afzaf0004 np05 tender dossier waterretitulation …sa-tenders.co.za/sites/default/files/afzaf0004...

19
CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (RSAF28/NP/05) CESVI - TENDE TENDER FOR WATER RETICULATION WORKS TENDER DOSSIER A. INSTRUCTIONS TO TENDERERS pag. 2 1. TASKS TO BE EXECUTED 2 2. TIME TABLE 3 3. PERIOD OF VALIDITY 3 4. PARTICIPATION 3 5. LANGUAGE OF OFFERS 3 6. SUBMISSION OF TENDERS 4 7. CONTENT OF TENDERS 4 - 5 8. CURRENCY AND PRICING 5 9. ADDITIONAL INFORMATION BEFORE THE SUBMISSION DEADLINE 5 10. OPENING OF TENDERS 6 11. EVALUATION OF TENDERS 6 12. CONTRACT AWARD AND CONDITIONS 6 13. CANCELLATION OF THE TENDER PROCEDURE 7 14. INFORMATION ABOUT THE CONTRACTING AUTHORITY 7 B. ANNEXES pag. 8 Annex I FINANCIAL OFFER 9 - 12 Annex II TENDERER’S ELIGIBILITY DECLARATION 13 Annex III ETHICAL MANUFACTURING STANDARD DECLARATION 14 Annex IV TENDER GUARANTEE 15 Annex V TECHNICAL SPECIFICATIONS 16 - 19 Project Title: Enhancing environment sustainability, resilience to climate change and improved livelihoods for vulnerable communities in Limpopo Province through sustainable ecotourism development Project Code: DCI-AFS/2013/328 733 Financed by: European Union Cesvi Internal code: RSAF28 – AFZAF0004; Procedure Code: AFZAF0004/NP/05 Budget Line: 6.9.1 Purchase and installation of renewable energy systems for 5 cultural and 4 safari camps 6.9.2 Purchase and installation of water reticulation systems including harvesting and purification 6.10.1 Purchase and installation of renewable energy system for showcase safari camp with 17 units requiring provision of energy 6.10.2 Purchase and installation of water reticulation system including harvesting and purification at showcase camp

Upload: lykhanh

Post on 29-Jul-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (RSAF28/NP/05) CESVI - TENDER FOR CONSTRUCTION WORKS-Showcase Camp (RSAF28/NP/04)

1

TENDER FOR WATER RETICULATION WORKS

TENDER DOSSIER

A. INSTRUCTIONS TO TENDERERS pag. 2

1. TASKS TO BE EXECUTED 2 2. TIME TABLE 3 3. PERIOD OF VALIDITY 3 4. PARTICIPATION 3 5. LANGUAGE OF OFFERS 3 6. SUBMISSION OF TENDERS 4 7. CONTENT OF TENDERS 4 - 5 8. CURRENCY AND PRICING 5 9. ADDITIONAL INFORMATION BEFORE THE SUBMISSION DEADLINE 5

10. OPENING OF TENDERS 6 11. EVALUATION OF TENDERS 6 12. CONTRACT AWARD AND CONDITIONS 6 13. CANCELLATION OF THE TENDER PROCEDURE 7 14. INFORMATION ABOUT THE CONTRACTING AUTHORITY 7

B. ANNEXES pag. 8

Annex I FINANCIAL OFFER 9 - 12 Annex II TENDERER’S ELIGIBILITY DECLARATION 13 Annex III ETHICAL MANUFACTURING STANDARD DECLARATION 14 Annex IV TENDER GUARANTEE 15 Annex V TECHNICAL SPECIFICATIONS 16 - 19

Project Title: Enhancing environment sustainability, resilience to climate change and improved livelihoods for

vulnerable communities in Limpopo Province through sustainable ecotourism development

Project Code: DCI-AFS/2013/328 733

Financed by: European Union

Cesvi Internal code: RSAF28 – AFZAF0004;

Procedure Code: AFZAF0004/NP/05

Budget Line: 6.9.1 Purchase and installation of renewable energy systems for 5 cultural and 4 safari camps

6.9.2 Purchase and installation of water reticulation systems including harvesting and purification

6.10.1 Purchase and installation of renewable energy system for showcase safari camp with 17

units requiring provision of energy

6.10.2 Purchase and installation of water reticulation system including harvesting and purification

at showcase camp

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

2

A. INSTRUCTIONS TO TENDERERS 1. TASKS TO BE EXECUTED 1.1 CESVI is an international NGO, with headquarters in Italy, and operating in various districts in Southern

Africa, where it implements both development and humanitarian projects. CESVI has received a grant from the European Commission for the implementation of a development program entitled “Enhancing environment sustainability, resilience to climate change and improved livelihoods for vulnerable communities in Limpopo Province through sustainable ecotourism development” under contract number DCI-AFS/2013/328 733 and intends to apply a portion of this grant to payments under this contract.

