rdlr-0025(2013/2014) - minister of rural development and land … · 2013-07-22 ·...

78
RDLR-0025(2013/2014) APPOINTMENT OF A SERVICE PROVIDER TO DEVELOP AN URBAN DESIGN FRAMEWORK ALONG THE R59 IN MIDVAAL LOCAL MUNICIPALITY IN GAUTENG PROVINCE WITHIN A PERIOD OF SEVEN (7) MONTHS. THERE WILL BE NO BRIEFING SESSION FOR THIS BID. TECHNICAL ENQUIRIES : Ms. Mamonyane Mokoena TEL : (012) 312 8662 EMAIL : [email protected] BID RELATED ENQUIRIES : Ms. Daisy Mongwai/ Mr. Kopano Ntsoane TEL : (012) 312 8359/ 9518/ 9448 EMAIL : [email protected] : [email protected] Page 1 of 78

Upload: others

Post on 07-Jan-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

RDLR-0025(2013/2014)

APPOINTMENT OF A SERVICE PROVIDER TO DEVELOP AN URBAN DESIGN FRAMEWORK ALONG THE R59 IN MIDVAAL LOCAL MUNICIPALITY IN GAUTENG PROVINCE WITHIN A PERIOD OF SEVEN (7) MONTHS.

THERE WILL BE NO BRIEFING SESSION FOR THIS BID. TECHNICAL ENQUIRIES : Ms. Mamonyane Mokoena TEL : (012) 312 8662 EMAIL : [email protected] BID RELATED ENQUIRIES : Ms. Daisy Mongwai/ Mr. Kopano Ntsoane TEL : (012) 312 8359/ 9518/ 9448 EMAIL : [email protected] : [email protected]

Page 1 of 78

Page 2: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

LA 1.1

Chief Directorate: Supply Chain and Facilities Management Services: Sub-Directorate: Demand and Acquisition Management Services: Enquiries: Mr. Abie Olyn: Tel: (012) 312 9518

YOU ARE HEREBY INVITED TO BID TO THE DEPARTMENT OF RURAL DEVELOPMENT

AND LAND REFORM _____________________________________________________________________________ BID NUMBER: RDLR-0025 (2013/2014) CLOSING TIME: 11H00 CLOSING DATE: 08 AUGUST 2013 BIDS RECEIVED AFTER THE CLOSING TIME AND DATE AS A RULE WILL NOT BE ACCEPTED FOR CONSIDERATION ______________________________________________________________________

1. Kindly furnish us with a bid for services shown on the attached forms.

2. Attached please find the General Contract Conditions (GCC), LA1.1, LA1.2, LA1.3, LA1.6, LA1.7 SBD1, SBD 2, SBD 3, SBD4, SBD 5, SBD 8, SBD9 , Credit Instruction forms and terms of reference.

3. If you are a sole agent or sole supplier you should indicate your market price after

discount to your other clients or if that is not possible your percentage net profit before tax, in order to decide whether the price quoted is fair and reasonable.

4. The attached forms must be completed in detail and returned with your bid. Each bid

document must be submitted in a separate sealed envelope stipulating the following information: Name and Address of the bidder, Bid number and closing date of bid. (failure to comply will disqualify your proposal)

Yours faithfully SIGNED M BOTHA DEPUTY DIRECTOR: ACQUISITION MANAGEMENT DATE: 19 JULY 2013

Page 2 of 78

Page 3: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

MAP TO BIDDER BOX (B BOX)

RDLR-0025(2013/2014) CLOSING DATE: 08 AUGUST 2013 AT 11:00

YOU ARE HEREBY INVITED TO BID TO THE GOVERNMENT OF THE REPUBLIC OF SOUTH AFRICA (DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM) BIDS RECEIVED AFTER THE CLOSING TIME AND DATE ARE LATE AND WILL AS A RULE NOT BE ACCEPTED FOR CONSIDERATION. THE SBD 1 FORM MUST BE SIGNED IN THE ORIGINAL AND WITH BLACK INK SUBMIT ALL BIDS ON THE OFFICIAL FORMS – DO NOT RETYPE. The Bid documents must be deposited in The Bid box which is identified as the Bid/tender box of the

