Skip to main content
HS 03-2025/26Supplies: Office & Stationery

designated areas within the City of Tshwane - City of

Issuing Organization

City of Tshwane

Location

Northern Cape

Closing Date

24 Feb 2026

View Full Details & ApplyBack to All Tenders
Share:
At a Glance

Tender Type

Request for Bid(Open-Tender)

Delivery Location

Housing and Human Settlement - PRETORIA - pretoria - 0001

Organization Type

government department

Published

12 Dec 2025

Tender Description
Tender for the appointment of service providers for relocation of households to designated areas within the City of Tshwane for a period of three (3) years as and when required.
Industry Classification
Procurement Type

Request for Bid(Open-Tender)

Delivery Location

Housing and Human Settlement - PRETORIA - pretoria - 0001

Requirements & Eligibility
Analysis: HS 03-2025.26 Tender Document.pdf

Submission Guidelines

Returnable Documents:

Evaluation Criteria

The tender will be awarded to a maximum of five (5) service providers. The price must be inclusive of labour, equipment, transport, fuel, oil, insurance, and all other expenses related to the relocation and rebuilding of shacks in informal settlements in the city of Tshwane. Note: ONLY ONE RATE PER ITEM PER TENDERER WILL BE ACCEPTED. 8. ALLOCATION OF WORK • In general, the trucks will be required for the type of work as set out in Clause 4 of the Specification. The City of Tshwane Official will notify the Contractor 48 hours in advance of the requirements relating to the number of trucks needed and the area of work. 24 hours’ notice when trucks are no longer required. In general, the trucks will be required to relocate households, building materials and their personal belongings to designated areas within the jurisdiction of the City of Tshwane Metropolitan Municipality, on an as and when required basis. • No guarantee as to the period required is given, provided that the necessary notification in terms of sub-clause (a) is given. • The trucks must be available on demand. • Some trucks accepted may not be used at all during the contract period. The use of trucks will be of an occasional nature, and the duration of their use will be variable. • The work will be allocated equitably based on bid price. 9. WORKING HOURS The bidders will be required to work a seven-day week. Therefore, the bidder must be able to have their trucks as specified in 4.1 available for normal working hours, which are between 7H30 AM to 17H00 PM (including half (1⁄2) an hour lunch time – 9 hours) from Mondays to Sundays, including public holidays. This is for a period of 9 hours. The service provider shall be paid for actual work done according to the bid price per shack/household as tendered for and accepted by the City. 10. PRICE BASIS a) Rates should be exclusive of Value Added Tax. b) Only one rate per item per tenderer will be accepted. c) All trucks shall always, whilst on hire, be accompanied by a logbook, containing in triplicate, daily time sheets. These time sheets shall reflect the following details: Date, Name of contractor, Make and Company, Fleet number of the truck, Item number under which tendered, Schedule of truck, working time, "Down" time, reason for down" time, signature of personnel in charge of the work and signature of driver of the vehicle. d) At the end of each day all time sheets shall be clearly signed by the personnel in charge of the work and the Truck Driver and the persons so signing shall also clearly print their names, Identity Number and telephone numbers. If any of these details are not on the time sheet, no payment will be done for that Truck. The Tshwane Municipality shall be charged on the basis of such daily time sheets, when signed by the Tshwane Municipality Official as appointed, at the end of each month. A copy of such time sheets shall be kept in the custody of the contractor's driver and shall be presented to the personnel in charge every working day of the completion of the shift, for signature and to be signed by the Tshwane Municipality Official upon submission for approval. e) In the event of the Tshwane Municipality Official refusing to sign any Daily Time Sheet and to accept the figures appearing thereon, the Official shall notify the contractor of this refusal and the reasons thereof within 1 working day of his decision not to sign. The contractor must give an explanation to the satisfaction of the Official within 7 days of such notification, failing which penalties may be applied. 11. PERIOD OF CONTRACT This contract shall remain in force for a 3-year period, from 28 February 2026 or the nearest date. 12. DISPUTES Any dispute between the parties will be addressed through the Service Level Agreement to be signed by both parties. 13. VALIDITY PERIOD The validity period for the tender after closure is 90 days. CoT shall have the right and power to extend any tender validity period beyond any initial validity period set and subsequent extensions. SCM shall ensure that an extension of validity is requested in writing from all bidders before the validity expiry date. Extension of validity shall be finalised while the quotations/bids are still valid. 14. MARKET ANALYSIS The City of Tshwane reserves the right to conduct market analysis. Should the city exercise this option, where a bidder offers a price that is deemed not to be viable to supply goods or services as required, written confirmation will be made with the bidder to seek confirmation of whether the bidder will be able to deliver on the price, if a bidder confirms that they cannot, the bidder will be disqualified on the basis of being non-responsive. If they confirm that they can deliver, a tight contract to mitigate the risk of non-performance will be entered into with the service provider. Further action on failures by the service provider to deliver will be handled in terms of the contract including performance warnings and listing on the database of restricted suppliers. The City further reserves the right to negotiate a market related price with a bidder scoring the highest points. If the bidder does not agree to a market-related price, the city reserves the right to negotiate a market-related price with the bidder scoring the second highest points, if the bidder scoring the second highest points does not agree to a market-related price, the City will negotiate a market-related price with the tenderer scoring the third highest points. If a market-related price is not agreed, the City reserves the right to cancel the tender. 15. SERVICE LEVEL AGREEMENT (SLA)

