Functionality criteria1: Weighting factor:
1. 1. EXPERIENCE: 30
The bidder must submit proof of current and previous projects done.
Bidder to attach appointment letters/orders and completion
certificates/job cards of the related/similar projects.
In case of current project, no completion letter required, however
verfification of contractor's performance will be done by the
evaluation committee.
In case of a subcontracted project, the bidder to attach the copy of the
original appoinment letter of the main contractor.
All the appointment letters/ orders and completion certificates/job
cards should have a traceable contact details for the purpose of
authentication the work done.
5 Projects and above =5 points
4 projects =4 points
3 Projects =3 points
2 Projects =2 points
1 Project =1 point
0 Project =0 point
1The points allocated to each functionality criterion should not be generic but should be determined separately for each
tender on a case by case basis.
of 66
SCHEDULED & UNSCHEDULED MAINTANANCE OF AIRCONDITIONER FOR 24 MONTHS: CLUSTER 7: THEMBISILE HANI & JS
MOROKA MUNICIPALITIES
public works BID NO: NST25/021 & infrastructure
Department:
Public Works and Infrastructure
REPUBLIC OF SOUTHAFRICA
2. 2. FINANCIAL CREDEBILITY: 15
The bidder must submit a valid bank rating letter. The bank rating
letter should not be older than six months from the date of closure of
the projects.
Grade A =5 points
Grade B =4 points
Grade C =3 points
Grade D =2 points
Grade E/ bank confirmation =1 point
3. 3. LOCALITY: 40
The bidder must submit CSD report to serve as a proof of residence.
The prefered address indicated yes on the CSD report will be the one
considered for scoring. Should the bidder submit more than one
prefered address indicated yes on different tenders, they will be
disqualified.
Ehlanzeni District =5 points
Outside Ehlanzeni district =1 point
4. 4. TRANSPORT: 15
Contractors to submit proof of vehicle owned to execute the project.
Vehicle should be on company name or one of the director/s
1 LDV or more =5 points
No vehicle =0 point
5.
6.
7.
8.
TOTAL 100
(Weights for functionality must add up to 100. Weightings will be multiplied by the scores allocated during the evaluation process to arrive
at the total functionality points)
Minimum functionality score to qualify for further evaluation: 70
(Total minimum qualifying score for functionality is 50 Percent, any deviation below or above the 50 Percent, provide motivation below)
of 66
SCHEDULED & UNSCHEDULED MAINTANANCE OF AIRCONDITIONER FOR 24 MONTHS: CLUSTER 7: THEMBISILE HANI & JS
MOROKA MUNICIPALITIES
public works BID NO: NST25/021 & infrastructure
Department:
Public Works and Infrastructure
REPUBLIC OF SOUTHAFRICA
3. EVALUATION METHOD FOR RESPONSIVE BIDS
3.1. The following Evaluation Method for responsive bids will be applicable:
Method 1 (Financial offer) Method 2 (Financial and Preference offer)
3.2. The 80/20 Preference points scoring system will be applicable for this bid
4. RESPONSIVENESS CRITERIA
4.1 Indicate substantive responsiveness criteria applicable for this tender. Failure to comply with the
criteria stated hereunder shall result in the tender offer being disqualified from further
consideration:
Only those tenderers who satisfy the eligibility criteria stated in the Tender Data may submit
1.
tenders.
Tender offer must be properly received on the tender closing date and time specified on the
2. invitation, completed either electronically (if issued in electronic format), or by writing legibly in
non-erasable ink. (All as per Standard Conditions of Tender).
3. Use of correction fluid is prohibited. Corrections to be crossed out and initialled.
4. Submission of a signed bid offer as per the DPW-07 (EC).
5. Submission of DPW-09 (EC): Particulars of Tenderer’s Projects.
6. Bidders must comply with DPW-21 (EC): Record of Addenda to tender documents, if any.
The tenderer shall submit his fully priced Bills of Quantities / Lump Sum Document (complete
7.
document inclusive of all parts) together with his tender.
