution system between different grid or network
service areas.
• Network Operator: NERSA licensed legal entity responsible for
distributing electricity through a Distribution System or Transmission
System.
• Independent Power Producer: legal entity that is not owned by the
national electricity company or public utility company.
• Power Purchase Agreement: an agreement entered between the Power
Buyer and the Power Seller.
5. PROJECT SCOPE
The scope of services expected in terms of the City of Tshwane renewable energy
IPP procurement programme is detailed below and the professional advisory
service required is divided into five (5) phases.
• PHASE 1: Preparatory Phase – this phase will include setting up
inception meetings in discussing the project scope and prepared initial
reports like the status quo report, update any existing information that will
inform the development RFP for procurement of renewable and clean
energy from IPPs.
• PHASE 2: Development of Tender Specification – Once all necessary
information has been gathered and the scope of is understood, the TA is
expected to develop tender specifications for connection and procurement
of renewable and clean energy by City Of Tshwane from Independent
Power Producer (IPPs).
• PHASE 3: Proposal Evaluation – The TA is expected to lead the
evaluation of tender proposals that have been received from the market as
per the tender specifications from phase 2.
• PHASE 4: Due Diligence on the Company (IPP) and Proposed Project
– The due diligence process will look at technical, financial, economic,
legal, environmental and social matters to ensure that IPP Companies
selected for consideration are well aligned with the city requirements for
the bid and the IPP Programme. This should also include alignment to the
Just Energy Transition (JET) implementation plan, looking at stakeholder
analysis and governance.
• PHASE 5: Procurement Plan and Contract Negotiation
PHASE 1: PREPARATORY PHASE
The preparation phase of the project will include the inception meeting where the
TA will indicate their understanding of the project and present their initial project
plan which details how the project will unfold including an indication of the project
team that will be involved in the project. The City of Tshwane team will provide the
necessary information to enable the TA to prepare their inception report.
The inception report should describe the understanding and interpretation of the
service provider’s plan of action or approach which will cover key elements as
indicated in the Terms of Reference. In addition, this will cover timelines for the
plan. Further information to enhance this approach will be the needs and status
quo analysis, indicate where the City of Tshwane is in terms of its readiness,
considering the studies and policies in place.
Need and Status Quo Analysis
The needs and status quo analysis gives definition to the proposed programme,
preparing the way for technological solution and options. This should demonstrate
that the programme aligns with the municipality’s strategic pillars / objectives and
IDPs. Summarise the municipality’s mission and vision statements, its strategic
objectives and government policy that determines what the municipality’s
deliverables are. This should cover demographics, trends, and review of current
plans, policies, legislation etc. Demonstrate the municipality’s commitment and
capacity for the transition. Conduct the SWOT analysis (Strength, weakness
(limitations), threats and opportunities of the City. Specify the outputs and define
the programme.
Update Technical Due Diligence
The City conducted an analysis of the high voltage infrastructure with the aim of
assessing, at a high level, potential grid connection points and the impact of
injection as well as performance of the electricity network infrastructure.
Determination of the available generation grid connection capacities by providing
input into the connection between the renewable energy plant and City’s electricity
grid. Produce a final design report on grid interface between IPP and City of
Tshwane grid. Ultimately provide a grid capacity design report. Assess the RFI
information and documentation shared with the City on the IPP procurement and
advise.
Assessment of the Policy Framework
The TA must ensure that the work is aligned with the policy framework of provincial
and national governments to guide drafting of the RFP specification for IPP /
procurement of RE from IPPs. This analysis must have relevance to the Just
Energy Transition Plan and Framework and address the needs and policy
aspirations of City of Tshwane.
PHASE 2: DEVELOPMENT OF TENDER SPECIFICATION FOR CONNECTION
AND PROCUREMENT OF RENEWABLE AND CLEAN ENERGY IN THE CITY
OF TSHWANE FROM INDEPENDENT POWER PRODUCERS
In this phase, the TA is expected to develop tender specifications that will be
advertised through competitive bidding process for the City of Tshwane to procure
renewable and clean energy from IPPs that have financial and technical capability
to install and operate electricity generation plant(s) utilizing renewable and/or clean
energy technology resources. The procurement of these renewable and clean
energy resources aims to collectively achieve the 10% renewable energy mix
target, estimated at 200MW by year 2030 for the City with the requirements to meet
a minimum of 1MW installed capacity for it to be considered.
Amongst others, the specifications must request the following areas to be covered:
• Proposal for the renewable or clean energy generation technology/plant
that is grid-tied to the City’s electricity network and the generation capacity
of the plant.