The European Commission will establish the final amount of the grant and will liquidate it to CESVI on completion of the operation on the basis of the expenses presented and declared eligible. No party other than CESVI shall derive any rights from the grant or have any claim to its proceeds. Under no circumstances or for no reason whatsoever will the Commission entertain any request for indemnity or payment directly submitted by the humanitarian organisation’s Contractors.

With the present document, CESVI invites:

To participate in this procurement procedure AFZAF0004/NP/05, under which we would like to solicit the services described here below:

1.2 The operation foresees the following activities to be executed at the Mtomeni safari camp located in Letaba Ranch and the three Cultural camps (Baleni, Fundudzi and Modjadji) of the African Ivory Route - see detailed technical specifications enclosed (Annex V)

The activities to be implemented will include (according to the technical specification - Annex V):

1.2.1 Water harvesting to be established at the camps of Fundudzi and Modjadji

1.2.2 Improvement of boreholes at the camps of Baleni, Fundudzi, Modjadji, Mtomeni

1.2.3 Improvement of river water collection at Mtomeni camp

1.2.4 Provision of 8 (eight) water filtration systems LifeStraw Community as per technical specification

1.2.5 Installation of 8 low-pressure water meters, to monitor water use at the following camps: Baleni, Fundudzi, Modjadji, Mtomeni, Blouberg, Mafefe, Mutale, Nthubu

1.2.6 Installation of a hot water system and plumbing of hot water and cold water distribution at each of the camps: Baleni, Fundudzi, Modjadji, Mtomeni

For the implementation of these interventions CESVI needs the items, plumbing materials and the necessary water reticulation expertise to perform professionally the object of this Tender.

1.3 The subject of the contract is the supply (including delivery, where specified) by the Supplier for the following supplies, equipment and systems, as in Annex I of the Tender Dossier and as described in the technical specifications (Annex V).

1.4 One financial offer should be prepared detailing all of the activities planned with reference to Annex I:

1.5 The Tenderers should apply for all of the activities envisaged in this tender. The contracting authority reserves the right to tender no one, one ore more of the activities according to the available budget.

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

3

2. TIME TABLE

Date Time

Tender Dossier availability 03/11/2015 15:00

Deadline for submission of questions 10/11/2015 12:00

Deadline for replies to Tenderers’ questions 13/11/2015 18:00

Deadline for submission of Tenders 27/11/2015 15:00 Tender opening session 30/11/2015 10:00

Award Notification(s) 3/12/2015 13:00

3. PERIOD OF VALIDITY 3.1 Tenderers shall be bound by their Tenders for a period of 45 days from the deadline for the

submission of Tenders.

3.2 The successful Tenderer will be bound by the Tender for a further period of 60 days following receipt of the notification that the Tenderer has been selected.

4. PARTICIPATION 4.1 To be eligible for participation, Tenderers must provide the certifications listed at Point 7 (Company

Certifications) of the Table in Art. 7.1 in this Section, proving that they comply with the necessary legal, technical and financial requirements. Tenderer’s relevant prior experiences in the field and in NGO’s projects financed by the European Commission will be considered an asset.

4.2 Tenderers have to declare, under their responsibility, that all of the items offered have been manufactured in accordance with international rules against exploitation of child labor and gender discrimination (see Annex III - Ethical Manufacturing Standard Declaration).

4.3 Tenderers have to declare in writing they are not in any of the situations excluding a participant from participating in a tender procedure, by filling and signing Annex II to this Tender (Eligibility Declaration).

The awarded Tenderer will have to produce a sworn statement of Annex II before a judicial or administrative authority, a notary or a qualified professional body in its country of origin or provenance.

4.4 Tenderers are expected to involve local workers for the plumbing works of this proposal. CESVI will provide a list of the labor skills available in the communities where the camps are located. The implementing agent, with the Primary Cooperative Secretary of the concerned Camp and the support of CESVI, will agree about the local labor to be involved in the works for the renovation of the camp.

5. LANGUAGE OF OFFERS 5.1 The language of the tender is English. All correspondence and documents related to the Tender -

including the Contract and the reporting - exchanged by the Tenderer and the Contracting Authority shall be written in the English language.

5.2 In case any of the documents, including the Contract and its annexes, are translated into any other languages, and in case any differences of interpretation should arise, the English version shall prevail.

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

4

6. SUBMISSION OF TENDERS

6.1 Tenders must be received before the deadline specified in Art. 2 above, and must include the documents listed in Art. 7.1.

They must be posted or hand-delivered to the address reported here on the right:

Tenders must comply with the following conditions:

6.2 All Tenders must be submitted in one original copy, type- or hand-written in ink, in accordance with the double envelope system, i.e. in an outer parcel or envelope containing two separate sealed envelopes, one bearing the words "Envelope A - Financial Offer" and the other "Envelope B - Technical Offer ".

