The bid will be evaluated in four (4) phases as outlined below
7.1 Phase1 evaluation: Administrative Compliance: Bidders must ensure that they
complete, and sign documents as indicated below, and the documents must be submitted
as part of the bid document by the closing date and time:
❖ Signed SBD 1: Invitation to Bid
❖ Completed SBD 3.1: Pricing Schedule
❖ Signed SBD 4: Bidders Disclosure
❖ Signed SBD 6.1: Preference Points claim form in terms of the Preferential
Procurement Regulations 2022
❖ Bidders must submit proof for specific goals claim.
❖ The bidder must be registered on Central Supplier Database (CSD): The bidder must
ensure that their company is registered on CSD (attach the CSD report with the bid
document or provide bidder CSD registration number).
Specific goals requirements Required Proof (Copies)
Enterprises with ownership of 51% • CIPC registration documents and,
or more by person/s who are black • B-BBEE certificate/sworn affidavit and,
person/s. • South African Identification
Document
• CSD
Enterprises with ownership of 51% • CIPC registration documents and,
or more by person/s who are • B-BBEE certificate/sworn affidavit and,
women • South African Identification Document
• CSD
Enterprises with ownership of 51% • CIPC registration documents and,
or more by person/s who are youth • B-BBEE certificate/sworn affidavit and
• South African Identification Document
• CSD
Enterprise with ownership of 51% or • Letter from the Doctor confirming
more by person/s with disability Disability
• Medical certificate
• South African Identification Document
7.2 Phase 2 evaluation: Mandatory Requirements:
7.2.1 Below are mandatory required documents which must be submitted with the bid document
and only bidders that have submitted all the documents will be evaluated for phase 3
evaluation. Non submission of all mandatory documents will disqualify the bidder.
DESCRIPTION Bidders must provide substantiation in all instances
where there is indication of c o m p l i a n c e o r non-
compliance, bidders must indicate with yes/no)
MANDATORY REQUIREMENTS (1) Comply (Yes) Comply (No)
1. PROPERTY OWNERSHIP
If the bidder is not the owner, proof of property ownership, proof of agreements/mandate between
the owner(s) and the property management company, registered and practicing as such.
Compliance requirement:
• Copy of the Title deed if owner is directly bidding
or
• Signed deed of transfer
or
• If acting on behalf of the owner attach both copy of the tittle deed/signed deed of transfer and
copy of power of attorney/ signed mandate letter
or
• Signed deed of sale agreement by both the buyer and seller
or
• Signed lease agreements
2. Electrical Certificate of Compliance (ECOC) or Letter of compliance
The ECOC / Letter of Compliance for the building/proposed office space confirms that electrical
installation (wiring, DB board, plugs, etc.) meets the national safety standards.
3. Plumbing Certificate of Compliance (PCOC) or Letter of compliance
The PCOC or Letter of Compliance for the building/proposed office space confirms that all plumbing
work (geysers, pipes, fittings, etc.) meets national safety standards
4. Provide 3 (three) months latest statements issued by local municipality confirming that the account
status on all municipal rates/levies/tax payments are up to date. For the accounts that are not up
to date the bidder to submit an existing agreement between the bidder and Municipality indicating
how the account will be brought up to date.
5. Proof of valid insurance/letter of intent (supported by a quotation from the insurer) to insure the
proposed building (Property/Building Insurance). The Insurance or letter of intent to have a detail
of the property or building that is being insured.
6. Occupational Health and Safety certificate.
7.3 PHASE 3 EVALUATION: FUNCTIONALITY
Functionality evaluation will be conducted in two phases namely:
Functionality A (Technical evaluation) and Functionality B (Site Visit), both amount to 100 points.
FUNCTIONALITY A: TECHNICAL EVALUATON
The Technical threshold for this bid is 100 points.