• Provide requirements in terms of point of connection, e.g. connection
voltages
• Duration of construct and the time to evacuate power into the grid based
on the lead-times for the proposed technologies to be used.
• In the specification, the TA must indicate requirements in terms of various
legal compliance and permits.
• The specifications must request the bidders’ ability to obtain finance for the
design, installation, testing, commissioning, maintenance and operation,
whichever is applicable in line with the submitted proposal.
• For the proposals to clearly indicate potential opportunities relating to the
local economic development impact.
• The specification should mention the need for the IPP to indicate
Electrical monitoring and control system integration to be utilised linked to
what is currently used by the city. (E.g. Supervisory Control and Data
Acquisition System (SCADA).
• Risk and liabilities of the project and the technology(s) proposed, e.g.
Licensing requirements and other conditions.
• Readiness to register with NERSA for the generator and as an
Independent Power Producer.
Tender Briefing
The Transactional Advisor is expected to be part of the briefing sessions to support
City of Tshwane with the management of the bidding process and the clarification
and briefing notes to bidders.
PHASE 3: PROPOSAL EVALUATION
The TA is expected to lead the evaluation of tender proposals that would have
been received from the market as per the tender specifications from phase 2. The
evaluation team will include officials from the relevant City of Tshwane
departments, appointed by the Accounting Officer.
From this phase, it is expected that the TA and members of the BEC will select
potential proposals that will move to the next phase of “evaluation” which is to
deep dive into a due diligence process in terms of the technical knowledge and
experience required as per the specification.
PHASE 4: DUE DILIGENCE PROCESS FOR QUALIFYING INDEPENDENT
POWER PRODUCER COMPANIES
Phase 4 will be a deep dive into a thorough due diligence of companies that would
have indicated their knowledge and experience in the development of renewable
and clean energy projects. The due diligence will look at the following key areas,
amongst others:
• Legal Due Diligence
This is a legal and regulatory analysis on procurement of the City of Tshwane
renewable energy and clean energy procurement. The legal and regulatory
analysis will include a review of the Legal Frameworks (ERA, MFMA, MSA, et
cetera) that may impact the implementation of the programme. This will include
the National, Provincial, and Local South African Legislation as well as their
relevant regulations. This should cover; legal issues, site enablement issues
including the following (land ownership, land availability and any title deed
endorsements, potential land claims, Lease interests in the land, land
consolidation and classification, zoning rights and town planning requirements).
In addition, this should analyse suitable procurement legislation on renewable
energy IPP programme. Support CoT in the Municipal Finance Management
Act (MFMA) Section 33 (Contracts having future budgetary implications) and
chapter 14 (General Treasury matters) processes required.
• Financial and Economic Analysis
This is economic sense and soundness of the proposed investment IPP
programme at a high-level. This should be accompanied by financials to
establish commercial viability of the proposed investment IPP programme. The
financials should indicate capital cost of the project and sources of funding,
include projections that will cover, NPV, IRR, and ROI, Payback period etc.
Conduct value for money assessment and determine appropriate transfer of
financial risks from the municipality to the private party. Analyse the socio-
economic impact of the IPP development programme. A report should cover
these elements and beyond. Design of the financial parameters (i.e. deal
structuring) for the procurement of renewable energy projects (all stages incl.
construction where relevant).
• Stakeholder Analysis
The Transaction Advisor shall identify and conduct an overview of the
stakeholders likely to be involved in the renewable energy IPP programme.
Engagement with different stakeholders (NERSA, DMRE, National Treasury) is
crucial. Develop a stakeholder engagement plan of consultation guided by
relevant legislation or policies and the JET Implementation Plan.
• Risk Assessment
The TA to conduct comprehensive risks assessment of procuring renewable
and clean energy from IPPs. This should consider all relevant risks of the
project. A risk matrix and register should be developed.
• Environmental Assessment
The assessment will need to ensure that all environmental regulations have
been adhered to for the proposed project development.
PHASE 5: PROCUREMENT PLAN AND CONTRACTING (CONTRACT
NEGOTIATION)
The last phase is to get into procurement planning and contracting with the IPP
Company that would have satisfied the due diligence process in phase 4. This will
investigate and analyses procurement option of the renewable energy IPP
development programme and should be guide by the MFMA, Municipal Systems
Acts (MSA) and any other applicable legislation. The options will be analysed
against applicable legal legislation – (National, Provincial, and local).