6.3 All Tenders must be received by registered mail with acknowledgement of receipt or hand-delivered against receipt signed by CESVI Project Manager or his representative.

6.4 All Tenders, including annexes and all supporting documents, must be submitted in a sealed envelope bearing only:

a) The address reported in Art. 6.1 above; b) The reference code of this Tender Procedure: AFZAF0004/NP/05 c) The words “Not to be opened before the Tender Opening Session” in English;

7. CONTENT OF TENDERS 7.1 All Tenders must comply with the requirements in the Tender dossier and must comprise:

Envelope A: 1. Financial Offers (Annex I)

Envelope B: 2. Tenderer’s Eligibility Declaration (Annex II) 3. Ethical Manufacturing Standard Declaration (Annex III) 4. Tender Guarantee (Annex IV) 5. Technical Specifications - (Annex V) 6. Company Certification

Envelope A 1. Financial Offer

(Annex I) A signed statement (using the format in Annex I) of Part 1: Tenderer’s Declaration and Part 2: Technical Requirements, Price Details, Delivery. The Financial Offer must be drawn up using the excel form, Annex I, provided by Cesvi. The financial offer format and the executive summary have to be completed in all sections. The bid form can be typed or hand-written with indelible ink.

Envelope B 2. Tenderer’s

Eligibility Declaration (Annex II)

A signed statement - using the format in Annex II - with which the Tenderer declares, under its responsibility, not to be in any of the situations, listed in the annex, excluding prospective Tenderers from participating in a Tender.

3. Ethical Manufacturing Declaration (Annex III)

A signed statement - using the format in Annex III - with which the Tenderer declares, under its responsibility, that all of the items offered have been manufactured in accordance with international rules against exploitation of child labour and gender discrimination.

4. Tender Guarantee (Annex IV)

The Tender Guarantee is set at 90,000 Rand. The Guarantee must be presented in the form specified in Annex IV to this Tender Dossier. Unless otherwise provided for in other sections of this Dossier, the Guarantee

Att.: Aurora Oggioni (CESVI Administrator) AFRICAN IVORY ROUTE (Ballanoto Tourism Centre) Hendrik van Eck Street - Phalaborwa, Limpopo

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

5

must remain valid for 30 days beyond the period of validity of the Tender. Tender Guarantees provided by Tenderers who have not been selected shall be returned together with the information letter that the Tenderer has been unsuccessful, within 45 days of the envelopes Opening Session. The Tender Guarantee of the successful Tenderer shall be released on the signing of the Contract, once the Performance Guarantee has been submitted.

5. Technical Specifications

The tender documentation to be presented is expected to include designs and technical information detailing how the works will be executed for each category of works that are required as per technical specification (Annex V).

6. Company Certifications

a) The Company registration certificate b) A bank statement proving ownership of a commercial bank account. c) Proof of economic and financial capacity. It may be provided by attaching one or

more of the following documents: § appropriate statements from banks; § balance sheets or extracts from balance sheets for at least the last two years for

which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established;

§ statement of overall turnover and turnover concerning the works, supplies or services covered by the contract during a period which may be no more than the last three financial years.

If, for some exceptional and justified reason, the Tenderer is unable to provide the references requested, it may prove its economic and financial capacity by any other appropriate means.

c) A Company profile (curriculum of activities and history of experience). One or more of the following documents may furnish proof of technical and professional capacity: § a list of the principal supplies delivered in the past three years, with the sums,

dates and recipients, public or private. § a description of the measures employed to ensure the quality of supplies. § a description of previous similar experiences in the same field, with NGOs or

with projects funded by the European Commission

8. CURRENCY AND PRICING 8.1 The prices of the offers will be expressed in South African Rand (RAND) and they must be

expressed on a lump sum basis that must be inclusive of all annexed costs (in particular, prices must include taxes, transportation where applicable, work on site).

8.2 The prices will be VAT included.

8.3 The prices will be considered fixed and valid for the entire duration of the contract until the complete execution of the works. No additional charge of whatsoever nature and type will be accepted by the Contracting Authority.

9. ADDITIONAL INFORMATION BEFORE THE DEADLINE FOR SUBMISSION OF TENDERS 9.1 Prospective Tenderers shall have - before the deadline for submission of Tenders and according the

deadline as per the Timetable in Art. 2, the chance to:

a) Have a site visits at the camps (GPS Co-ordinates can be found online at http://www.africanivoryroute.co.za/camps). In order to have technical staff at the camp, CESVI requires the tenderer to organize the site visit with AIR local staff at this ph. number: +27 15 781 0690 or +27 15 781 0343

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

6

b) Request additional information on the tasks to be executed under this contract in writing, by mail, to the following address: [email protected]

10. OPENING OF TENDERS 10.1 The Tenders will be opened in public session on 30/11/2015 at 10:00, at Cesvi office in Ballanoto

Tourism Centre by the Committee appointed for the purpose. The address will be confirmed to the Tenderers who have presented a quotation. The Committee will draw up minutes of the session, which will be available on request.