8. There will be a compulsory bid briefing meeting and all potential bidders must attend.
The tenderer shall submit his fully priced and completed sectional summary- and final summary
9.
pages with the tender.
Submission of registration letter as an electrical contractor for bidder issued by the Department of
10.
Labour (DOL), permitting to issue a Certificate of compliance (COC's)
11. Bidders will be evaluated as per special conditions of bid (SCB-1)
Contractor must submit certified copies of SAQCC licence for gas handling (Category B).
12.
The license must be under the bidding company name
The contractor must provide certified copies of HVAC-R trade test certificates OR
Diploma/Degree (Mechanical Engineering) under an employee or Director. NB certification
13. stamp should not be older than six months
Attach CV, certified ID and a signed contract of employment between the contractor and
employee signed by both parties
Specify other responsiveness criteria 14.
3.3. Indicate administrative requirements applicable for this tender. Tenderers may be required to
submit the below documents where applicable.
The Employer reserves the right to request further information regarding the undermentioned criteria.
Failing to submit further clarification and/or documentation within seven (7) calendar days from request or
as specifically indicated, will disqualify the tender offer from further consideration.
of 66
SCHEDULED & UNSCHEDULED MAINTANANCE OF AIRCONDITIONER FOR 24 MONTHS: CLUSTER 7: THEMBISILE HANI & JS
MOROKA MUNICIPALITIES
public works BID NO: NST25/021 & infrastructure
Department:
Public Works and Infrastructure
REPUBLIC OF SOUTHAFRICA
Any correction to be initialled by the person authorised to sign the tender documentation as per
1. PA 15.1 or PA 15.2 resolution of board/s of directors / or PA15.3 Special Resolution of Consortia
or JV’s.
Submission of applicable (PA-15.1, PA-15.2, PA-15.3): Resolution by the legal entity, or
2. consortium / joint venture, authorising a dedicated person(s) to sign documents on behalf of the
firm / consortium / joint venture.
3. Submission of (PA-11): Bidder’s disclosure
4. Submission of proof of Registration on National Treasury’s Central Supplier Database (CSD).
All parts of tender documents submitted must be fully completed in ink and signed where
5.
required.
Upon request, submission of fingerprints obtainable from local SAPS including any other
6.
additional documentation and information required for vetting purposes.
Upon request, submission of a fully completed security clearance application form with supporting
7. documentation and information as required. The security clearance form will be provided by the
Employer for projects requiring a security clearance.
8. Submission of (PA 40): Declaration of Designated Groups for Preferential Procurement
9. Bidders will be evaluated as per special conditions of bid (SCB-1)
Submission of DPW-09 (EC): Paticular of Tenderer's Projects: Bidders may use 'own form' - the
details of all the tenderers current and previous projects must however be similar to the DPW-09
10.
(EC) forms details. Bidders are required to sign and date the DPW09 / 'own form' and cross-
reference the documents if 'own form' is used.
Submision of DPW-21 (EC): Record of addenda to tender documents: Bidder maybe requested to
11. confirm receipt and or compliance with the "Record of Addenda" if the record of Addenda" was not
submitted with the bid at the closing date.
12. Contractor to submit letter of good standing (COIDA) from Department of Labour
Specify other responsiveness criteria
13.
Specify other responsiveness criteria
14.
3.4. Indicate administrative requirements applicable for specific goals, Tenderers will not be required
to submit the below document if not provided in the original tender proposals, Failure to comply
with the criteria stated hereunder shall result in the tenderer not allocated points for specific
goals.
Submission of (PA-16): Preference Points Claim Form in terms of the Preferential
Procurement Regulations 2022
A trust, consortium or joint venture (including unincorporated consortia and joint
2 ventures) must submit a consolidated B-BBEE Certificate issued by a SANAS
accredited service provider
of 66
SCHEDULED & UNSCHEDULED MAINTANANCE OF AIRCONDITIONER FOR 24 MONTHS: CLUSTER 7: THEMBISILE HANI & JS
MOROKA MUNICIPALITIES
public works BID NO: NST25/021 & infrastructure
Department:
Public Works and Infrastructure
REPUBLIC OF SOUTHAFRICA
5. METHOD TO BE USED TO CALCULATE POINTS FOR SPECIFIC GOALS
5.1. For procurement transaction with rand value greater than R1 Million and up to R50 Million
(Inclusive of all applicable taxes) the specific goals listed below are applicable.