Department of Rural Development & Land Reform Acquisition Management (BIDS) THE OLD BUILDING 184 JEFF MASEMOLA STREET, PRETORIA, 0001

THE BID BOX OF THE OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT & LAND REFORM IS OPEN 24 HOURS A DAY, 7 DAYS A WEEK. THE BID BOX WILL BE CLOSED AT 11H00 WHICH IS THE CLOSING TIME OF BIDS. BIDDERS SHOULD ENSURE THAT BIDS ARE DELIVERED TIMEOUSLY TO THE CORRECT ADDRESS SUBMIT EACH BID IN A SEPARATE SEALED ENVELOPE

Minnaar str.

Bosm

an str.

Paul

Kru

ger s

tr.

S

SOUTH BLOCK

B box

184 Jeff Masemola Old Building

Jeff Masemola str.

Page 3 of 78

Page 4: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

1

Annexure A

GOVERNMENT PROCUREMENT

GENERAL CONDITIONS OF CONTRACT

July 2010 NOTES The purpose of this document is to:

(i) Draw special attention to certain general conditions applicable to government bids, contracts and orders; and (ii) To ensure that clients be familiar with regard to the rights and obligations of all parties involved in doing business with government.

In this document words in the singular also mean in the plural and vice versa and words in the masculine also mean in the feminine and neuter.

The General Conditions of Contract will form part of all bid documents and may not be amended.

Special Conditions of Contract (SCC) relevant to a specific bid, should be compiled separately for every bid (if (applicable) and will supplement the General Conditions of Contract. Whenever there is a conflict, the provisions in the SCC shall prevail.

Page 4 of 78

Page 5: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

2

TABLE OF CLAUSES 1. Definitions 2. Application 3. General 4. Standards 5. Use of contract documents and information; inspection 6. Patent rights 7. Performance security 8. Inspections, tests and analysis 9. Packing 10. Delivery and documents 11. Insurance 12. Transportation 13. Incidental services 14. Spare parts 15. Warranty 16. Payment 17. Prices 18. Contract amendments 19. Assignment 20. Subcontracts 21. Delays in the supplier’s performance 22. Penalties 23. Termination for default 24. Dumping and countervailing duties 25. Force Majeure 26. Termination for insolvency 27. Settlement of disputes 28. Limitation of liability 29. Governing language 30. Applicable law 31. Notices 32. Taxes and duties 33. National Industrial Participation Programme (NIPP) 34. Prohibition of restrictive practices

Page 5 of 78

Page 6: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

3

General Conditions of Contract 1. Definitions

1. The following terms shall be interpreted as indicated: 1.1 “Closing time” means the date and hour specified in the bidding

documents for the receipt of bids. 1.2 “Contract” means the written agreement entered into between the

purchaser and the supplier, as recorded in the contract form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

1.3 “Contract price” means the price payable to the supplier under the

contract for the full and proper performance of his contractual obligations.

1.4 “Corrupt practice” means the offering, giving, receiving, or soliciting

of any thing of value to influence the action of a public official in the procurement process or in contract execution.

1.5 "Countervailing duties" are imposed in cases where an enterprise abroad is subsidized by its government and encouraged to market its products internationally. 1.6 “Country of origin” means the place where the goods were mined,

grown or produced or from which the services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components.

1.7 “Day” means calendar day. 1.8 “Delivery” means delivery in compliance of the conditions of the

contract or order. 1.9 “Delivery ex stock” means immediate delivery directly from stock

actually on hand. 1.10 “Delivery into consignees store or to his site” means delivered and

unloaded in the specified store or depot or on the specified site in compliance with the conditions of the contract or order, the supplier bearing all risks and charges involved until the supplies are so delivered and a valid receipt is obtained.

1.11 "Dumping" occurs when a private enterprise abroad market its goods

on own initiative in the RSA at lower prices than that of the country of origin and which have the potential to harm the local industries in the RSA.