10.2 At the Tender opening, the Tenderers' names, the Tender prices, and such other information as the Contracting Authority may consider appropriate must be announced.

10.3 After the public opening, the Committee will evaluate the Tenders behind closed doors. No information relating to the examination, clarification, evaluation and comparison of Tenders, or recommendations concerning the award of the contract can be disclosed.

11. EVALUATION OF TENDERS 11.1 The Evaluation Committee will check that Tenders comply with the essential requirements of the

Tender Dossier, including the Administrative compliance and the Technical admissibility of each Tender. A Tender is deemed to comply if it satisfies all the conditions, procedures and specifications in the Tender Dossier.

11.2 To facilitate the examination, evaluation and comparison of Tenders, the Evaluation Committee may ask each Tenderer individually for clarification of their Tender, including breakdowns of prices. The request for clarification and the response must be in writing only, but no change in the price or substance of the Tender may be sought, offered or permitted. Decisions to the effect that a Tender is not technically compliant shall be duly justified in the evaluation minutes.

11.3 The Evaluation Committee will choose on the basis of price and technical quality of the proposal. The following weight will be assigned for scoring the proposal received: 60% on price and 40% on technical quality of the proposal. The Evaluation Committee reserves the right to reject those Tenders that - based on the Committee’s analysis - do not reflect real prices at the time of the Tender procedure or do not provide enough assurance that the quality and technical requirements will be respected.

12. CONTRACT AWARD AND CONDITIONS 12.1 The successful Tenderer will be informed in writing that its Tender has been awarded. Within 5

working days of the Notification of Award, and before signing the Contract, the selected Tenderer must provide the Contracting Authority with:

a) a Performance Guarantee (see Art. 12.2)

b) a documentary proof of the Tenderer’s eligibility (see Art. 4.3)

In case the awarded Tenderer fails to provide either of the above documents, or is found to have provided false information, the award will be considered null and void. In such a case, the Contracting Authority may award the tender to another Tenderer or cancel the tender procedure.

12.2 The Performance Guarantee must be presented in the form of a bank cheque or bond guarantee. It will be released within 30 days of the issue of the Final Acceptance Certificate by the Contracting Authority, except for the proportion assigned to after-sales service.

12.3 In case a contract agreement with the successful Tenderer cannot be found within 7 days of the Notification of Award, the Contracting Authority shall consult the Tenderer whose Tender was ranked second by the Evaluation Committee.

12.4 In case the awarded Supplier fails to respect the Contract conditions during the implementation of the contract, the Contracting Authority shall annul the Contract and consult the Tenderer whose Tender was ranked second by the Evaluation Committee.

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

7

12.5 According to the budget available CESVI reserves the right to award all, some or none of the works object of this tender.

13. CANCELLATION OF THE TENDER PROCEDURE 13.1 In the event of a Tender Procedure's cancellation, Tenderers will be notified by the Contracting

Authority. Cancellation may occur where: a) the Tender Procedure has been unsuccessful, namely where no qualitatively or financially

worthwhile Tender has been received or there has been no response at all; b) the economic or technical parameters of the project have been fundamentally altered; c) exceptional circumstances or force majeure render normal performance of the project

impossible; d) all technically compliant Tenders exceed the financial resources available; e) there have been irregularities in the procedure, in particular where these have prevented fair

competition.

In no circumstances will the Contracting Authority be liable for damages, whatever their nature (in particular damages for loss of profits) or relationship to the cancellation of a Tender, even if the Contracting Authority has been advised of the possibility of damages. The publication of a procurement notice does not commit the Contracting Authority to implement the programme or project announced.

14. INFORMATION ABOUT THE CONTRACTING AUTHORITY

CESVI, an international, secular, independent organization based in Italy, is working for global solidarity in 27 different countries overseas with over 25 million Euro as total income for projects during the year 2014.

CESVI is a member of "Alliance 2015" and is recognized as recommended NGO for consultative status to ECOSOC; it has a differentiated portfolio of donors among which are the European Communities and UN, with a remarkable share from fundraising (above 20%).

Further information is available from the following sources :

http://www.cesvi.org/progetti_eng.asp (introduction to CESVI),

http://www.alliance2015.org/ (Alliance 2015 web-site),

www.un.org/News/Press/docs/2004/ngo539.doc.htm (ECOSOC bulletin).