Technical Specifications

4. Pricing schedule 5. Invitation to bid MBD 1 6. Pricing schedule: Firm prices (purchases) MBD 3.1 7. Pricing schedule: Non-firm prices (purchases) MBD 3.2 8. Declaration of interest MBD 4 Declaration for procurement above R10 million (all MBD 5 9. applicable taxes Included) Preference points claim form in terms of the preferential MBD 6.1 10. procurement regulations 2022 11. Contract form: Rendering of services MBD 7.2 12. Declaration of past supply chain management practice MBD 8 13. Certificate of independent bid determination MBD 9 14. General conditions of contract 15. Service-level agreement LIST OF RETURNABLE DOCUMENTS THAT SHOULD FORM PART OF BID DOCUMENT 1. Company registration certificate 2. Rates and taxes or lease agreement 3. Unique PIN 4. CSD summary report VERY IMPORTANT NOTICE ON DISQUALIFICATIONS A bid that does not comply with the peremptory requirements stated hereunder will be regarded as not being an “acceptable bid”, and such a bid will be rejected. An “acceptable bid” means any bid which, in all respects, complies with the conditions of the bid and the specifications as set out in the bid documents, including the conditions as specified in the Preferential Procurement Policy Framework Act, 2000 (Act ) and related legislation as published in Government Gazette 22549, dated 10 August 2001, in terms of which provision is made for this policy. 1. If any pages have been removed from the bid document and have therefore not been submitted or if a copy of the original bid document has been submitted. 2. If the bid document is completed using a pencil or Tippex corrections were made, or any other colour ink. Only black ink must be used to complete the bid document. 3. The bidder attempts to influence or has in fact influenced the evaluation and/or awarding of the contract. 4. The bid has been submitted after the relevant closing date and time. 5. If any bidder who, during the last five years, has failed to perform satisfactorily on a previous contract with the municipality, municipal entity or any other organ of state after written notice was given to that bidder that performance was unsatisfactory. 6. The accounting officer must ensure that, irrespective of the procurement process followed, no award may be given to a person – (a) who is in the service of the state; i. if that person is not a natural person, of which any director, manager, principal shareholder or stakeholder is a person in the service of the state; or ii. who is an advisor or consultant contracted to the municipality in respect of a contract that would cause a conflict of interest. 7. Bid offers will be rejected if the bidder or any of his/her directors are listed on the Register of Bid Defaulters in terms of the Prevention and Combating of Corrupt Activities Act, 2004 (Act ) as a person prohibited from doing business with the public sector. 8. Bid offers will be rejected if the bidder has abused the City of Tshwane supply chain management system. 9. Failure to complete and sign the certificate of independent determination or disclosure of wrong information. 10. Duly Signed and completed MBD forms (MBD 1, 4, 5, 8 and 9) The person signing the bid documentation must be authorised to sign on behalf of the bidder. Where the signatory is not a Director / Member / Owner / Shareholder of the company, an official letter of authorization or delegation of authority should be submitted with the bid document. 11. All MBD documents fully completed (i.e. no blank spaces) and fully signed? By the authorized personnel. 12. False or incorrect declarations on any of the MBD documents will result in the rejection of the bidder. 13 It is the responsibility of the bidder to disclose in MBD4 any interest in any other related companies or business whether they are bidding for this contract. Failure to disclose this interest will result in the rejection of the bid. 14 Joint Ventures (JV) – (Only applicable when the bidder tender as a joint venture) i. Where the bidder bid as a Joint Ventures (JV), the required or relevant documents under administrative requirements must be provided/submitted for all JV parties. (These include MBD4, MBD5, MBD8, MBD 9, CSD and/ or SARS pin, Confirmation that the bidder’s municipal rates and taxes are up to date.) ii. In addition to the above the bidder must submit a Joint Venture (JV) agreement signed by the relevant parties. iii. It is a condition of this bid that the successful bidder will continue with same Joint Venture (JV) for the duration of the contract, unless prior approval is obtained from City of Tshwane. iv. JV agreement must be complete, relevant and signed by all parties. Failure to comply with the above will lead to immediate disqualification. ----------------------------------- Bidder CERTIFICATE OF AUTHORITY FOR SIGNATORY Status of concern submitting tender (delete whichever is not applicable): COMPANY/PARTNERSHIP/ONE-PERSON BUSINESS/CLOSE CORPORATION/JOINT VENTURE A. COMPANY If the bidder is a company, a certified copy of the resolution of the board of directors that is personally signed by the chairperson of the board, authorising the person who signs this bid to do so and to sign any contract resulting from this bid, and any other documents and correspondence in connection with this bid or contract on behalf of the company, must be submitted with this bid. An example is shown below: By resolution of the board of directors on ................................. 20....., Mr/Ms ......................................................................... has been duly authorised to sign all documents in connection with Bid Number ..................................... SIGNED ON BEHALF OF THE COMPANY: ............................................. IN HIS/HER CAPACITY AS ................................................................... DATE: .............................................................................................. SIGNATURE OF SIGNATORY: ............................................................. WITNESSES: 1. .......................................................................... 2. .......................................................................... B. PARTNERSHIP The following particulars in respect of every partner must be furnished and signed by every partner: Full name of partner Residential address Signature ..................................... .................................... ................ ..................................... .................................... ................ ..................................... .................................... ................ We, the undersigned partners in the business trading as ....................................................................................., hereby authorise .......................................................................... to sign this bid as well as any contract resulting from the bid and any other documents and correspondence in connection with this bid or contract on our behalf. ................................. ................................. ............................... Signature Signature Signature ................................. ................................. ............................... Date Date Date C. ONE-PERSON BUSINESS I, the undersigned, ................................................................................ , hereby confirm that I am the sole owner of the business trading as ................................................................................ ................................. ............................... Signature Date D. CLOSE CORPORATION In the case of a close corporation submitting a bid, a certified copy of the founding statement of such corporation shall be included with the bid with a resolution by its members, authorising a member or other official of the corporation to sign the documents and correspondence in connection with this bid or contract on behalf of the company. An example is shown below: By resolution of the members at the meeting on ................................. 20......... at ........................................., Mr/Ms ................................................, whose signature appears below, has been duly authorised to sign all documents in connection with Bid Number ................................. SIGNED ON BEHALF OF THE CLOSE CORPORATION: .......................... IN HIS/HER CAPACITY AS: ................................................................. DATE: .............................................................................................. SIGNATURE OF SIGNATORY: ............................................................. WITNESSES: 1. .......................................................................... 2. .......................................................................... E. CERTIFICATE OF AUTHORITY FOR JOINT VENTURES This returnable schedule is to be completed by joint ventures. We, the undersigned, are submitting this bid offer in joint venture and hereby authorise Mr/Ms .............................................................................. , authorised signatory of the company....................................................................... , acting in the capacity of the lead partner, to sign all documents in connection with the bid offer and any contract resulting from it on our behalf. DULY AUTHORISED NAME OF FIRM ADDRESS SIGNATORY Lead partner Signature: ............................. Name: ............................. Designation: ............................. Signature: ............................. Name: ............................. Designation: ............................. Signature: ............................. Name: ............................. Designation: ............................. Signature: ............................. Name: ............................. Designation: ............................. SPECIFICATION OR TERMS OF REFERENCE HUMAN SETTLEMENTS DEPARTMENT BID NUMBER: HS 03-2025/26 TENDER FOR THE APPOINTMENT OF SERVICE PROVIDERS FOR RELOCATION OF HOUSEHOLDS TO DESIGNATED AREAS WITHIN THE CITY OF TSHWANE FOR A PERIOD OF THREE (3) YEARS AS AND WHEN REQUIRED 1. INTRODUCTION AND PURPOSE This tender provides for the appointment of a maximum of five (5) Service Providers to relocate households, building materials and their personal belongings to designated areas in the seven (7) Regions of the City of Tshwane, namely Region 1,2,3,4,5,6 & 7, on an as and when required basis for a period of 3 (three) years. 2. BACKGROUND OF THE PROJECT The City of Tshwane has 210 known/recognized informal settlements whereby no township establishment process as prescribed through Spatial Planning and Land Use Management Act (Act ) and Land Use Management By law was followed. Land invasion is a spontaneous process in which illegal occupants invade the land by building structures without following formal town planning processes as prescribed by the Spatial Planning and Land Use Management Act (Act ) or the City’s Land Use Management Bylaw. If a decision is taken to formalise an informal settlement, a township establishment process must be followed to plan the area and to delineate non-developable areas (floodlines, adverse geology, etc.) in which occupants may reside. The Human Settlements Department has since completed a new count as part of the development of the Informal Settlements Management Policy, and the number of informal settlements has increased to 502 due to uncurbed land invasions. After the newly created stands are approved through a formal township establishment process, the residents need to be rearranged according to the approved layout map or relocated to newly pegged stands in line with the layout map. In some cases, the occupiers must be relocated from a non-developable area to another developable area. In addition, informal structures and belongings need to be demolished, loaded, and transported on-site or to another developable area, after which structures need to be rebuilt on formally demarcated stands in terms of the approved township layout map. A tender is required to appoint external service providers for the demolition, transportation, and rebuilding of informal structures at new sites. This includes moving personal belongings from point A to B. 3. CITY OF TSHWANE COMPLIANCE WITH THE BASIC NEEDS Formalization is a process that starts with the township establishment process, followed by provision of services and concluded through the opening of the township register, proclamation of township and transfer of the stands to beneficiaries through issuing of tittle deeds. This is to ensure the promotion of the security of tenure. The City does not have an internal mechanism to rearrange or relocate residents to formal, pegged and approved stands. The approval of this tender is essential in expediting the formalization of informal settlements, which is a priority of the City. Approval of this tender will benefit the city in the following ways: • Expedition of formalization and upgrading of informal settlements. • Create a mechanism to re-arrange and relocate residents with their goods to a formally approved stand. • Open road reserves which shall pave the way for infrastructure service provision; • Assist in all other formalisation aspects, including the township approval, approval of the general plan, opening of township registers, proclamation of townships, transfers of stands to beneficiaries and opening of municipal accounts for the said residents. 4. PROJECT SCOPE/SPECIFICATION Bidders are hereby invited to bid for appointment to relocate and rearrange households, building materials and their personal belongings to designated areas within the jurisdiction of the City of Tshwane Metropolitan Municipality, on an as and when required basis for a period of 3 (three) years. The City of Tshwane Metropolitan Municipality has seven (7) regions. 