This phase will also include the development of power purchase agreements
(PPA) relevant to the different renewable technologies that would have been
proposed, inclusive of the tariff formulation contained in the PPA. This means also
designing the procurement framework and investigate whether different tariffs will
be applicable for the different technologies.
In addition, to the PPA, develop a supplementary agreement on IPP transmission
and connection, between the City of Tshwane and IPP grid connection contract. It
is therefore important for potential transaction advisors to be flexible in the
development of the procurement program. The intention is to sign up projects that
are ready and able to put capacity and energy into the system. It may be that the
design of the procurement framework and documentation would deal with different
tariffs for the same technologies.
Participate in Negotiations
The TA is expected to participate in contract negotiations.
Public Participation
The TA in consultation with the City shall arrange the Public Participation or
Consultation where necessary.
The City’s representative will establish a project team (Project Steering
Committee) to engage regularly with the TA to efficiently complete the various
delivery items.
The Project Steering Committee will meet at least monthly, and the TA’s Project
Manager will report progress at these meetings.
6. STAGES OF EVALUATION
This tender will be evaluated in four(4) stages namely:
Stage 1: Administrative Compliance
Stage 2: Mandatory Requirements
Stage 3: Functionality Criteria
Stage 4: Preference Point System
6.1 Stage 1: ADMINISTRATIVE COMPLIANCE
All the bids will be evaluated against the administrative responsiveness requirements as set out
in the list of returnable documents.
Compulsory Returnable Documentation Submitted Checklist (Guide for
(Submission of (YES or NO) Bidder and the Bid
these are compulsory) Evaluation Committee)
a) To enable The City to verify the bidder’s tax Tax status must be compliant before
compliance status, the bidder must provide; the award.
• Tax compliance status PIN.
or
• Central Supplier Database (CSD)
b) A copy of their Central Supplier Database CSD must be valid.
(CSD) registration; or indicate their Master
Registration Number / CSD Number;
c) Confirmation that the bidding company’s Was a Municipal Account Statement,
rates and taxes are up to date: Original or signed lease agreement or letter from
copy of Municipal Account Statement of the the local councillor provided for the
Bidder (bidding company) not older than 3 bidding company? The name and / or
months and account must not be in arrears addresses of the bidder’s statement
for more than ninety (90) days; or ,signed correspond with CIPC document,
lease agreement or In case of bidders Address on CSD or Company profile?
located in informal settlement, rural areas or Are all payment(s) up to date (i.e. not
areas where they are not required to pay in arrears for more than 90 days?
Rates and Taxes a letter from the local
councillor confirming they are operating in
that area
d) In addition to the above, confirmation that all Was a Municipal Account Statement,
the bidding company’s owners / members / signed lease agreement or letter from
directors / major shareholders rates and the local councillor provided for the
taxes are up to date: • Original or copy of bidding company? The name and / or
Municipal Account Statement of all the South addresses of the bidder’s statement
African based owners / members / directors / correspond with CIPC document,
major shareholders not older than 3 months Address on CSD or Company profile?
and the account/s may not be in arrears for Are all payment(s) up to date (i.e. not
more than ninety (90) days; or a signed lease in arrears for more than 90 days?
agreement of owners / members / directors /
major shareholders or In case of bidders
located in informal settlement, rural areas or
areas where they are not required to pay
Rates and Taxes a letter from the local
councillor confirming they are residing in that
area
e) Duly Signed and completed MBD forms All documents fully completed (i.e. no
(MBD 1, 4, 5, 8 and 9) The person signing blank spaces)? All documents fully
the bid documentation must be authorized to signed by (any director / member /
sign on behalf of the bidder. Where the trustee as indicated on the CIPC
signatory is not a Director / Member / Owner / document, alternatively a delegation of
Shareholder of the company, an official letter authority would be required?
of authorization or delegation of authority Documents completed in black ink (i.e.
should be submitted with the bid document. no “Tippex” corrections, no pencil, no
other colour ink, or non-submission of
NB: Bidders must ensure that the directors, the MBD forms, will be considered)?
trustees, managers, principal shareholders,
or stakeholders of this company, declare
any interest in any other related companies
Compulsory Returnable Documentation Submitted Checklist (Guide for
(Submission of (YES or NO) Bidder and the Bid
these are compulsory) Evaluation Committee)
or business, whether or not they are
bidding for this contract. See Question 3.14
of MBD 4. Failure to declare interest will
result in a disqualification
f) Audited Financial Statements for the most Applicable for tenders above R10m in
recent three (3) years or Audited Financial conjunction with MBD 5)
Statements from date of existence for
companies less than three years old. Are Audited financial statements
NB: The bidder must submit signed audited provided (Audited financials must be
annual financial statements for the most recent signed by auditor) Or proof that the
three years, or if established for a shorter bidder is not required by law to prepare
period, submit audited annual financial audited financial statements.
statements from date of establishment.