An annual report is available, in English language, at: http://www.cesvi.eu/UserFiles/File/bilancio_2011.pdf

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

8

B. ANNEXES

1. FINANCIAL OFFER - Part 1 tenderers declaration (Annex I) and Part 2: Technical Requirements, Price Details (Annex Ia)

2. Tenderer’s Eligibility Declaration (Annex II)

3. Ethical Manufacturing Declaration (Annex III)

4. Tender Guarantee (Annex IV)

5. Technical Specifications – (Annex V)

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

9

TENDER FOR WATER RETICULATION WORKS

Annex I - FINANCIAL OFFER Part 1: Tenderer’s Declaration

[As part of their tender, each legal entity identified, including every consortium member, must submit a signed declaration using this format. (For consortia, the declaration of the Leader must be a signed original but those of other members may be copies)]

In response to your letter of invitation to tender for the above contract, we, the undersigned, hereby declare that:

1 We have examined and accept in full the content of the Dossier for invitation to tender AFZAF0004/NP/05 of October 2015. We hereby accept its provisions in their entirety, without reservation or restriction.

2 We offer to deliver, in accordance with the terms of the Tender Dossier and in accordance with the technical specification (Annex V) and the conditions and time limits laid down, without reserve or restriction, the following activities:

DESCRIPTION DELIVERY TIME

1 Water harvesting to be established at the camps of Fundudzi and Modjadji

2 Improvement of boreholes at the camps of Baleni, Fundudzi, Modjadji, Mtomeni

3 Improvement of river water collection at Mtomeni camp

4 Provision of 8 (eight) water filtration systems LifeStraw Community as per specification (Annex V)

5 Installation of 8 low-pressure water meters, to monitor water use at the following camps: Baleni, Fundudzi, Modjadji, Mtomeni, Blouberg, Mafefe, Mutale, Nthubu

6 Installation of a hot water system and plumbing of hot water and cold water distribution at each of the camps: Baleni, Fundudzi, Modjadji, Mtomeni

Project Title: Enhancing environment sustainability, resilience to climate change and improved livelihoods for

vulnerable communities in Limpopo Province through sustainable ecotourism development

Project Code: DCI-AFS/2013/328 733

Financed by: European Union

Cesvi Internal code: RSAF28 – AFZAF0004;

Procedure Code: AFZAF0004/NP/05

Budget Line: 6.9.1 Purchase and installation of renewable energy systems for 5 cultural and 4 safari camps

6.9.2 Purchase and installation of water reticulation systems including harvesting and

purification

6.10.1 Purchase and installation of renewable energy system for showcase safari camp with 17

units requiring provision of energy

6.10.2 Purchase and installation of water reticulation system including harvesting and

purification at showcase camp

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

10

3 The price of our tender is:

WATER RETICULATION COST ESTIMATE

African Ivory route

1 Water harvesting to be established at the camps of Fundudzi and Modjadji

2 Improvement of boreholes at the camps of Baleni, Fundudzi, Modjadji, Mtomeni

3 Improvement of river water collection at Mtomeni camp

4 Provision of 8 (eight) water filtration systems LifeStraw Community

5

Installation of 8 low-pressure water meters, to monitor water use at the following camps: Baleni, Fundudzi, Modjadji, Mtomeni, Blouberg, Mafefe, Mutale, Nthubu

6

Installation of a hot water system and plumbing of hot water and cold water distribution at each of the camps: Baleni, Fundudzi, Modjadji, Mtomeni

SUB-TOTAL (Excluding Value Added Tax)

VALUE ADDED TAX @ 14% (VAT)

TOTAL COST (inclusive of value-added tax) R -

4 Discount: N/A

5 This offer is valid for all the period indicated in Part 2 of this Financial Offer (Delivery details and Other instructions), and in Art. 3 of the Instructions to Tenderers, in this order.

6 If our tender is accepted, we undertake to provide a Performance Guarantee as required by Art. 12 of the Instructions to Tenderers.

7 □ Our company has the following nationality:

or

□ Our company and our subcontractors have the following nationality:

..................................................................................................................................................................... 8 We are making this tender □ in our own right

□ as member in the consortium led by ourselves

□ as member in the consortium led by

.....................................................................................................................................................................

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

11

□ We confirm that we are not tendering for the same contract in any other form.

or

□ We confirm, as a member in the consortium, that all members are jointly and severally liable by law for the execution of the contract, that the lead member is authorised to bind, and receive instructions for and on behalf of, each member, that the execution of the contract, including payments, is the responsibility of the lead member, and that all members in the joint venture/consortium are bound to remain in the joint venture/consortium for the entire period of the contract's execution].

9 We are not in any of the situations excluding us from participating in contracts that are listed in Annex II (Tenderer’s Eligibility Declaration) to this Tender Dossier. In the event that our tender is successful, we undertake to provide the proof required under the law of the country in which we are established that we do not fall into the exclusion situations listed in Annex II (Tenderer’s Eligibility Declaration) to this Tender Dossier.

We also undertake, if required, to provide evidence of the financial and economic standing and the technical and professional capacity according to the instructions reported in the Table in Art. 7.1 of the Instructions to Tenderers.