4.1 Bidders should possess a minimum of 5 lorries/trucks with a minimum load capacity of 8 Tons and a maximum load capacity of 12 Tons with rails which should be made available for relocation of households, building materials and their personal belongings to designated areas within the jurisdiction of the City of Tshwane Metropolitan Municipality. The calculation of loading capacity will be determined by this formula: Gross Vehicle Mass (denoted as GVM/BVM) In relation to a motor vehicle, means the maximum mass of such vehicle and its load as specified by the manufacturer thereof or, in the absence of such specification, as determined by the registering authority. Tare/ Terre (denoted as T) In relation to a motor vehicle, means the mass of such vehicle ready to travel on a road and includes the mass of- (a) any spare wheel and of all other accessories and equipment supplied by the manufacturer as standard for the particular model of motor vehicle concerned. (b) anything which is a permanent part of the structure of such vehicle. (c) anything attached to such vehicle. so as to form a structural alteration of a permanent nature; and (d) the accumulators, if such vehicle is self-propelled by electrical power,but does not include the mass of- (i) fuel; and (ii) anything attached to such vehicle which is not of the nature referred to in paragraph (b) or (c); (lxvi) GVM/BVM – T = LOADING CAPACITY (KG) Example: 15500 kg - 7500 kg = 8000 kg Following the above formula the City of Tshwane will only accept trucks with a loading capacity that is between 7000kg to recommended capacity 12 000kg. The information in relation to Gross Vehicle Mass and Tare/Terre will be displayed on the ownership certificate and roadworthy certificates of the truck. 4.2 The bidders will be expected to relocate households, structure materials, and personal belongings within the City of Tshwane Metropolitan Municipality boundaries as indicated on the map, which shall be issued by a City of Tshwane official in the Human Settlements Department. 4.3 Successful bidders will be appointed at the specified relocation cost per shack/household per region. Upon appointment and allocation of work, a map will be provided to indicate the distance between pick-up and relocation points. The locality of both the pick-up and relocation points and the number of households to be relocated will be specified. 4.4 Description of Work The bidders will be expected to perform the following: 4.4.1 Relocation of households from dilapidated buildings to transitional/emergency buildings (within 25 km radius) of the successful bidders’ tender rate. 4.4.2 Relocation of households from transitional/emergency buildings to other housing facilities (within 25 km radius) of the successful bidders’ tender rate. 4.4.3 For relocation of households exceeding 25 km, the bidder will be paid R7 per kilometre travelled. 4.4.4 Demolishing of structures including loading, transportation and off- loading of structural materials to a designated area; and 4.4.5 Rebuilding of a maximum 30m2 shack at the designated relocation areas. 4.5 The City of Tshwane can increase/decrease the quantity of trucks at any given time or as and when required; depending on budget availability, the number of stands available for relocation on the layout plan, and the number of structures to be demolished and rebuilt. 4.6 The bidders must submit a detailed proposal with a tender on the following to be utilized during implementation of the tender: a) Number of jobs to be created through this project; b) Spin-offs to the Local Economy; and c) The work in this contract is labor-intensive and will be done using the d) Expanded Public Works Programme (EPWP). 4.7 That the service shall be supplied and must be executed in strict accordance with the Municipality’s Specification and Conditions of Tender. 5. REGIONAL INFORMATION 5.1 ITEM 1- REGION 1 Region 1 is situated North-West of Pretoria Central and includes the following areas, amongst others, Pretoria North, Akasia, Soshanguve, Mabopane, Ga- Rankuwa and Winterveld. The number of shacks/households to be relocated or rearranged will differ per area of relocation. 5.1.1. PERSONNEL ON SITE - Personnel from the local community that will be required for relocation will be a minimum of 6 per shack (2 for demolition and loading and 4 for off-loading and rebuilding). - The successful contractors must supervise or allocate a responsible person to oversee the relocation process. The supervisor must keep accurate records of the number of relocated households for invoicing purposes. 5.1.2. EQUIPMENT - Protective clothing, including but not limited to (Safety Clothes and Safety Boots, hard hat, goggles, gloves, etc.). - Communication (2X two-way radios OR cell phones); - A minimum team of six labourers with crowbars, pliers, hammers and nails. NO BULLDOZERS OR ANY OTHER EQUIPMENT THAN SPECIFIED WILL BE ALLOWED ON SITE. ALL MOVEMENT ON SITE MUST BE LIMITED TO DEMARCATED STREETS TO AVOID DRIVING OVER PEGS. 5.1.3. RESOURCES - Bidders should possess a minimum of 5 lorries/trucks with a minimum loading capacity of 8 Tons and a maximum load capacity of 12 Tons (as stipulated on 4.1) with rails which should be made available for relocation of households, building materials and their personal belongings to designated areas and rearrangements of households. - Relocation will be done within approximately 25 km radius. 5.2 ITEM 2- REGION 2 Region 2 is situated North of Pretoria Central and includes the following areas, amongst others, Hammanskraal, Kudube, Stinkwater, Majaneng, Ramotse, Suurman, Marokolong, Mashemong, Walmasdal, Rooiwal, Tswaing, New Eesterust, Sinovile, and Montana. The number of shacks/households to be relocated or rearranged will differ per area of relocation. 5.2.1 PERSONNEL ON SITE - Personnel from the local community that will be required for relocation will be a minimum of 6 per shack (2 for demolition and loading and 4 for off-loading and rebuilding). - The successful contractors must supervise or allocate a responsible person to oversee the relocation process. The supervisor must keep accurate records of the number of relocated households for invoicing purposes. 5.2.2 EQUIPMENT - Protective clothing, including but not limited to (Safety Clothes and Safety Boots, hard hat, goggles, gloves, etc.) - Communication (2X two-way radios OR CELL PHONES); - A minimum team of six labourers with crowbars, pliers, hammers and nails. NO BULLDOZERS OR ANY OTHER EQUIPMENT THAN SPECIFIED WILL BE ALLOWED ON SITE. ALL MOVEMENT ON SITE MUST BE LIMITED TO DEMARCATED STREETS TO AVOID DRIVING OVER PEGS. 5.2.3 RESOURCES - Bidders should possess a minimum of 5 lorry/trucks with a minimum load capacity of 8 Tons and maximum load capacity of 12 Tons with rails which should be made available for relocation of households, building materials and their personal belongings to designated areas and rearrangements of households. - Relocation will be done in approximately 25 km radius. 