Bids that fail to meet 80 points will not be considered for functionality B Due Diligence evaluation (site visit)
Evaluation Criteria Supporting
Submission requirements Points Documents
1. Building Structure The space needs to be suitable for the intended use, as per the requirements
stated in the TOR. The usable office space needs to be in appropriate shape that (40)
can accommodate the requirements of PPSA.
Approved floor plans or Usable office area for PPSA space of 708m2
20 layouts should clearly
A. Office area 0 points No evidence submitted or evidence of less than indicate the required
708m2 submitted square meters
20 points Submitted evidence of minimum 708m2 floor plans
B. Parking area Submission of floor plans
Number of onsite parking bays 24 or layouts should clearly
indicate number of
10 parking bays as per the 0 points No of parking bays less than 24 requirements.
10 points Number of onsite parking bays minimum of 24
C. Building Building accessibility parking bays, ramps or elevators for people with Submission of floor
disabilities, including wheelchairs access. plans or layouts should accessibility for
people with clearly indicate
disabilities 5
parking bays, ramps or
elevators for people
with disabilities
including wheelchairs
access
0 points No evidence of access to the building for people with
disabilities
5 points Submitted evidence of access for people with disabilities
D. Ablution facilities for Accessible ablution facilities (male and female) for people with disabilities, Submission of floor
including wheelchairs access plans or layouts people with
disabilities should clearly
indicate ablution
5 facilities for people
with disabilities
including wheelchairs
access
0 points No evidence of ablution facilities for people with disabilities
5 points Submitted of ablution facilities for people with disabilities
2. Planned The bidder must submit planned maintenance schedule and clearly specify Bidder to submit
the responsibilities and liabilities of the Landlord around maintenance issues maintenance schedule maintenance (10)
(air conditioning units, fire equipment, lifts, electricity, back-up power, back- for the planned
up water, plumbing work, day-to-day maintenance of the building.
maintenance for all
10 equipment and services 0 points No evidence submitted
for the duration of the
contract. 10 points Detailed maintenance plan for planned maintenance
submitted
3. Unplanned The bidder must submit the schedule with turnaround times for unplanned 10 Bidder to submit the
maintenance (10) maintenance request for the building (air conditioning units, fire equipment, maintenance schedule
for the unplanned lifts, electricity, back-up power, back-up water, plumbing work)
maintenance indicating
0 points No evidence submitted
the turnaround times for
resolving issues in the
10 points Detailed maintenance plan for unplanned maintenance building for all
submitted
equipment and services
for the duration of the
contract.
4. Capacity to Deliver Provide at least 4 (four) duly signed and dated reference letters which confirm that the bidder
(10) has provided a commercial leasing services, the letters should have contact details of
referee and not more than 5 (five) years old. The PPSA reserves the right to verify the 10
authenticity of references provided by the bidder. Signed Reference letters
0 points No evidence submitted
1 point 1 (one) duly signed reference letter
5 points 3 (three) duly signed reference letters
10 points 4 (four) or more duly signed reference letters
5. Experience and CV’s to be provided of the team who will be the direct liaison with the PPSA, e.g. the Property
Manager and Building/Facility Manager. Expertise (10)
CV will be used as evidence to substantiate the number of years of experience
CVs indicating years of 0 points CV’s provided for the Property Manager and Building /Facility 10
experience in Property Manager – less than 2 years of experience
Management and 5 points CVs provided only for the Property Manager or the Building/
Building /Facility Facility Manager – 3 to 4 years of experience
Management field
10 points CVs provided for both the Property Manager and Building/
Facility Manager- 5 years and above of experience
6. IT Infrastructure (5) Availability of High-Speed Fiber Optic to Business Infrastructure at the proposed building Detailed proposal
High-Speed Fiber 0 points No Fiber Optic or Access to fiber Optic connection more than 100m outside indicating availability,
Optic 5 the proposed building distance and access to
3 points Access to High-Speed Fiber Optic connection between 50m to 100m outside high-
the proposed building and permission granted to install secondary microwave speed fiber optic
link.
