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