Page 6 of 78

Page 7: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

4

1.12 ”Force majeure” means an event beyond the control of the supplier and not involving the supplier’s fault or negligence and not foreseeable. Such events may include, but is not restricted to, acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

1.13 “Fraudulent practice” means a misrepresentation of facts in order to

influence a procurement process or the execution of a contract to the detriment of any bidder, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the bidder of the benefits of free and open competition.

1.14 “GCC” means the General Conditions of Contract. 1.15 “Goods” means all of the equipment, machinery, and/or other materials

that the supplier is required to supply to the purchaser under the contract.

1.16 “Imported content” means that portion of the bidding price represented

by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or his subcontractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation costs such as landing costs, dock dues, import duty, sales duty or other similar tax or duty at the South African place of entry as well as transportation and handling charges to the factory in the Republic where the supplies covered by the bid will be manufactured.

1.17 “Local content” means that portion of the bidding price which is not

included in the imported content provided that local manufacture does take place.

1.18 “Manufacture” means the production of products in a factory using

labour, materials, components and machinery and includes other related value-adding activities.

1.19 “Order” means an official written order issued for the supply of goods

or works or the rendering of a service. 1.20 “Project site,” where applicable, means the place indicated in bidding

documents. 1.21 “Purchaser” means the organization purchasing the goods. 1.22 “Republic” means the Republic of South Africa. 1.23 “SCC” means the Special Conditions of Contract. 1.24 “Services” means those functional services ancillary to the supply of

the goods, such as transportation and any other incidental services, such as installation, commissioning, provision of technical assistance, training, catering, gardening, security, maintenance and other such obligations of the supplier covered under the contract.

Page 7 of 78

Page 8: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

5

1.25 “Written” or “in writing” means handwritten in ink or any form of electronic or mechanical writing.

2. Application

2.1 These general conditions are applicable to all bids, contracts and orders including bids for functional and professional services, sales, hiring, letting and the granting or acquiring of rights, but excluding immovable property, unless otherwise indicated in the bidding documents.

2.2 Where applicable, special conditions of contract are also laid down to

cover specific supplies, services or works. 2.3 Where such special conditions of contract are in conflict with these

general conditions, the special conditions shall apply.

3. General 3.1 Unless otherwise indicated in the bidding documents, the purchaser shall not be liable for any expense incurred in the preparation and submission of a bid. Where applicable a non-refundable fee for documents may be charged.

3.2 With certain exceptions, invitations to bid are only published in the

Government Tender Bulletin. The Government Tender Bulletin may be obtained directly from the Government Printer, Private Bag X85, Pretoria 0001, or accessed electronically from www.treasury.gov.za

4. Standards 4.1 The goods supplied shall conform to the standards mentioned in the

bidding documents and specifications.

5. Use of contract documents and information; inspection.

5.1 The supplier shall not, without the purchaser’s prior written consent, disclose the contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the purchaser in connection therewith, to any person other than a person employed by the supplier in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

5.2 The supplier shall not, without the purchaser’s prior written consent,

make use of any document or information mentioned in GCC clause 5.1 except for purposes of performing the contract.

5.3 Any document, other than the contract itself mentioned in GCC clause

5.1 shall remain the property of the purchaser and shall be returned (all copies) to the purchaser on completion of the supplier’s performance under the contract if so required by the purchaser.

5.4 The supplier shall permit the purchaser to inspect the supplier’s records

relating to the performance of the supplier and to have them audited by auditors appointed by the purchaser, if so required by the purchaser.

6. Patent rights 6.1 The supplier shall indemnify the purchaser against all third-party

claims of infringement of patent, trademark, or industrial design rights arising from use of the goods or any part thereof by the purchaser.

7. Performance 7.1 Within thirty (30) days of receipt of the notification of contract award,

Page 8 of 78

Page 9: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

6

security the successful bidder shall furnish to the purchaser the performance security of the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the

purchaser as compensation for any loss resulting from the supplier’s failure to complete his obligations under the contract.