Serial Specific Goals Preference Documentation to be submitted by bidders to
No Points validate their claim for points
allocated
out of 20
1. An EME or QSE or any entity which 10 • SANAS Accredited BBBEE Certificate or
is at least 51% owned by black sworn affidavit where applicable.
people (Mandatory).
2. Located in a specific Local 2 • Official Municipal Rates Statement which is in
Municipality or District Municipality the name of the bidder.
or Metro or Province area for work to Or
be done or services to be rendered • Any Account or statement which is in the name
in that area (Mandatory). of the Bidder.
Or
• Permission To Occupy from local chief in case
of rural areas (PTO) which is in the name of the
bidder.
Or
• Lease Agreement which is in the name of the
bidder.
3. An EME or QSE or any entity which 4 • SANAS Accredited BBBEE Certificate or
is at least 51% owned by black sworn affidavit where applicable.
women (Mandatory).
4. An EME or QSE or any entity which 2 • SANAS Accredited BBBEE Certificate or
is at least 51% owned by black sworn affidavit where applicable.
people with disability (Mandatory). and
• Medical Certificate indicating that the disability
is permanent
or
• South African Social Security Agency
(SASSA) registration indicating that the
disability is permanent
Or
• National Council for Persons with Physical
Disability in South Africa registration
(NCPPDSA)
5. An EME or QSE or any entity which 2 • ID Copy and SANAS Accredited BBBEE
is at least 51% owned by black youth Certificate or sworn affidavit where applicable.
(Mandatory).
6. BID EVALUATION METHOD
This bid will be evaluated according to the preferential procurement model in the PPPFA and the 80/20
preference point scoring system will be applicable
7. ELIGIBILITY IN RESPECT OF RISK TO THE EMPLOYER:
Standard risk management assessment criteria in respect of tenders received for routine projects
in the engineering and construction works environments:
Tender offers will be evaluated by an Evaluation Committee based on the technical and commercial risk
criteria listed hereunder. Each criterion carries the same weight / importance and will be evaluated
individually based on reports presented to the Bid Evaluation Committee by the Professional Team
appointed on the project. A tender offer will be declared non-responsive and removed from any further
evaluation if any one criterion is found to present an unacceptable risk to the Employer.
of 66
SCHEDULED & UNSCHEDULED MAINTANANCE OF AIRCONDITIONER FOR 24 MONTHS: CLUSTER 7: THEMBISILE HANI & JS
MOROKA MUNICIPALITIES
public works BID NO: NST25/021 & infrastructure
Department: In order for the evaluation reports to be prepared by the Professional Team, the
Public Works and Infrastructure Tenderer is obliged to provide comprehensive information on form DPW-09 (EC). REPUBLIC OF SOUTHAFRICA
Failure to complete the said form will cause the tender to be declared non-responsive and
removed from any further consideration. The Employer reserves the right to request additional information
over and above that which is provided by the Tenderer on said form. The information must be provided by
the Tenderer within the stipulated time as determined by the Bid Evaluation Committee, failing which the
tender offer will mutatis mutandis be declared non-responsive.
7.1 Technical risks:
Criterion 1: Experience on comparable projects during the past 5 to 10 years.
The tendering Service Provider’s experience on comparable projects during the past 5 to 10 years. The
number of current and previous comparable projects performed by the Tenderer as per the evaluation
report prepared by the Consultant Team, based on its research and inspection of a representative sample
of the Tenderer’s current and previous work as reflected on form DPW-09 (EC), as well as, if necessary, of
any additional work executed by the Tenderer, not reflected on form DPW-09 (EC). Failing to provide
contactable references will result in the tender offer will be mutatis mutandis declared non-responsive.