5.3 ITEM 3 - REGION 3 Region 3 is situated in Pretoria Central and West of Pretoria Central includes the following areas, amongst others, Central Business District, Atteridgeville, New Westford, Fort west, Denville, Capital Park, Freedom Park, Andeon, and Booysens. The number of shacks/households to be relocated will differ per area of relocation. 5.3.1 PERSONNEL ON SITE - Personnel from the local community that will be required for relocation will be a minimum of 6 per shack (2 for demolition and loading and 4 for off-loading and rebuilding). - The successful contractors must supervise or allocate a responsible person to oversee the relocation process. The supervisor must keep accurate records of the number of relocated households for invoicing purposes. 5.3.2 EQUIPMENT - Protective clothing, including but not limited to (Safety Clothes and Safety Boots, hard hat, goggles, gloves, etc.) - Communication (2X two-way radios or cell phones); - A minimum team of six labourers with crowbars, pliers, hammers and nails. NO BULLDOZERS OR ANY OTHER EQUIPMENT THAN SPECIFIED WILL BE ALLOWED ON SITE. ALL MOVEMENT ON SITE MUST BE LIMITED TO DEMARCATED STREETS TO AVOID DRIVING OVER PEGS. 5.3.3 RESOURCES - Bidders should possess a minimum of 5 lorry/trucks with a minimum load capacity of 8 Tons and maximum load capacity of 12 Tons with rails which should be made available for relocation of households, building materials and their personal belongings to designated areas and rearrangements of households. - Relocation will be done in approximately 25km radius. 5.4 ITEM 4 – REGION Region 4 is Southwest of Pretoria Central and includes the following areas, amongst others, Centurion, Olievenhoutbosch, Laudium, Itereleng and Mooiplaats etc. The number of shacks/households to be relocated or rearranged will differ per area of relocation. 5.4.1 PERSONNEL ON SITE - Personnel from the local community that will be required for relocation will be a minimum of 6 per shack (2 for demolition and loading and 4 for off-loading and rebuilding). - The successful contractors must supervise or allocate a responsible person to oversee the relocation process. The supervisor must keep accurate records of the number of relocated households for invoicing purposes. 5.4.2 EQUIPMENT - Protective clothing, including but not limited to (Safety Clothes and Safety Boots, hard hat, goggles, gloves, etc.) - Communication (2X two-way radios or cell phones). - A minimum team of six labourers with crowbars, pliers, hammers and nails. NO BULLDOZERS OR ANY OTHER EQUIPMENT THAN SPECIFIED WILL BE ALLOWED ON SITE. ALL MOVEMENT ON SITE MUST BE LIMITED TO DEMARCATED STREETS TO AVOID DRIVING OVER PEGS. 5.4.3 RESOURCES - Bidders should possess a minimum of 5 lorry/trucks with a minimum load capacity of 8 Tons and maximum load capacity of 12 Tons with rails which should be made available for relocation of households, building materials and their personal belongings to designated areas and rearrangements of households. - Relocation will be done in approximately 25km radius. 5.5. ITEM 5 - REGION 5 Region 5 is located Northeast of Pretoria Central and includes the following areas, among others: DeWagendrift, Onverwacht, Kameeldrift, Leeuwfontein, Pienaarspoort, Refilwe, and Rayton. The number of shacks/households to be relocated or rearranged will differ per area of relocation. 5.5.1. PERSONNEL ON SITE - Personnel from the local community that will be required for relocation will be a minimum of 6 per shack (2 for demolition and loading and 4 for off-loading and rebuilding). - The successful contractors must supervise or allocate a responsible person to oversee the relocation process. The supervisor must keep accurate records of the number of relocated households for invoicing purposes. 5.5.2. EQUIPMENT - Protective clothing, including but not limited to (Safety Clothes and Safety Boots, hard hat, goggles, gloves, etc.) - Communication (2X two-way radios or cell phones) - A minimum team of six labourers with crowbars, pliers, hammers and nails. NO BULLDOZERS OR ANY OTHER EQUIPMENT THAN SPECIFIED WILL BE ALLOWED ON SITE. ALL MOVEMENT ON SITE MUST BE LIMITED TO DEMARCATED STREETS TO AVOID DRIVING OVER PEGS. 5.5.3. RESOURCES - Bidders should possess a minimum of 5 lorry/trucks with a minimum load capacity of 8 Tons and a maximum load capacity of 12 Tons with rails which should be made available for relocation of households, building materials and their personal belongings to designated areas and rearrangements of households. - Relocation will be done in approximately 25km radius. 5.6. ITEM 6 - REGION 6 Region 6 is situated Southeast of Pretoria Central and includes the following areas, amongst others, Mamelodi, Nellmapius, Mahube Valley, Eesterust, Silverton, Garsfontein, Equestria, Olympus, Mooikloof, Woodlands, Zwavelpoort and Kamelzynkraal, etc. The number of shacks/households to be relocated or rearranged will differ per area of relocation. 5.6.1. PERSONNEL ON SITE - Personnel from the local community that will be required for relocation will be a minimum of 6 per shack (2 for demolition and loading and 4 for off-loading and rebuilding). - The successful contractors must supervise or allocate a responsible person to oversee the relocation process. The supervisor must keep accurate records of the number of relocated households for invoicing purposes. 5.6.2. EQUIPMENT - Protective clothing, including but not limited to (Safety Clothes and Safety Boots, hard hat, goggles, gloves, etc.) - Communication (2X two-way radios or cell phones). - A minimum team of six labourers with crowbars, pliers, hammers and nails. NO BULLDOZERS OR ANY OTHER EQUIPMENT THAN SPECIFIED WILL BE ALLOWED ON SITE. ALL MOVEMENT ON SITE MUST BE LIMITED TO DEMARCATED STREETS TO AVOID DRIVING OVER PEGS. 5.6.3. RESOURCES - Bidders should possess a minimum of 5 lorries/trucks with a minimum load capacity of 8 Tons and a maximum load capacity of 12 Tons with rails which should be made available for relocation of households, building materials and their personal belongings to designated areas and rearrangements of households. - Relocation will be done within approximately 25km radius. 5.7. ITEM 7 - REGION 7 Region 7 is East of Pretoria Central and includes the following areas, amongst others, Bronkhorspruit, Sokhulumi, Zithobeni, Ekangala and Riemapark, etc The number of shacks/households to be relocated will differ per area of relocation. 5.7.1. PERSONNEL ON SITE - Personnel from the local community that will be required for relocation will be a minimum of 6 per shack (2 for demolition and loading and 4 for off-loading and rebuilding). - The successful contractors must supervise or allocate a responsible person to oversee the relocation process. The supervisor must keep accurate records of the number of relocated households for invoicing purposes. 