7.3 The performance security shall be denominated in the currency of the

contract, or in a freely convertible currency acceptable to the purchaser and shall be in one of the following forms:

(a) a bank guarantee or an irrevocable letter of credit issued by a

reputable bank located in the purchaser’s country or abroad, acceptable to the purchaser, in the form provided in the bidding documents or another form acceptable to the purchaser; or

(b) a cashier’s or certified cheque 7.4 The performance security will be discharged by the purchaser and

returned to the supplier not later than thirty (30) days following the date of completion of the supplier’s performance obligations under the contract, including any warranty obligations, unless otherwise specified in SCC.

8. Inspections, tests and analyses

8.1 All pre-bidding testing will be for the account of the bidder. 8.2 If it is a bid condition that supplies to be produced or services to be

rendered should at any stage during production or execution or on completion be subject to inspection, the premises of the bidder or contractor shall be open, at all reasonable hours, for inspection by a representative of the Department or an organization acting on behalf of the Department.

8.3 If there are no inspection requirements indicated in the bidding

documents and no mention is made in the contract, but during the contract period it is decided that inspections shall be carried out, the purchaser shall itself make the necessary arrangements, including payment arrangements with the testing authority concerned.

8.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3

show the supplies to be in accordance with the contract requirements, the cost of the inspections, tests and analyses shall be defrayed by the purchaser.

8.5 Where the supplies or services referred to in clauses 8.2 and 8.3 do not

comply with the contract requirements, irrespective of whether such supplies or services are accepted or not, the cost in connection with these inspections, tests or analyses shall be defrayed by the supplier.

8.6 Supplies and services which are referred to in clauses 8.2 and 8.3 and

which do not comply with the contract requirements may be rejected. 8.7 Any contract supplies may on or after delivery be inspected, tested or

analyzed and may be rejected if found not to comply with the requirements of the contract. Such rejected supplies shall be held at the

Page 9 of 78

Page 10: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

7

cost and risk of the supplier who shall, when called upon, remove them immediately at his own cost and forthwith substitute them with supplies which do comply with the requirements of the contract. Failing such removal the rejected supplies shall be returned at the suppliers cost and risk. Should the supplier fail to provide the substitute supplies forthwith, the purchaser may, without giving the supplier further opportunity to substitute the rejected supplies, purchase such supplies as may be necessary at the expense of the supplier.

8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the

purchaser to cancel the contract on account of a breach of the conditions thereof, or to act in terms of Clause 23 of GCC.

9. Packing 9.1 The supplier shall provide such packing of the goods as is required to

prevent their damage or deterioration during transit to their final destination, as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing, case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.

9.2 The packing, marking, and documentation within and outside the

packages shall comply strictly with such special requirements as shall be expressly provided for in the contract, including additional requirements, if any, specified in SCC, and in any subsequent instructions ordered by the purchaser.

10. Delivery and documents

10.1 Delivery of the goods shall be made by the supplier in accordance with the terms specified in the contract. The details of shipping and/or other documents to be furnished by the supplier are specified in SCC.

10.2 Documents to be submitted by the supplier are specified in SCC.

11. Insurance 11.1 The goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in the SCC.

12. Transportation 12.1 Should a price other than an all-inclusive delivered price be required,

this shall be specified in the SCC.

13. Incidental services

13.1 The supplier may be required to provide any or all of the following services, including additional services, if any, specified in SCC:

(a) performance or supervision of on-site assembly and/or

commissioning of the supplied goods; (b) furnishing of tools required for assembly and/or maintenance

of the supplied goods; (c) furnishing of a detailed operations and maintenance manual

for each appropriate unit of the supplied goods; (d) performance or supervision or maintenance and/or repair of

the supplied goods, for a period of time agreed by the parties,

Page 10 of 78

Page 11: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

8

provided that this service shall not relieve the supplier of any warranty obligations under this contract; and

(e) training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied goods.

13.2 Prices charged by the supplier for incidental services, if not included in

the contract price for the goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier for similar services.

