APPOINTMENT OF A SERVICE PROVIDER FOR INSTALLATION OF CIVIL ENGINEERING
SERVICES: ROADS AND STORMWATER AT NEW MASHIFANE PARK – CONTRACT A2
i. Employer’s Objectives
The Employer’s objectives are to deliver complete civil Engineering services for Phase 2 and Phase 3 of the
Mashifane Park Township. The main objective of the project is to provide a learning opportunity to local
SMME contractors. The SMMEs will carry out approximately 30% of the works under the management and
guidance of an established contractor who will be responsible for the overall works. The established
contractor will be referred to as the Main Contractor. The Main Contractor will be completing the tender
document and is required to consult any of the identified local SMME contractors from the list that will be
provided. It is expected of the Main Contractor to select his preferred SMMEs through the proper channels,
consult and agree with them, the tender pricing, and contractual requirements prior to carrying out the works.
The Bill of Quantities (BOQ) will be divided into four sections as per the scope of works, to allow for pricing
per SMME per section of works and pricing for the Main Contractor. It shall be noted that on each summary
page of the sub-sections, space is provided for the Main Contractor to provide a price for the management
and supervision of the SMME per section. Provision has also been made for the Main Contractor to complete
a P&G cost in the BOQ related to the management of the project as indicated in the BOQ and the SMME
also has a P&G cost to be completed in the BOQ related to performing the work. The Main Contractor will
provide the necessary guarantees and other documents as specified in the tender document and is required
to ensure that the necessary quality control of the works is achieved. OHS is also required on site as specified
in this document.
ii. Overview Of the Works
This contract consists of work within the Mashifane Park Township as per drawing provided.
a. The contractor shall provide for the supply of all labour, materials and plant necessary for the construction
of the Roads and Stormwater Network and Ancillary Works allocated to the Contractor during the contract
period.
b. The Tenderer must anticipate that the work to be allocated for the Contract will cover a variety of traffic,
working and ground conditions.
The items of work included in this contract consist of the following:
I. The barricading of the works including all traffic signs and required protective measures.
II. Trench excavations for drains, stormwater pipes and associated structures.
III. Laying and bedding of concrete, Pvc ,Hdpe and slotted subsoil drainpipes, where needed.
IV. Backfilling of trenches and restoration of ground surfaces on completion.
V. Construction manhole structures, kerb inlets with concrete, precast concrete and / or brick walls
VI. The formation and construction of road layer works.
VII. Stabilization of natural materials for road layers.
VIII. Installation of pre-cast concrete kerbs.
IX. Placing of asphalt
X. Installation of pavers
XI. Road markings
XII. Construction of pedestrian sidewalks.
XIII. Construction of speedhumps
XIV. Installation of signage
XV. Installation of sleeves of future services
RESPONSIVENESS AND EVALUATION
The following evaluation process and criteria will be used to evaluate all bids submitted:
All bids received shall be evaluated in terms of Municipal Supply Chain Management Regulations,
Fetakgomo Tubatse Local Municipality Supply Chain Management Policy, The Preferential
Procurement Regulations, 2022, and other applicable legislation.
The evaluation criteria consist of the following 3 phases:
Phase 1 – Administrative compliance
Phase 2 – Functionality
Phase 3 – Pricing and Specific Goals
Bids must meet the requirements of each phase in order to qualify for further evaluation. Bids that
do not meet the requirements of a particular phase will be disqualified
1. Administrative Compliance – Phase one
The following evaluation process and criteria will be used to evaluate all bids submitted:
1.1 All bids duly lodged will be examined to determine compliance with bidding requirements and
conditions. Bids with obvious deviations from the requirements/conditions, will be eliminated from
further evaluation.
1.2 Critical Criteria:
The following critical criteria have been identified for this bid and any non-compliance thereto
will lead to the bid being regarded as non-responsive and disqualified from further evaluation
on functionality. Bidders will be required to submit the following documents and other
`administrative compliance requirements as follows:
• Company Registration Document (CK) (If JV, for both) must be attached.