If the bidder is not required by law to prepare
signed annual financial statements for auditing
purposes, then the bidder must submit proof
that the bidder is not required by law to prepare
audited financial statements.
g) Joint Ventures (JV) – (Only applicable when If applicable. JV agreement provided?
the bidder tenders as a joint venture) Where JV agreement complete and relevant?
the bidder bids as a joint venture (JV), the Agreement signed by all parties? All
required or relevant documents as per (a) to required documents as per (i.e. a to f)
(f) above must be provided for all JV parties. must be provided for all partners of the
In addition to the above the bidder must JV.
submit a Joint Venture (JV) agreement
signed by the relevant parties.
NB: It is a condition of this bid that the
successful bidder will continue with the same
Joint Venture (JV) for the duration of the
contract unless prior approval is obtained from
the City.
h) Bidder attended a compulsory briefing A compulsory briefing register must be
session where applicable signed by the bidder.
Bidders will be disqualified should
they fail to attend compulsory
briefing session
i) Pricing schedule (All items must be quoted Incomplete pricing schedule results in
for in pricing schedule and if not, all items are totals being incomparable. Bidder must
quoted the bidder will be disqualified). Unless be disqualified.
the tender is awarded per item or per section
where the bidder only quoted the items or Bidder will be disqualified should
sections, they are interested in. they make corrections on the price
schedule without attaching a
signature or initialising thereto.
Bidder will be disqualified should
they use tippex/ correction ink, on
the price schedule.
6.2 Stage 2: MANDATORY REQUIREMENTS
The bids will be evaluated against mandatory requirements as set out in the list of
professional services and related qualifications below.
# KEY ADVISORY TEAM MINIMUM QUALIFICATION AND
MEMBERS EXPERIENCE (ATTACH COPIES OF
QUALIFICATIONS)
Legal Practitioner (Commercial Law degree (NQF level 7) or higher and
Law) minimum of 5 years’ experience.
Financial Management Bachelor’s degree in finance (NQF level 7) or
higher and minimum of 5 years’ experience
Economist Bachelor’s degree in economics (NQF level 7)
or higher and minimum of 5 years’ experience
Professional Project Manager Degree in project management (NQF level 7)
4 (SACPCMP registered) and minimum of 7 years’ experience with
registration with SACPCMP.
Professional Civil/Structural (ECSA BSc/B Eng/B-Tech degree (NQF level 7) or
registered) higher in Civil Engineering and minimum of 5
years’ experience as a ECSA registered
professional
Professional Electrical (Heavy BSc/B Eng/B-Tech degree (NQF level 7) or
Current / Power Engineering) higher in Electrical Engineering and minimum of
(ECSA registered) 7 years’ experience as a ECSA registered
professional
Professional Environmental National Higher Certificate in environmental
7 Specialist (Registered EAP/ Pr. management and minimum of 5 years’
Sci. Nat) experience
Procurement Specialist National Certificate in procurement or supply
chain and minimum of 7 years’ experience
6.3 Stage 3: FUNCTIONALITY CRITERIA
Only bidders who score a minimum score of 75 points (out of 100) in respect of the
following functionality criteria will be recommended for shortlisting. A total of 100
points is allocated for functionality.
The following functionality criteria will apply to this bid:
HIGHEST
CRITERIA SUB-CRITERIA SCALE WEIGHT POSSIBL
E SCORE
Company Experience (Transactional Advisory Services)
Bidders are expected to indicate
relevant experience and
demonstrate the following:
• Provide proven experience with
relevant Transactional Advisory
Services fowith relevance in 5 5 and above Projects with reference
engineering, energy, financial, letters
economic analysis and legal
expertise.
• TA service should outline proven
3 to 4 projects with reference letters
track record in respect of the 4 5 25
subject matter by through the
number of projects of similar
2 Projects with reference letter scope completed in the past 2
through the submission of
testimonial or reference letters
with contactable references.
• The project must fall within
engineering in electrical energy
generation and procurement.