5.7.2. EQUIPMENT - Protective clothing, including but not limited to (Safety Clothes and Safety Boots, hard hat, goggles, gloves, etc.) - Communication (2X two-way radios or cell phones) - A minimum team of six labourers with crowbars, pliers, hammers and nails. NO BULLDOZERS OR ANY OTHER EQUIPMENT THAN SPECIFIED WILL BE ALLOWED ON SITE. ALL MOVEMENT ON SITE MUST BE LIMITED TO DEMARCATED STREETS TO AVOID DRIVING OVER PEGS. 5.7.3. RESOURCES - Bidders should possess a minimum of 5 lorries/trucks with a minimum load capacity of 8 Tons and a maximum load capacity of 12 Tons with rails which should be made available for relocation of households, building materials and their personal belongings to designated areas and rearrangements of households. - Relocation will be done within approximately 25km radius. 6. EVALUATION CRITERIA The bids will be evaluated in Four (4) stages as follows: Stage 1: Administrative Compliance Stage 2: Mandatory requirements Stage 3: Site Inspections Stage 4: Preferential Point System (90/10) 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 compliance status, the bidder must provide; before 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 municipal service charges, rates and taxes Statement, or signed lease are up to date: Original or copy of Municipal agreement or letter from the Account Statement of the Bidder (bidding local councillor provided for the company) not older than 3 months and bidding company? The name account must not be in arrears for more than and / or addresses of the ninety (90) days; or ,signed lease agreement bidder’s statement correspond or In case of bidders located in informal with CIPC document, Address settlement, rural areas or areas where they on CSD or Company profile? Compulsory Returnable Documentation Submitted Checklist (Guide for (Submission of (YES or NO) Bidder and the Bid these are compulsory) Evaluation Committee) are not required to pay Rates and Taxes a Are municipal service charges, letter from the local councillor confirming they rates and taxes up to date (i.e. are operating in that area not in arrears for more than 90 days? d) In addition to the above, confirmation that all Was a Municipal Account the bidding company’s owners / members / Statement, or signed lease directors / major shareholders municipal agreement or letter from the service charges, rates and taxes are up to local councillor provided for the date: • Original or copy of Municipal Account company’s owners / members / Statement of all the South African based directors / major shareholders? owners / members / directors / major Are municipal service charges, shareholders not older than 3 months and the rates and taxes up to date (i.e. account/s may not be in arrears for more not in arrears for more than 90 than ninety (90) days; or a signed lease 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 (MBD 1, 4, 5, 8 and 9) The person signing (i.e. no blank spaces), All the bid documentation must be authorized to documents fully signed by (any sign on behalf of the bidder. Where the director / member / trustee as signatory is not a Director / Member / Owner / indicated on the CIPC Shareholder of the company, an official letter document, alternatively a of authorization or delegation of authority delegation of authority would should be submitted with the bid document. be required, Documents completed in black ink (i.e. no NB: Bidders must ensure that the directors, “Tippex” corrections, no pencil, trustees, managers, principal shareholders, no other colour ink, or non- or stakeholders of this company, declare submission of the MBD any interest in any other related companies forms, will not be considered) 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 recent three (3) years or Audited Financial R10m in conjunction with MBD Statements from date of existence for 5) companies less than three years old. NB: The bidder must submit signed audited Are Audited financial annual financial statements for the most recent statements provided (Audited three years, or if established for a shorter financials must be signed by period, submit audited annual financial auditor) Or proof that the statements from date of establishment. bidder is not required by law to prepare audited financial If the bidder is not required by law to prepare statements. 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 the bidder tenders as a joint venture) Where provided? JV agreement the bidder bids as a joint venture (JV), the complete and relevant? required or relevant documents as per (a) to Agreement signed by all (f) above must be provided for all JV parties. parties? All required Compulsory Returnable Documentation Submitted Checklist (Guide for (Submission of (YES or NO) Bidder and the Bid these are compulsory) Evaluation Committee) In addition to the above the bidder must documents as per (i.e. a to f) submit a Joint Venture (JV) agreement must be provided for all signed by the relevant parties. partners of the JV. 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 session where applicable must be 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 for in pricing schedule and if not, all items are results in totals being quoted the bidder will be disqualified). Unless incomparable. Bidder must be the tender is awarded per item or per section disqualified. where the bidder only quoted the items or sections, they are interested in. Bidder will be disqualified should 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. STAGE 2: MANDATORY REQUIREMENTS The Bidder must comply with the mandatory requirements below, failing which will result in immediate disqualification: (a) Ownership of the Trucks (i) The Bidder must possess a minimum of 5 lorries/trucks with a minimum load capacity of 8 Tons and a maximum loading capacity of 12 Tons, with rails for the on and off loading of structural materials. The calculation of loading capacity will be determined by this formula: Gross Vehicle Mass (denoted as GVM/BVM) In relation to a motor vehicle, means the maximum mass of such vehicle and its load as specified by the manufacturer thereof or, in the absence of such specification, as determined by the registering authority. Tare/ Terre (denoted as T) In relation to a motor vehicle, means the mass of such vehicle ready to travel on a road and includes the mass of- (a) any spare wheel and of all other accessories and equipment supplied by the manufacturer as standard for the particular model of motor vehicle concerned. (b) anything which is a permanent part of the structure of such vehicle. (c) anything attached to such vehicle. so as to form a structural alteration of a permanent nature; and (d) the accumulators, if such vehicle is self-propelled by electrical power, but does not include the mass of- (i) fuel; and (ii) anything attached to such vehicle which is not of the nature referred to in paragraph (b) or (c); (lxvi) GVM/BVM – T = LOADING CAPACITY (KG) Example: 15500 kg - 7500 kg = 8000 kg Following the above formula the City of Tshwane will only accept trucks with a loading capacity that is between 7000kg to recommended capacity 12 000kg. The information in relation to Gross Vehicle Mass and Tare/Terre will be displayed on the ownership certificate and roadworthy certificates of the