• All pages of the tender document, drawings and General Condition of the Contract (GCC) must be
initialled
• Compliant tax status (the Municipality will generate a CSD report during evaluation of the bids to
confirm the tax status).
• Form of offer must be completed and signed
• Form of offer must be completed in figures and words
• All attached MBD forms must be completed in full and signed.
• False or incorrect declaration on any of the MBD forms or tender document will result in
disqualification
• Bill of quantities and tender document to be filled in black ink
• Authority of signatory, signed by all directors/members/shareholders of company/business/ JV, (a
letter showing who is authorised to sign the documents)
• JV agreement submitted (Where applicable)
• Joint Venture agreement, where applicable, the lead partner must have at least 51% or above
shares in the company
• Proof of registration with CIDB attached (in case of Joint Venture both individuals and combined
CIDB must be attached) of Grade 8CE
• Submission of Municipal rates and taxes or municipal service invoice issued to the bidder and all
directors, by any other municipality or municipal entity. The rates and taxes charges must not be in
arrears for more than three months (90 days) for both the bidding company & its directors:
i. If staying in a non-rate-able area, please attach letter from the Tribal Authority / Chief or
Headman / Sworn Affidavit
ii. If you are renting, attach a copy of a valid signed lease agreement.
iii. If the business is operating at the director’s residence, a Sworn Affidavit must be attached
stating such.
• Certified ID copies of directors/shareholders/members to be attached.
• Price amendment without signature will amount to disqualification (Initial / sign all alterations in the
BOQ)
NB: All copies must be certified, the certification must not be older than 6 months of the closing date.
NB: The Municipality reserves the right to verify all submitted documentations
NB: Bidders who fail to comply with either or all of the above mentioned requirements shall be
automatically disqualified.
2. Functionality – Phase two
The quality criteria and maximum score in respect of each of the criteria are as follows
The bidders who complied administratively are considered for further evaluation on ability to execute the
project.
The assessment of functionality will be done in terms of the evaluation criteria and minimum threshold as
specified. A bid will be disqualified if it fails to meet the minimum threshold for functionality as per the bid
invitation.
TECHNICAL EVALUATION CRITERIA
Item Criterion Weighting
Demonstrate relevant Company experience and records 30
Financial Viability
3 Qualifications and experience of the dedicated project
Team / individuals
List of Plant
TOTAL
NB: The minimum cut off points for functionality is 70 points out of 100 points and any bidder scoring
less than 70 points will not be considered for further evaluation.
Tenderers to submit required information as stated below. Non submission will result in loss of points.
Service Providers that qualified pre-evaluation in terms of the functionality cut-off points of 70 points will then
be evaluated in terms 90/10 preference point system.
No Description points Max Points allocation
1 Demonstrate 30 The bidder or JV should demonstrate their Civil Engineering
relevant Company Experience, through the submission corresponding
experience and appointment letters and completion certificates of relevant
records projects within the last ten (10) years of combined minimum of
R30 Million.
• Successful Execution of Roads and stormwater
projects Attach 3 to 5 appointment letters and
corresponding completion certificates - 30 points.
• Successful Execution of Roads and stormwater projects
Attach 2 to 3 appointment letters and corresponding
completion certificates – 20 points
• Successful Execution of Roads and stormwater
projects Attach 1 appointment letters and
corresponding completion certificates – 10 points
Compulsory Attachment of appointment letters and
completion certificates. NB: Copies of completion certificate or
appointment letter must have contactable references (email
and phone number) and contract amount.
The Municipality reserves the right to validate the
attachments.
2 Financial Viability 25 FINANCIAL VIABILITY
1. Financial guarantee letter of intent of R 20million - 25 points
2. Financial guarantee letter of intent between R16 million to
19 million - 20 points
3. Financial guarantee letter of intent between R 10million to
R 15 million - 15 points
4. Financial guarantee letter of intent between R 5 million to
R9 million - 10 points
The Municipality reserves the right to validate the
attachments.