PROJECT TEAM EXPERIENCE
Above 8 years’ experience 3
Financial Management (Attach
Above 5 up to 8 years’ experience 2 3 9
Curriculum Vitae)
5 Years Experience 1
Above 8 years’ experience 3
Economist (Attach Curriculum Vitae) 3 9
Above 5 up to 8 years’ experience 2
5 Years Experience 1
Above 10 years’ experience 3Legal Practitioner (Attach Curriculum
Vitae) Above 5 up to 10 years’ experience 2 3 9
5 Years Experience 1
Above 12 years’ experience 3
Professional Project Manager (Attach
Above 7 to 12 years’ experience 2 3 9
Curriculum Vitae)
7 Years Experience 1
Above 10 years’ experience 3Civil Engineer or Technologist
(Attach Curriculum Vitae) Above 5 up to 10 years’ experience 2 3 9
5 Years Experience 1
Above 10 years’ experience 3Electrical Engineer or Technologist
(Attach Curriculum Vitae) Above 7 up to 10 years’ experience 2 5 15
7 years’ experience 1
Environmental Specialist (Attach
Above 5 years’ experience 2
Curriculum Vitae) 3 6
5 years’ experience 1
Above 10 years’ experience 3
Procurement Specialist (Attach
Above 7 up to 10 years’ experience 2 3 9
Curriculum Vitae)
7 years’ experience 1
Total 100
6.4 Stage 4: PREFERENCE POINT SYSTEM
The preferential point system used will be the 80/20 points system in terms of the
Preferential Procurement Policy Framework Act, 2000 (Act ) Regulations 2022.
• 80 points for price
• 20 points for Specific goals
Specific Goals
• Bidders are required to submit supporting documents for their bids to claim the specific
goal points.
• Non-compliance with specific goals will not lead to disqualification but bidders will not
be allocated specific goal points. Bidders will score points out of 80 for price only and
zero (0) points out of 20 for specific goals.
• The city of Tshwane shall act against any bidder or person when it detects that the
specific goals were claimed or obtained on a fraudulent basis.
The specific goal for this bid is outlined below. Bidders are to submit supporting documents
as outlined below to be eligible for points.
Specific goals 80/20 preference Proof of specific goals to be
submitted
point system
BB-BEE score of companies Valid Certified copy of BBBEE
certificate. Sworn Affidavit for B-
• Level 1 • 8 Points BBEE qualifying small enterprise
• Level 2 • 7 Points or Exempt Micro Enterprises or
• Level 3 • 6 Points CIPC BBBEE certificate.
• Level 4 • 5 Points
• Level 5 • 4 Points
• Level 6 • 3 Points
• Level 7 • 2 Points
• Level 8 • 1 Point
• Non-compliant • 0 Points
EME and/ or QSE 2 Points Valid Sworn affidavit for B-BBEE
qualifying small enterprise or
Exempt Micro Enterprises or CIPC
BBBEE certificate
At least 51% of Women-owned 2 Points Certified copy of Identity
companies Document/s and proof of
ownership (Sworn affidavit for B-
BBEE qualifying small enterprise
or Exempt Micro Enterprises, CIPC
Specific goals 80/20 preference Proof of specific goals to be
submitted
point system
registration or any other proof of
ownership)
At least 51% owned 2 Points Medical Certificate with doctor’s
companies by People with details (Practice Number, Physical
disability Address, and contact numbers)
and proof of ownership (Sworn
affidavit for B-BBEE qualifying
small enterprise or Exempt Micro
Enterprises, CIPC registration or
any other proof of ownership
At least 51% owned 2 Point Certified copy of Identity
companies by Youth Document/s and proof of
ownership (Sworn affidavit for B-
BBEE qualifying small enterprise
or Exempt Micro Enterprises, CIPC
registration or any other proof of
ownership
Local Economic Participation Municipal Account
statement/Lease agreement.
• City of Tshwane 4 Points
• Gauteng
• National 2 Points
1 Point
For points to be allocated as per above the tenderers will be required to submit proof of
documentation as evidence for claims made. Any tenderer that does not submit evidence as
stated in the bid document to claim applicable points will be allocated zero points.
7. PRICING SCHEDULE
INDICATIVE INDICATIVE PRICE PER DELIVERABLE (VAT
ITEM DELIVERABLES DURATION DURATION EXCL.)
(HOURS) (WEEKS)
PHASE 1: PROJECT PREPARATION PHASE
1 Inception Meeting and Report 80 2 R
Status Quo and Needs
2 80 2 R
Analysis Report
3 Policy Framework Analysis 40 1 R
PHASE 2: DEVELOPMENT OF TENDER SPECIFICATION FOR FOR CONNECTION AND
PROCUREMENT OF RENEWABLE AND CLEAN ENERGY IN THE CITY OF TSHWANE FROM
INDEPENDENT POWER PRODUCERS
Developed Tender
4 120 3 R