14. Spare parts 14.1 As specified in SCC, the supplier may be required to provide any or all

of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the supplier:

(a) such spare parts as the purchaser may elect to purchase from the

supplier, provided that this election shall not relieve the supplier of any warranty obligations under the contract; and

(b) in the event of termination of production of the spare parts: (i) Advance notification to the purchaser of the pending

termination, in sufficient time to permit the purchaser to procure needed requirements; and

(ii) following such termination, furnishing at no cost to the purchaser, the blueprints, drawings, and specifications of the spare parts, if requested.

15. Warranty 15.1 The supplier warrants that the goods supplied under the contract are

new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials unless provided otherwise in the contract. The supplier further warrants that all goods supplied under this contract shall have no defect, arising from design, materials, or workmanship (except when the design and/or material is required by the purchaser’s specifications) or from any act or omission of the supplier, that may develop under normal use of the supplied goods in the conditions prevailing in the country of final destination.

15.2 This warranty shall remain valid for twelve (12) months after the

goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the contract, or for eighteen (18) months after the date of shipment from the port or place of loading in the source country, whichever period concludes earlier, unless specified otherwise in SCC.

15.3 The purchaser shall promptly notify the supplier in writing of any

claims arising under this warranty. 15.4 Upon receipt of such notice, the supplier shall, within the period

specified in SCC and with all reasonable speed, repair or replace the defective goods or parts thereof, without costs to the purchaser.

15.5 If the supplier, having been notified, fails to remedy the defect(s)

within the period specified in SCC, the purchaser may proceed to take such remedial action as may be necessary, at the supplier’s risk and expense and without prejudice to any other rights which the purchaser

Page 11 of 78

Page 12: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

9

may have against the supplier under the contract.

16. Payment 16.1 The method and conditions of payment to be made to the supplier under this contract shall be specified in SCC.

16.2 The supplier shall furnish the purchaser with an invoice accompanied

by a copy of the delivery note and upon fulfillment of other obligations stipulated in the contract.

16.3 Payments shall be made promptly by the purchaser, but in no case later

than thirty (30) days after submission of an invoice or claim by the supplier.

16.4 Payment will be made in Rand unless otherwise stipulated in SCC.

17. Prices 17.1 Prices charged by the supplier for goods delivered and services performed under the contract shall not vary from the prices quoted by the supplier in his bid, with the exception of any price adjustments authorized in SCC or in the purchaser’s request for bid validity extension, as the case may be.

18. Contract amendments

18.1 No variation in or modification of the terms of the contract shall be

made except by written amendment signed by the parties concerned.

19. Assignment 19.1 The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the purchaser’s prior written consent.

20. Subcontracts 20.1 The supplier shall notify the purchaser in writing of all subcontracts

awarded under this contracts if not already specified in the bid. Such notification, in the original bid or later, shall not relieve the supplier from any liability or obligation under the contract.

21. Delays in the supplier’s performance

21.1 Delivery of the goods and performance of services shall be made by the supplier in accordance with the time schedule prescribed by the purchaser in the contract.

21.2 If at any time during performance of the contract, the supplier or its

subcontractor(s) should encounter conditions impeding timely delivery of the goods and performance of services, the supplier shall promptly notify the purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the supplier’s notice, the purchaser shall evaluate the situation and may at his discretion extend the supplier’s time for performance, with or without the imposition of penalties, in which case the extension shall be ratified by the parties by amendment of contract.

21.3 No provision in a contract shall be deemed to prohibit the obtaining of

supplies or services from a national department, provincial department, or a local authority.

21.4 The right is reserved to procure outside of the contract small quantities

or to have minor essential services executed if an emergency arises, the supplier’s point of supply is not situated at or near the place where the supplies are required, or the supplier’s services are not readily

Page 12 of 78

Page 13: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

10

available.

21.5 Except as provided under GCC Clause 25, a delay by the supplier in the performance of its delivery obligations shall render the supplier liable to the imposition of penalties, pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of penalties.