Aspects to be regarded as “comparable” includes (but may be extended according to circumstances): size
of projects (measured against monetary value or other project quantifying parameters), nature of projects
(building, engineering, high/low rise, etc.), locality/area of execution (site-specific influences, knowledge of
local conditions, etc.), complexity of project, projects for similar client department irrespective of end
purpose of buildings/facilities created or in progress of being created and time scales of projects (normal,
fast track, etc.) and stage of its/their development.
Criterion 2: Contractual commitment and quality of performance on comparable projects during the
past 5 years.
Adherence to contractual commitments and quality of performance of comparable current and previous
projects performed by the Tenderer during the past 5 years as per the evaluation report prepared by the
Consultant Team, based on its research and inspection of a representative sample of the Tenderer’s
current and previous work as reflected on form DPW-09 (EC), as well as, if necessary, of any additional
work executed by the Tenderer, not reflected on form DPW-09 (EC). Failing to provide contactable
references will result in the tender offer be mutatis mutandis declared non-responsive.
Aspects to be considered include, but are not limited to the following:
1. The level of progress on current projects in relation to the project programme or, if such is not
available/applicable, to the contractual construction period in general;
2. The degree to which previous projects have been completed within the contractual completion periods
and/or extensions thereto, and the extend of penalties imposed;
3. Project performance: time management & programming of works, timeous ordering of materials and
appointment of subcontractors;
4. Financial management: payment to suppliers and cash flow problems;
5. Quality of workmanship: extent of reworks and timeous attention to remedial works;
6. Personnel resources: suitably qualified and experienced, turnover in site staff and labour force,
specifically site manager and foreman;
7. Personnel management: extent of labour disputes and ability to resolving labour disputes amicably;
8. Sub-contractors: extent of turnover in subcontractors, general liaison and payment problems
experienced;
9. Contract administration: contractual aspects such as complying to laws and regulations, insurances,
security, submission of required documentation timeously, reaction to written contract instructions,
appointments of subcontractors, etc. as can generally be expected in standard/normal conditions of
contract.
10. Health & Safety: adherence to regulations and compliance, and number of transgressions & serious
incidents.
11. Plant & equipment: sufficient resources on site and in time.
12. Delays: extent of causing delays, submission of claims timeously, and abuse of or exaggerated delay
claims.
13. Final account: extent to which the contractor assisted in finalising the final account.
of 66
SCHEDULED & UNSCHEDULED MAINTANANCE OF AIRCONDITIONER FOR 24 MONTHS: CLUSTER 7: THEMBISILE HANI & JS
MOROKA MUNICIPALITIES
public works BID NO: NST25/021 & infrastructure
Department:
Public Works and Infrastructure
REPUBLIC OF SOUTHAFRICA
Criterion 3: Suitably qualified and appropriately experienced human resources
Allocation of suitably qualified and appropriately experienced human resources, both in respect of
principals and/or other staff (contract manager, site agent, site foreman including other professional,
technical and/or administrative) of the tendering Service Provider to the project, as proof that the tendering
Service Provider will be able to react/respond appropriately to the Services required herein. The Company
Organogram with CV’s and certified ID’s of all principals and employed workforce as well as proof of
Professional Registration will be verified. Current and future workload of the tenderer in relation to capacity
and capability will also be considered. The tenderer should demonstrate that he or she possesses the
necessary professional and technical qualifications and -competence in relation to the scope of work and
work to be undertaken.
Criterion 4: Attendance of compulsory bid clarification meeting, if applicable
If applicable, submission of confirmation of DPW-16.1 (PSB) attendance of compulsory bid clarification
meeting or proof of attending the compulsory virtual meeting by a suitably qualified and experienced
representative of the tenderer in terms of PA-04 (EC): Notice and Invitation to Tender.
7.2 Commercial risks:
The financial viability assessment evaluates the risk over the life of the construction period, as to whether
the tenderer will be able to deliver the goods and services which are specified in the contract and / or be
able to fulfil guarantees or warranties provided for in the contract in order to complete the project
successfully for the amount tendered.