We also understand that if we fail to provide the proof/evidence required, within 15 calendar days after receiving the notification of award, or if the information provided is proved false, the award may be considered null and void.

10 We agree to abide by the ethics clauses in Annex II and, in particular, we declare to have no potential conflict of interests or any relation with other candidates or other parties in the tender procedure at the time of the submission of this application.

11 We will inform the Contracting Authority immediately if there is any change in the above circumstances at any stage during the implementation of the contract. We also fully recognise and accept that any inaccurate or incomplete information deliberately provided in this application may result in our exclusion from this and other contracts funded by the Donor.

12 We note that the Contracting Authority is not bound to proceed with this invitation to tender and that it reserves the right to award only part of the contract. It will incur no liability towards us should it do so.

We also note that the Contracting Authority cannot be held responsible for any costs or expenses incurred by the Tenderers in connection with the preparation and submission of the Tenders.

13 We are aware that, for the purposes of safeguarding the financial interests of the Communities, our personal data may be transferred to internal audit services, to the European Court of Auditors, to the Financial Irregularities Panel or to the European Anti-Fraud Office.

Signature

Name and Surname tel / cell no. email address Duly authorised to sign this Tender on behalf of (name and stamp of the Tendering Company):

Place and date

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

12

Annex Ia - FINANCIAL OFFER Part 2: Technical Requirements, Price, Details, Delivery

Water Harvesting, Boreholes, River water collection, water filtration, water meters, hot water system

and water distribution Financial offer

§ In order to provide a valid quote, please refer to the form enclosed “Financial offer, Part 2"

Technical Specifications § Please provide drawings and any relevant technical documentation about the proposed works to be

carried out Delivery details and other instructions

§ All prices must be expressed as unit prices, in Rand. § All prices must include all due local taxes. Where applicable, the Contracting Authority will act as tax-

withholding agent. § All prices must include uploading, transportation to the delivery site and unloading. § All prices must remain valid until ________________.

Exclusion and Evaluation Criteria

§ Exclusion: - Failure to submit an offer for all the requested items Evaluation: Price = 60% Technical Quality = 40%

NB: If an arithmetic error occurs, it will be corrected by the Evaluation Committee.

Tenderer’s stamp and signature of the Tenderer’s authorised representative

Project Title: Enhancing environment sustainability, resilience to climate change and improved livelihoods for

vulnerable communities in Limpopo Province through sustainable ecotourism development

Project Code: DCI-AFS/2013/328 733

Financed by: European Union

Cesvi Internal code: RSAF28 – AFZAF0004;

Procedure Code: AFZAF0004/NP/05

Budget Line: 6.9.1 Purchase and installation of renewable energy systems for 5 cultural and 4 safari camps

6.9.2 Purchase and installation of water reticulation systems including harvesting and

purification

6.10.1 Purchase and installation of renewable energy system for showcase safari camp with 17

units requiring provision of energy

6.10.2 Purchase and installation of water reticulation system including harvesting and

purification at showcase camp

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

13

TENDER FOR WATER RETICULATION WORKS

Annex II - TENDERER’S ELIGIBILITY DECLARATION [To be completed and signed by the Tenderer] We declare that we are not in any of the below listed situations excluding prospective Tenderers from participating in a Tender: - they are bankrupt or being wound up, are having their affairs administered by the courts, have entered

into an arrangement with creditors, have suspended business activities, are the subject of proceedings concerning those matters, or are in any analogous situation arising from a similar procedure provided for in national legislation or regulations;

- they have been convicted of an offence concerning their professional conduct by a judgement that has the force of res judicata;

- they have been guilty of grave professional misconduct proven by any means that the contracting authority can justify;

- they have not fulfilled obligations relating to the payment of social security contributions or the payment of taxes in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority or those of the country where the contract is to be performed;

- they have been the subject of a judgement that has the force of res judicata for fraud, corruption, involvement in a criminal organization or any other illegal activity detrimental to CESVI and donors’ financial interests;

- following another procurement procedure or grant award procedure financed by CESVI or donors’ budget, they have been declared to be in serious breach of contract for failure to comply with their contractual obligations.

Place and date

Name and Signature of the Tenderer‘s legal representative (name)

(signature)

Duly authorised to sign this tender on behalf of: (name of the Company)

(stamp)

Project Title: Enhancing environment sustainability, resilience to climate change and improved livelihoods for

vulnerable communities in Limpopo Province through sustainable ecotourism development

Project Code: DCI-AFS/2013/328 733

Financed by: European Union

Cesvi Internal code: RSAF28 – AFZAF0004;

Procedure Code: AFZAF0004/NP/05

Budget Line: 6.9.1 Purchase and installation of renewable energy systems for 5 cultural and 4 safari camps