5 points Access to High-Speed Fiber Optic connection points inside the proposed connection
building and permission granted to install secondary a microwave link. points.
7. Other ICT A bidder to provide confirmation that server room requirements will be provided as specified 5 Submission of latest
requirements (5) floor plans or layouts
showcasing server
Server-room area • Server room:
room requirements by
• Server room area - 4 x 4 = 16 square meters.
PPSA
• Server room walls and ceilings - fireproof solid brick walls and fireproof ceiling required
(certificate of compliance from a fire professional must be submitted to PPSA).
0 points No evidence submitted or minimum requirements of the above
5 points Compliance with all minimum server room requirements
8. Building Grade: A, Bidder to indicate the condition of the proposed building if it is a new development or existing Submission of a
B or similar (10) facility set-up or newly renovated. grading certificate from
0 points Aged dilapidated or damaged building 10 an accredited
organization
5 points B or any Graded building in good condition or renovated
10 points A Grade building or newly constructed building
TOTAL 100
FUNCTIONALITY B: SITE VISIT CHECKLIST
The Due Diligence (site visit) threshold for this bid is 100 points.
Bids that fail to meet 80 points will not be considered for Phase 4 Evaluation.
Bid Evaluation Committee (BEC)
PointsNo. Definition Points Allocation Comments Allocated
1. Proposed Building Location 10
1.1. The proposed building is located in a radius of 5km from
• CBD
Comment:
1.1.1 Within 0m - 5km from Bisho/King Williams Town CBD 10
1.1.2 Within 5km - 10km of Bisho/King Williams Town CBD 5
1.1.3 > 10km From Bisho/King Williams Town CBD 0
2. Building Grade: A, B or similar 10
2.1 A - Grade building 10
2.2 B or any Graded building in good condition or renovated 5
2.3 Aged dilapidated or damaged building 0
3. Disability Accessibility 10
3.1. The proposed office space provides the following facilities for People Living with Disabilities: Bidder to submit OHS compliant certificate with SANS
10400
• Disability ramp to the main entrance and elevator to 10
access all areas of the proposed office space.
• Disability ramp to the main entrance and no elevator to 5
access all areas of the proposed office space
• No ramp, no elevator for people living with disability to 0
access all areas of the proposed office space
4. Electricity Supply 10
4.1. The proposed office space has a dedicated electricity 10
meter or prepaid meter registered with local Municipality or
accredited service provider.
4.2. The proposed office space has an electrical supply but does not 5
have a dedicated electricity meter registered with local
municipality or accredited service provider.
4.3 The proposed office space has non-compliant electricity meter 0
registered with local municipality.
5. Water Supply 10
5.1. The proposed office space has a dedicated water 10
account/meter registered with local Municipality.
5.2. The proposed office space has a water supply but does not 5
have a dedicated water account/meter registered with local
municipality.
5.3 The proposed office space has non-compliant water 0
account/meter registered with local municipality.
6. Back-up or Alternate power 5
6.1. The proposed office space has back-up power, generator or solar 5
power source provided to the leased building equivalent to one
from the grid
6.2. No back-up power, generator or solar power source provided not 0
equivalent to the grid
7. Back-up Water System 5
7.1. The proposed office space has automated back-up water 5
system provided supplying common arears (ablution facilities
and kitchen areas)
7.2 No back-up water system or back-up water not providing the 0
common arears (ablution facilities and kitchen areas)
8. Accessibility to Public Transport 10
8.1. The proposed office space is accessible to public transport 10
with a distance of up to 1km.
8.2. The proposed office space is accessible to public transport 5
with a distance of more than 1km to 2km.
8.3. The proposed office space is accessible to public transport 0
of more than 2km.