3 Qualifications and 25 • Contract Manager with 5 years’ relevant Experience in
experience of the Civil Engineering and Project Management. Must have a
dedicated project Degree / B Tech in civil Eng and be registered as a
Team / individuals professional with ECSA/PMP/SACPCMP. – 10 Points
• Site Manager with 5 years’ relevant Experience in Civil
Engineering. Must have a National Diploma in Civil Eng
and be registered as a candidate with
ECSA/PMP/SACPCMP. – 5 Points
• General Foreman with 5 years’ relevant Experience in
Construction with NQF Level 6 in Civil Eng – 5 Points
• Safety Officer with 5 years’ relevant Experience in OHS,
National Diploma (NQF Level 6). Intro to Samtrac or
equivalent accredited OHS Certificate. – 5 Points
(Attach detailed CV, Certified ID Copy/Passport (workpermit to
accompany Passport were applicable) and Proofof Certified
Qualifications. Bidders who submit Uncertified documents will
result in zero score)
NB: Foreign qualification should be accompanied by certificate
of SAQA (South African Qualifications Authority).
4 List of Plant 20 Plant Points(owned) Points(leased)
2x Excavators 5 2.5
Water Tanker 16 000L 3 1.5
5X 10m3 Tipper Trucks 2 1
2X Rollers 3 1.5
2X TLBs 2 1
Grader 5 2.5
Bidders must submit proof of ownership / lease agreement of
Plant. Bidder who leases plant must submit valid lease
agreement signed by both parties in case of hiring with proof
of ownership of lesser.
NB: No attachments of the mentioned above documents will
results in zero score and no letter of intent will be accepted.
The Municipality reserves the right to validate the
attachments.
Total 100
Threshold 70 Tenders that do not meet this threshold will be disqualified.
Note: The Municipality has the right to verify the validity of the supporting documents
The bidder must obtain a minimum score of 70% of points allocated for functionality to qualify for further
evaluation on price and Specific goal. The bidders who score less than 70% on functionality will be
disqualified.
NOTE: For the purpose of comparison and in order to ensure a meaningful evaluation, bidders must
submit detailed information in substantiation of compliance to the evaluation criteria mentioned (e.g.
details of relevant previous work undertaken, letters from previous /current clients. etc.)
Minimum Required Score for functionality is: 70 points
Note: A bidder/s that scores less than 70 points out of 100 in respect of functionality will be regarded as
submitting a non-responsive bid and will be disqualified.
Should the relevant bidder/s meet the minimum required percentage or minimum points, they will be evaluated
in terms of price and preference as per the PPPFA Act, No. and its associated Regulations issued by
the National Treasury.
Bidders should note that although the above are the main criteria, the FTLM may consider other factors when
evaluating BIDs and those factors will be discussed with the successful bidder(s) and may not disadvantage
any bidder.
Final Proposal will be evaluated on the basis of the PPPFA 90/10 point system as presented in the Preferential
Procurement Regulations 2022.
The 90/10 point system will be as follows:
3. Pricing and Specific Goals – Phase Three
All bids received shall be evaluated in terms of the Supply Chain Management Regulations,
Fetakgomo Tubatse Local Municipality Supply Chain Management Policy, the Preferential
Procurement Policy Framework Act, amended PPR 2022 and other applicable legislations.
Phase Three. Evaluation on price and specific goals, of APPOINTMENT OF A SERVICE
PROVIDER FOR INSTALLATION OF CIVIL ENGINEERING SERVICES: ROADS AND
STORMWATER AT NEW MASHIFANE PARK – CONTRACT A2
will be evaluated on 90/10 preference point system, where:
Evaluation Criteria Points
1. Price 90
2. Preference point (Special goals) 10
3. Total 100
• Price = Price per bill of quantities below
• Specific goal = Location as per the table below
Local area of supplier Means of verification Number of Points
for Preference
Nationally with the RSA Address on CK Document or 10
Municipal Rates
PRICE – BILL OF QUANTITIES
SEE ATTACHED – ANNEXURE J
ANNEXURE A
MBD 3.1
PRICING SCHEDULE – FIRM PRICES (PURCHASES)
NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES
SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED
IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A
SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY
POINT
Name of Bidder... ..................................................... Bid Number FTM/T45/24/25