truck.The Bidder must supply an ownership certificate, roadworthy certificates of the truck, a valid driver’s license of the truck driver and comprehensive vehicle insurance. (ii) If the Bidder is not the owner of the said Truck as specified in 4.1; they may lease the same. The Bidder must provide a copy of the lease agreement and ownership certificates of the lessor, full details of the trucks including roadworthy certificates of the trucks and comprehensive vehicle insurance. (b) The bidder must submit the following qualifications for Occupational Health and Safety (OHS): Degree or Diploma or Certificate in OHS and registration with the South African Council for the Project and Construction Management Professions (SACPCMP) as a safety officer. (c) Bidders must submit five signed appointment letters and reference letters not older than Five (5) years on the company’s letterhead with contact numbers. STAGE 3: SITE INSPECTION • Only the vehicles of the short-listed bidders will be inspected by the Bid Evaluation Committee. • The Bidder during Inspection of the vehicles must prepare all the required documents (certificates) of all vehicles to be inspected. The City reserves the right to make a necessary arrangements to inspect the trucks of the potential service providers. This includes the possibility of requesting the potential service provider to make the trucks available at any location within City of Tshwane jurisdiction for evaluation. • If the bidder is not the owner of or leases the trucks being offered, the bidder must include full details of the lessor, including the address where these vehicles can be inspected. Note: If one or more vehicles (trucks) submitted on the original tender document is involved in an accident, stolen or affected by disasters such as floods, hailstorms or any natural incidents beyond human control the bidder; the bidder must provide the inspection team with an accident report or report indicating that the vehicle (truck) is affected by disaster or a case number from the South African Police Services in case of theft. A replacement vehicle (truck) that meets all the mandatory requirements will be accepted. LIST DETAILING THE SPECIFIC AREAS TO BE INSPECTED BY BID EVALUATION COMMITTEE DURING THE INSPECTION OF THE TENDER SPECIFICATION FOR THE APPOINTMENT OF A MAXIMUM OF FIVE (5) SERVICE PROVIDERS FOR THE RELOCATION OF HOUSEHOLDS TO DESIGNATED AREAS IN THE CITY OF TSHWANE FOR A PERIOD OF THREE (3) YEARS, AS AND WHEN REQUIRED Name of the Bid Evaluation Member/ Inspector: _______________________ Name of the Bidder: __________________________________ Bid Number: _____________________________ NO: Area to be inspected Findings by the Inspector 3. If the Bidder has the required vehicles (trucks) as specified in 2, the Bidder must have ownership certificate, roadworthy certificates of the trucks, and comprehensive vehicle during the inspection. 4. If the Bidder is leasing or owning a vehicle (truck) and equipment as specified in 2, he/she must have a copy of the lease agreement, ownership certificate, roadworthy certificates of the trucks, and comprehensive vehicle insurance during the inspection. 5. The inspection team to verify the following during inspection: I. Make II. Model III. Year of manufacture IV. Permissible Maximum Vehicle Mass (“V” Rating of Chassis) Kg V. GVM (kg) VI. Engine: Power (kW) VII. Engine: Torque (Nm) VIII. Engine: Capacity (cm2) IX. Payload - (kg) X. Registration number XI. Measures taken in the design of equipment to combat excessive noisiness XII. Unique Company Fleet Number (All items) XIII. Manufacturers' rated capacity of: XIV. Sewer tank: Fabrication material XV. Sewer tank: Capacity (l) NB: Inspection is expected to be conducted for every lorry/(truck) as per the submission of tender in line with the specification. The Inspection team reserves the right to request the bidder to demonstrate how the truck will execute the function as per specification during the inspection. It is important for the bidders to at least have the driver and operators on site who can be able to demonstrate to the satisfaction of the inspection team. I.................................................................., hereby declare that the disclosed information is correct and no other situation of real, potential or apparent of interest is known to me. I undertake to inform Bid Evaluation Committee of any status changes that may be brought to light as a result of any issue that may arise as the meeting progresses. I also undertake to timely inform the Bid Evaluation Committee of any changes in these circumstances during the period when I am still inspecting the trucks and serving as a Bid Evaluation Committee member. Signature by the Bid Evaluation Member/ Inspector: ________________________________ Date: Signature by the Bidder __________________________________ Date: STAGE 4: PREFERENTIAL POINT SYSTEM The preferential point system used will be the 90/10 points system in terms of the Preferential Procurement Policy Framework Act, 2000 (Act ), Regulations 2022. • 90 points for price • 10 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 90 for price only and zero (0) points out of 10 for specific goals. • Cot shall act against any bidder or person when it detects that the specific goals were claimed or obtained on a fraudulent basis. Specific goals 90/10 preference Proof of specific goals to be point system submitted BB-BEE score of Valid Certified copy of BBBEE companies certificate. Sworn Affidavit for B- • 4 Points BBEE qualifying small enterprise or • Level 1 • 3.5 Points Exempt Micro Enterprises or CIPC • Level 2 • 3 Points BBBEE certificate. • Level 3 • 2.5 Points • Level 4 • 2 Points • Level 5 • 1.5 Points • Level 6 • 1 Point • Level 7 • 0.5 Points • Level 8 0 Points • Non-compliant EME and/ or QSE 1 Point Valid Sworn affidavit for B-BBEE qualifying small enterprise or Exempt Micro Enterprises or CIPC BBBEE certificate At least 51% of Women- 1 Point Certified copy of Identity Document/s owned companies and proof of ownership (Sworn Specific goals 90/10 preference Proof of specific goals to be point system submitted affidavit for B-BBEE qualifying small enterprise or Exempt Micro Enterprises, CIPC registration or any other proof of ownership) At least 51% owned 1 Point 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 1 Point Certified copy of Identity Document/s companies by Youth 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 Municipal Account statement/Lease Participation 2 Points agreement. • City of Tshwane 1 Point • Gauteng 1 Point • National 7. PRICING SCHEDULE ITEM DESCRIPTION UNIT OF MEASURE UNIT RATE (Exclusive of VAT) 1 Demolish shacks, load Price per unit shack materials and personal belongings 2 Relocate/ transport shack Price per unit materials and personal belongings 3 Offload shack materials and Price per unit personal belongings 4. Rebuild shacks to a Price per unit maximum size of 30m2 R Total (Exclusive of VAT) VAT @ 15% R Total (Inclusive of VAT) R