9. Fire Protection System 10
9.1. The proposed offices have the following fire protection systems:
• Fire extinguishers and any other fire protection system 10
• Proposed building has got only fire extinguishers 5
• No fire protection systems 0
10. Heating, Ventilation and Air-Conditioning (HVAC) 10
10.1. Proposed offices have an HVAC system including ducting 10
10.2 Proposed offices have no HVAC system 0
11. Parking facility on site 10
11.1 24 or more onsite parking bays 10
11.2 Less than 24 parking bays or no parking bays 0
Total 100
7.4 Phase 4: Pricing and Specific goals: Only bidders scoring 80 points or more on Functionality evaluation (due diligence) will be evaluated
for pricing and specific goals.
Pricing is 80
Specific goals are 20
7.4.1 The points scored for the specific goal will be added to the points scored for
price and the total will be rounded off to the nearest two decimal places.
7.4.2 The contract will be awarded to the tender scoring the highest points.
7.4.4 If two or more tenders score an equal total number of points, the contract will be awarded to the tenderer that scored the highest points
for specific goals, and if two or more tenderers score equal total points in all respects, the award must be decided by the drawing of lots.
7.5 PRICE
7.5.1 To provide detailed financial proposals, refer to pricing schedule below.
SBD3.1
DETAILED PRICING SCHEDULE
7.5.2 ALL-INCLUSIVE COST-TO-COMPANY GROSS RENTAL (VAT INCLUSIVE), WHICH COMPRISES THE FOLLOWING:
DESCRIPTION YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 YEAR 6 YEAR 7 YEAR 8 YEAR 9 11 MONTHS
COST COST COST COST COST COST COST COST COST INCLUDING COST
INCLUDING INCLUDING INCLUDING INCLUDING INCLUDING INCLUDING INCLUDING ESCALATIONS INCLUDING
ESCALATIONS ESCALATIONS ESCALATIONS ESCALATIONS ESCALATIONS ESCALATIONS ESCALATIONS ESCALATIONS
OFFICE SPACE AND PARKING BAYS
Rate per m2 R R R R R R R R R R
Monthly Basic R R R R R R R R R R
Rental for the full
area
Rate per Parking R R R R R R R R R R
Bay
Monthly Basic R R R R R R R R R R
Rental for a l l
p a r k i n g b a y s
Monthly Basic R R R R R R R R R R
Rental for full
area and parking
bays (Including
VAT)
Annual Basic R R R R R R R R R R
Rental for full
area and parking
bays (Incl VAT)
Office space and Parking Bays Grand Total (Including 15% VAT and escalations): R
7.6 OPERATION COSTS AND EXPENSES
Provide a full list of all applicable items that are included in the All-inclusive Operating Costs
DESCRIPTION of YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 YEAR 6 YEAR 7 YEAR 8 YEAR 9 11 MONTHS
Operating Cost COST INCLUDINGESCALATIONS INCLUDINGESCALATIONS INCLUDINGESCALATIONS INCLUDINGESCALATIONS INCLUDINGESCALATIONS INCLUDINGESCALATIONS INCLUDINGESCALATIONS INCLUDINGESCALATIONS INCLUDINGESCALATIONS
Provide a full list of all applicable items that are included in the All-inclusive Operating Cost
Services
Water consumption R R R R R R R R R R
Electricity consumption R R R R R R R R R R
Back-up power R R R R R R R R R R
Back-up water R R R R R R R R R R
Sanitation R R R R R R R R R R
Maintenance
Internal maintenance R R R R R R R R R R
External maintenance R R R R R R R R R R
Garden (if applicable) R R R R R R R R R R
Air conditioning R R R R R R R R R R
Lifts R R R R R R R R R R
Floor covering normal R R R R R R R R R R
wear
Rates and Insurance
Municipal rates R R R R R R R R R R
Insurance R R R R R R R R R R
SASRIA insurance R R R R R R R R R R
Other Responsibilities
Contracts costs R R R R R R R R R R
Stamp duty R R R R R R R R R R
Fire Fighting equipment R R R R R R R R R R
Cost of alterations R R R R R R R R R R
Monthly operating costs & R R R R R R R R R R
expenses for the full
area upon which Operating
costs & expenses are levied
(Including VAT)
Annual operating costs & R R R R R R R R R R
expenses for the full
area upon which Operating
costs & expenses are levied
(Including VAT)
Annual escalations rate Not %
(%) applicable
Operating costs Grand Total (Including 15% VAT and escalations): R
B. TENANT INSTALLATION OR TENANT INSTALLATION ALLOWANCE
Space Planning and interior design inclusive of research, detailing, drawings and revisions R
allowances
Tenant installation allowance R
Total R
Grand Total for Office space and Parking Bays + Operating costs (Including 15% VAT and escalations): R
DATE: ..........................................................................................