21.6 Upon any delay beyond the delivery period in the case of a supplies

contract, the purchaser shall, without canceling the contract, be entitled to purchase supplies of a similar quality and up to the same quantity in substitution of the goods not supplied in conformity with the contract and to return any goods delivered later at the supplier’s expense and risk, or to cancel the contract and buy such goods as may be required to complete the contract and without prejudice to his other rights, be entitled to claim damages from the supplier.

22. Penalties 22.1 Subject to GCC Clause 25, if the supplier fails to deliver any or all of

the goods or to perform the services within the period(s) specified in the contract, the purchaser shall, without prejudice to its other remedies under the contract, deduct from the contract price, as a penalty, a sum calculated on the delivered price of the delayed goods or unperformed services using the current prime interest rate calculated for each day of the delay until actual delivery or performance. The purchaser may also consider termination of the contract pursuant to GCC Clause 23.

23. Termination for default

23.1 The purchaser, without prejudice to any other remedy for breach of contract, by written notice of default sent to the supplier, may terminate this contract in whole or in part:

(a) if the supplier fails to deliver any or all of the goods within

the period(s) specified in the contract, or within any extension thereof granted by the purchaser pursuant to GCC Clause 21.2;

(b) if the Supplier fails to perform any other obligation(s) under the contract; or

(c) if the supplier, in the judgment of the purchaser, has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

23.2 In the event the purchaser terminates the contract in whole or in part,

the purchaser may procure, upon such terms and in such manner as it deems appropriate, goods, works or services similar to those undelivered, and the supplier shall be liable to the purchaser for any excess costs for such similar goods, works or services. However, the supplier shall continue performance of the contract to the extent not terminated.

23.3 Where the purchaser terminates the contract in whole or in part, the

purchaser may decide to impose a restriction penalty on the supplier by prohibiting such supplier from doing business with the public sector for a period not exceeding 10 years.

23.4 If a purchaser intends imposing a restriction on a supplier or any

person associated with the supplier, the supplier will be allowed a time period of not more than fourteen (14) days to provide reasons why the

Page 13 of 78

Page 14: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

11

envisaged restriction should not be imposed. Should the supplier fail to respond within the stipulated fourteen (14) days the purchaser may regard the intended penalty as not objected against and may impose it on the supplier.

23.5 Any restriction imposed on any person by the Accounting Officer /

Authority will, at the discretion of the Accounting Officer / Authority, also be applicable to any other enterprise or any partner, manager, director or other person who wholly or partly exercises or exercised or may exercise control over the enterprise of the first-mentioned person, and with which enterprise or person the first-mentioned person, is or was in the opinion of the Accounting Officer / Authority actively associated.

23.6 If a restriction is imposed, the purchaser must, within five (5) working

days of such imposition, furnish the National Treasury, with the following information: (i) the name and address of the supplier and / or person restricted by the

purchaser; (ii) the date of commencement of the restriction (iii) the period of restriction; and (iv) the reasons for the restriction. These details will be loaded in the National Treasury’s central database of suppliers or persons prohibited from doing business with the public sector.

23.7 If a court of law convicts a person of an offence as contemplated in

sections 12 or 13 of the Prevention and Combating of Corrupt Activities Act, No. 12 of 2004, the court may also rule that such person’s name be endorsed on the Register for Tender Defaulters. When a person’s name has been endorsed on the Register, the person will be prohibited from doing business with the public sector for a period not less than five years and not more than 10 years. The National Treasury is empowered to determine the period of restriction and each case will be dealt with on its own merits. According to section 32 of the Act the Register must be open to the public. The Register can be perused on the National Treasury website.

24. Anti-dumping and countervailing duties and rights

24.1 When, after the date of bid, provisional payments are required, or anti-dumping or countervailing duties are imposed, or the amount of a provisional payment or anti-dumping or countervailing right is increased in respect of any dumped or subsidized import, the State is not liable for any amount so required or imposed, or for the amount of any such increase. When, after the said date, such a provisional payment is no longer required or any such anti-dumping or countervailing right is abolished, or where the amount of such provisional payment or any such right is reduced, any such favourable difference shall on demand be paid forthwith by the contractor to the State or the State may deduct such amounts from moneys (if any) which may otherwise be due to the contractor in regard to supplies or services which he delivered or rendered, or is to deliver or render in terms of the contract or any other contract or any other amount which may be due to him

Page 14 of 78

Page 15: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

12

25. Force Majeure

25.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall not be liable for forfeiture of its performance security, damages, or termination for default if and to the extent that his delay in performance or other failure to perform his obligations under the contract is the result of an event of force majeure.