6.9.2 Purchase and installation of water reticulation systems including harvesting and purification

6.10.1 Purchase and installation of renewable energy system for showcase safari camp with 17

units requiring provision of energy

6.10.2 Purchase and installation of water reticulation system including harvesting and purification

at showcase camp

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (RSAF28/NP/05) CESVI - TENDER FOR CONSTRUCTION WORKS-Showcase Camp (RSAF28/NP/04)

14

TENDER FOR WATER RETICULATION WORKS

Annex III - ETHICAL MANUFACTURING STANDARD DECLARATION [To be completed and signed by the Tenderer] In response of your letter of invitation to tender for the above contract, we, the undersigned, hereby declare that the items offered have been manufactured in accordance with International Rules against exploitation of child labour and gender discrimination, as well as in the respect of basic social rights and working conditions. Place and date

Name and Signature of the Tenderer‘s legal representative (name)

(signature)

Duly authorised to sign this tender on behalf of: (name of the Company)

(stamp)

Project Title: Enhancing environment sustainability, resilience to climate change and improved livelihoods for

vulnerable communities in Limpopo Province through sustainable ecotourism development

Project Code: DCI-AFS/2013/328 733

Financed by: European Union

Cesvi Internal code: RSAF28 – AFZAF0004;

Procedure Code: AFZAF0004/NP/05

Budget Line: 6.9.1 Purchase and installation of renewable energy systems for 5 cultural and 4 safari camps

6.9.2 Purchase and installation of water reticulation systems including harvesting and purification

6.10.1 Purchase and installation of renewable energy system for showcase safari camp with 17

units requiring provision of energy

6.10.2 Purchase and installation of water reticulation system including harvesting and purification

at showcase camp

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (RSAF28/NP/05) CESVI - TENDER FOR CONSTRUCTION WORKS-Showcase Camp (RSAF28/NP/04)

15

TENDER FOR WATER RETICULATION WORKS

Annex IV - TENDER GUARANTEE [To be completed and signed by the Tenderer on paper bearing the letterhead of the financial institution] To: Cesvi onlus Via Broseta 68/a 24128 - Bergamo (Italy) We, the undersigned, [name and address of financial institution], hereby irrevocably declare that we will guarantee, as primary obligor, and not merely as a surety on behalf of [Tenderer's name and address], the payment to the Contracting Authority of R90.000, this amount representing the guarantee referred to in Point 4 of the table in Art. 7 of the Instructions to Tenderers. Payment shall be made without objection or legal proceedings of any kind, upon receipt of your first written claim (sent by registered letter with confirmation of receipt) if the Tenderer does not fulfil all obligations stated in its tender. We shall not delay the payment, nor shall we oppose it for any reason whatsoever. We shall inform you in writing as soon as payment has been made. We note that the guarantee will be released at the latest within 45 days of the envelopes Opening Session, including any extensions, in accordance with Point 4 of the table in Art. 7 of the Instructions to Tenderers. The South African Law shall be applicable to this guarantee. Any dispute arising out of or in connection with this guarantee shall be referred to the Italian Consulate in Cape Town. The guarantee will enter into force and take effect from the submission deadline of the tender. Place and date Name and Signature of the Financial Institution’s representative (name)

(signature)

Duly authorised to sign this tender on behalf of:

(stamp of the Financial Institution providing the guarantee)

Project Title: Enhancing environment sustainability, resilience to climate change and improved livelihoods for

vulnerable communities in Limpopo Province through sustainable ecotourism development

Project Code: DCI-AFS/2013/328 733

Financed by: European Union

Cesvi Internal code: RSAF28 – AFZAF0004;

Procedure Code: AFZAF0004/NP/05

Budget Line: 6.9.1 Purchase and installation of renewable energy systems for 5 cultural and 4 safari camps

6.9.2 Purchase and installation of water reticulation systems including harvesting and purification

6.10.1 Purchase and installation of renewable energy system for showcase safari camp with 17

units requiring provision of energy

6.10.2 Purchase and installation of water reticulation system including harvesting and purification

at showcase camp

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (RSAF28/NP/05) CESVI - TENDER FOR CONSTRUCTION WORKS-Showcase Camp (RSAF28/NP/04)

16

TENDER FOR WATER RETICULATION WORKS

Annex V – Technical Specifications -

Technical specifications for tendering

Water harvesting At each of the camps:

• Fundudzi • Modjadji

Four tanks of 5,000 litres each, installed onto 6 meters high stands. Rainwater harvesting systems build with corrugated iron with a surface of at least 100 square meters. Harvested water will feed by gravity the four tanks through gutters. These tanks will also serve to collect water that is generated by other means, such as boreholes, river or being ferried by the camp staff. And the contractor will put all appropriate and required connections in place. Water tank material: UV resistant, Polyethylene Water tank colour: Green Rainwater system, plumbing:

• Overflow • Primary filtering system to remove leaf and big detritus. • Secondary screen to keep mosquitoes and vermin out. • First flush diverter to improve water quality. • Gutters protected from leaves and debris build-up. • Installation should be mosquito proof and proper products should be installed on downpipes and

overflows to prevent insects from getting into the water tanks.