Compliance Requirements

Bid Closing Description Department Contact person briefing number date session Tender for the appointment of service providers for Nthabiseng Malada 24 relocation of households toHS 03- Human (nthabisengmal@tshwane.gov.za Not February designated areas within the2025/26 Settlements or 012 358 8672) applicable 2026 at city of tshwane for a period 10:00 of three (3) years as and when required. The document is downloadable on the City of Tshwane website (www.tshwane.gov.za) and on the E-tender portal (www.etenders.gov.za). Each tender shall be enclosed in a sealed envelope that bears the correct identification details and shall be placed in the tender box located at: “Note: Bidders are required to submit electronic copies of the bid either by memory stick/USB flash drive/CD/DVD together with the hard copy of the Bid/Proposals.” Tshwane House 320 Madiba Street Pretoria CBD 0002 Documents must be deposited in the bid box not later than 10:00 on 24 February Bidders must contact the following officials for any enquiries: Technical enquiries: Nthabiseng Malada (012 358 8672 or nthabisengmal@tshwane.gov.za) Supply chain enquiries: Ipfi Davhana (012 358 2994 or ipfid@tshwane.gov.za) Bids will remain valid for a period of 90 days after the closing date. Bids received after the closing date and time will not be considered. The City of Tshwane does not bind itself to accept the lowest or any other bid in whole or in part. INDEX Number Details Document . Very important notice on disqualifications Certificate of authority for signatory B-BBEE Minimum Level: 1 Points Allocation: 3 Points BBBEE
Tender Documents (1)

HS 03-2025.26 Tender Document.pdf

View

To download these documents and access AI-powered analysis, visit the main tender page.

Discussion