CAPACITY UNDER WHICH THIS BID IS SIGNED: ............................................................
PART B:
8. General conditions of contracts
8.1 The General Conditions of Contracts (GCC) as set out by the National Treasury will be
applicable in all instances.
9. Other bid requirements
9.1 The PPSA reserves the right to disqualify any bidder which does not comply with anyone
or more of the required information as indicated below:
9.1.1 If the bidder/s submit their bids without all the data and information requested.
9.1.2 Proposal that did not submit mandatory documents stipulated in the RFP document.
9.1.3 Proposal that fails to comply with the specification.
9.1.4 Proposal that contains any information that is found to be incorrect or misleading in any
way or Bidders who submit information that is fraudulent, factually untrue or inaccurate
information.
9.1.5 Bidders who submit incomplete information and documentation according to the
requirements of this RFP document.
9.1.6 Bidders who receive information not available to other potential bidders through
fraudulent means.
10. PPSA reserves the right:
10.1 Not to award or cancel this bid at any time
10.2 To negotiate with one or more Preferred or Reserved Bidders identified in the evaluation
process, regarding any terms and conditions, including price without offering the same
opportunity to any other Bidder who has not been awarded the status of the Preferred
or Reserved Bidder.
10.3 To award in part or in full.
10.4 To award this bid to one or more bidders.
10.5 To negotiate prices of items that are contracted and should these items be available at
a competitive price than the contracted price, PPSA will request the current bidder to
reduce their price to be inline failing which; these will be purchased out of contract.
10.6 To cancel and/or terminate the bid process at any stage, including after the Closing Date
and/or after presentations have been made, and/or after bids have been evaluated
and/or after the Preferred Bidders have been notified of their status as such.
10.7 To carry out explanatory meetings to verify the nature and quality of the services bidding
for, whether before or after adjudication of the bid at the bidder’s corporate offices and /
or at client sites if so required.
10.8 To award the contract to a Bidder whose bid was not the lowest in price.
10.9 To award the bid to a Bidder who is not the highest scoring Bidder.
10.10 To correct any mistakes at any stage of the bid that may have been in the bid documents
or occurred at any stage of the bid process.
10.11 The PPSA is entitled to amend any bid conditions, bid validity period, RFP specifications,
or extend the bid closing date, all before the bid closing date. All bidders, to whom the
RFP documents have been issued and where the PPSA has record of such bidders,
may be advised in writing of such amendments in good time and any such changes will
also be posted on the PPSA’s website under the relevant tender information. All
prospective bidders should therefore ensure that they visit the website regularly and
before they submit their bid response to ensure that they are kept updated on any
amendments in this regard.
10.12 The PPSA reserves the right not to accept the lowest priced bid or any bid in part or in
whole. It normally awards the contract to the bidder who proves to be fully capable of
handling the contract and whose bid is functionally acceptable and/or financially
advantageous to the PPSA.
10.13 The PPSA reserves the right to request all relevant information, agreements, and other
documents to verify information supplied in the bid response.
10.14 The bidder hereby gives consent to the PPSA to conduct background checks, including
FICA verification, on the bidding entity and any of its directors / trustees / shareholders