Project Title: Enhancing environment sustainability, resilience to climate change and improved livelihoods for

vulnerable communities in Limpopo Province through sustainable ecotourism development

Project Code: DCI-AFS/2013/328 733

Financed by: European Union

Cesvi Internal code: RSAF28 – AFZAF0004;

Procedure Code: AFZAF0004/NP/05

Budget Line: 6.9.1 Purchase and installation of renewable energy systems for 5 cultural and 4 safari camps

6.9.2 Purchase and installation of water reticulation systems including harvesting and purification

6.10.1 Purchase and installation of renewable energy system for showcase safari camp with 17

units requiring provision of energy

6.10.2 Purchase and installation of water reticulation system including harvesting and purification

at showcase camp

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

17

• Connection of the tanks to the other water sources existing at the camps (borehole pump, river, fountains)

Boreholes At the camp:

• Modjadji The following interventions are expected:

• Borehole to be drilled deeper At the camps:

• Baleni • Mtomeni

The following interventions are expected: • Solar pump with solar panel to feed water distribution system. Solar pump and solar panel to be

adequately protected for theft At the camps:

• Baleni • Mtomeni • Fundudzi • Modjadji

The following interventions are expected: • Testing of the borehole • Borehole water testing • Set-up of a borehole water Filtration System (sand filter + clorine)

River water Installations of a floating pump for water collection from the river at Mtomeni camp. Connection to the water tanks.

Water filtration 8 LifeStraw Community as per specification:

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

18

LifeStraw

Com

munity®

Protection

•Hollow

fibre filtration technology converts contaminated w

ater into safe drinking w

ater•R

emoves a m

inimum

of 99.9999% of bacteria, 99.999 %

of viruses and 99.99%

of protozoan cysts•M

eets the standard for the “highly protective” category of household water

treatment options by the W

orld Health O

rganization and complies w

ith US

E

PA guidelines for microbiological w

ater purifiers

Lifetime

•Can purify betw

een 70,000 -100,000* litres of water, enough to serve

comm

unity settings for several years

Design Features

•Chem

ical-free•M

ade of durable plastic•D

oesn’t require electrical power or batteries

Capacity

•25 litre dirty water tank and 25 litre safe storage tank: total capacity of 50 litres

•Serves approxim

ately 50-100 people per day•Filtration rate: 12 litres/hour

CESVI - TENDER FOR WATER RETICULATION WORKS-Showcase Camp/Cultural Camps (AFZAF0004/NP/05)

19

Water meters Installation of 8 low-pressure water meters, to monitor water use at the following camps:

• Baleni • Blouberg • Fundudzi • Mafefe • Modjadji • Mtomeni • Mutale • Nthubu

The water meters should be able to operate in low-pressure systems, as water distribution at the AIR camps is feed through gravity.

Hot water system At each of the camps:

• Baleni • Fundudzi • Modjadji • Mtomeni

Installation of a centralized hot water heating systems and cold and hot water distribution system composed by:

• No pressurized, closed circuit solar hot water system. Distilled water to be used in the solar collectors

• Dry-back installation. Heat from solar collectors moved by the means of a pump to a heat exchanger for circulating heat between solar collectors and the hot water accumulation tank

• One insulated accumulation hot water tank of 800 liters of capacity • Solar heaters • Heat exchange, either external or via a serpentine running into the hot water accumulation tank • Water pump for circulation of hot water from solar collectors to the heat exchanger • Solar panels sized according to water pump requirements • One wood / charcoal back-up heater to heat the accumulation tank - "donkey" • One gas back-up heater to heat the accumulation tank, by plugging in the existing gas heather

installed at the camps • Stand-by insulated hot water tanks of 40 liters capacity, to be installed at each unit (guests, staff and

communal bathrooms) and connected with the main accumulation tank. These tanks will serve existing accommodation at the following camps:

o Baleni, 7 tanks o Fundudzi, 7 tanks o Modjadji, 7 tanks o Mtomeni, 13 tanks

• One water pump to regularly circulate hot water in the system, from the accumulation hot water tank into the stand-by hot water tanks installed at the user units. The pump must run at regular period of time, day and night, to ensure water in the system is kept at a constant temperature

• Solar panels and gel batteries to provide a constant source of energy to operate the water pump to circulate water between the accumulation hot water tank and the stand-by hot water tanks located at the accommodation units

• All plumbing required to feed the hot water accumulation tank • All required expansion tanks for hot water • All required drainage valves • All required plumbing for hot and cold water distribution at the guest, staff and communal

bathrooms • All required, generously insulated pipes, to operate the hot and cold water distribution system • Hot water will feed the guests, staff and communal ablutions by gravity • Cold water will feed the guests, staff and communal ablutions by gravity