Aspects to be considered include but are not limited to, the respective rates tendered, bank rating, financial
capability and capacity whether the tenderer has or has access to sufficient financial resources to deliver
the goods or services described in the tender documentation (including fulfilling any guarantees or
warranty claims), whether the tenderer is not subject to any current or impending legal action (either formal
proceedings or notification of legal action) which could impact on the financial standing of the tenderer or
the delivery of the goods or services, financial report from auditors as proof of current liquidity, and
company or any parent company or investor guarantee/s and financial statements.
8. CONTRACT PARTICIPATION GOAL TARGETS AND CIDB B.U.I.L.D. PROGRAMME
The contractor shall achieve in the performance of the contract the following Contract Participation Goals
(CPGs) as described in PG-01.2 (EC): Scope of Work and PG-02.2 (EC): Pricing Assumptions and in
accordance with the feasibility study, which forms part of the specifications in the CPG Section of the
Specification of this contract.
Minimum Targeted Local Manufacturers of Material Contract Participation Goal, in
(a) accordance with the cidb Standard for Contract Participation Goals for Targeting
Enterprises and Labour through Construction Works Contracts as published in the Not applicable
Government Gazette Notice No. November 2017, as amended in cidb
Best Practice Project Assessment Scheme Notice No. September
2020 – Condition of Contract.
Minimum Targeted Local Building Material Suppliers Contract Participation Goal in
(b) accordance with the cidb Standard for Contract Participation Goals for Targeting
Enterprises and Labour through Construction Works Contracts as published in the
Government Gazette Notice No. November 2017, as amended in cidb Not applicable
Best Practice Project Assessment Scheme Notice No. September
2020 – Condition of Contract.
Minimum Targeted Local Labour Skills Development Contract Participation Goal in
(c) accordance with the cidb Standard for Contract Participation Goals for Targeting
Enterprises and Labour through Construction Works Contracts as published in the Not applicable
Government Gazette Notice No. November 2017, as amended in cidb
Best Practice Project Assessment Scheme Notice No. September
2020 – Condition of Contract.
of 66
SCHEDULED & UNSCHEDULED MAINTANANCE OF AIRCONDITIONER FOR 24 MONTHS: CLUSTER 7: THEMBISILE HANI & JS
MOROKA MUNICIPALITIES
public works BID NO: NST25/021 & infrastructure
Department:
Public Works and Infrastructure
REPUBLIC OF SOUTHAFRICA
CIDB BUILD Programme: Minimum Targeted Enterprise Development Contract
(d) Participation Goal in accordance with the cidb Standard for Indirect Targeting for
Enterprise Development through Construction Works Contracts, No 36190 Not applicable
Government Gazette, 25 February 2013, as amended in cidb Best Practice Project
Assessment Scheme Notice No. September 2020 – Condition of
Contract.
cidb BUILD Programme: Minimum Targeted Contract Skills Development Goal in (e)
accordance with the cidb Standard for Developing Skills through Infrastructure
Contracts as published in the Government Gazette Notice No. July Not applicable
2020, as amended in cidb Best Practice Project Assessment Scheme Notice No.
September 2020 – Condition of Contract.
DPWI National Youth Service training and development programme (NYS) – Not applicable (f)
Condition of Contract.
(g) Labour Intensive Works – Condition of Contract. Not applicable
9. COLLECTION OF TENDER DOCUMENTS
Bid documents are available for free download on e-Tender portal www.etenders.gov.za
Alternatively; Bid documents may be collected during working hours at the following address NDPWI,
Eben Donges Building, Cnr Robert and Hancock street, Gqeberha, 6056.
A non-refundable bid deposit of R 100.00 is payable (cash only) on collection of the bid documents.
10. SITE INSPECTION MEETING
Details of Bid Briefing meeting (if any)
There will be a compulsory bid briefing meeting and all potential bidders must attend. Details of the
compulsory bid briefing meeting is indicated in the table below:
Venue: Nelspruit Prison: Main Prison gate
Virtual meeting link: (Type link here or indicate "N/A")
Date of Bid Briefing (if any) Time of Bid Briefing (if any)
Date: Starting time:
13 January 2026 11h00