25.2 If a force majeure situation arises, the supplier shall promptly notify

the purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure event.

26. Termination for insolvency

26.1 The purchaser may at any time terminate the contract by giving written notice to the supplier if the supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser.

27. Settlement of Disputes 28. Limitation of liability

27.1 If any dispute or difference of any kind whatsoever arises between the purchaser and the supplier in connection with or arising out of the contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

27.2 If, after thirty (30) days, the parties have failed to resolve their dispute

or difference by such mutual consultation, then either the purchaser or the supplier may give notice to the other party of his intention to commence with mediation. No mediation in respect of this matter may be commenced unless such notice is given to the other party.

27.3 Should it not be possible to settle a dispute by means of mediation, it

may be settled in a South African court of law. 27.4 Mediation proceedings shall be conducted in accordance with the rules

of procedure specified in the SCC. 27.5 Notwithstanding any reference to mediation and/or court proceedings

herein, (a) the parties shall continue to perform their respective obligations

under the contract unless they otherwise agree; and (b) the purchaser shall pay the supplier any monies due the supplier. 28.1 Except in cases of criminal negligence or willful misconduct, and in

the case of infringement pursuant to Clause 6; (a) the supplier shall not be liable to the purchaser, whether in

contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier to pay penalties and/or damages to the purchaser; and

Page 15 of 78

Page 16: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

13

(b) the aggregate liability of the supplier to the purchaser, whether under the contract, in tort or otherwise, shall not exceed the total contract price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

29. Governing language

29.1 The contract shall be written in English. All correspondence and other documents pertaining to the contract that is exchanged by the parties shall also be written in English.

30. Applicable law

30.1 The contract shall be interpreted in accordance with South African laws, unless otherwise specified in SCC.

31. Notices 31.1 Every written acceptance of a bid shall be posted to the supplier

concerned by registered or certified mail and any other notice to him shall be posted by ordinary mail to the address furnished in his bid or to the address notified later by him in writing and such posting shall be deemed to be proper service of such notice

31.2 The time mentioned in the contract documents for performing any act

after such aforesaid notice has been given, shall be reckoned from the date of posting of such notice.

32. Taxes and duties

32.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the purchaser’s country.

32.2 A local supplier shall be entirely responsible for all taxes, duties,

license fees, etc., incurred until delivery of the contracted goods to the purchaser.

32.3 No contract shall be concluded with any bidder whose tax matters are

not in order. Prior to the award of a bid the Department must be in possession of a tax clearance certificate, submitted by the bidder. This certificate must be an original issued by the South African Revenue Services.

33. National Industrial Participation (NIP) Programme 34. Prohibition of Restrictive practices

33.1 The NIP Programme administered by the Department of Trade and Industry shall be applicable to all contracts that are subject to the NIP obligation.

34.1 In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of

1998, as amended, an agreement between, or concerted practice by, firms, or a decision by an association of firms, is prohibited if it is between parties in a horizontal relationship and if a bidder (s) is / are or a contractor(s) was / were involved in collusive bidding (or bid rigging).

34.2 If a bidder(s) or contractor(s), based on reasonable grounds or

evidence obtained by the purchaser, has / have engaged in the restrictive practice referred to above, the purchaser may refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties as contemplated in the Competition Act No. 89 of 1998.

Page 16 of 78

Page 17: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

14

34.3 If a bidder(s) or contractor(s), has / have been found guilty by the Competition Commission of the restrictive practice referred to above, the purchaser may, in addition and without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered, and / or terminate the contract in whole or part, and / or restrict the bidder(s) or contractor(s) from conducting business with the public sector for a period not exceeding ten (10) years and / or claim damages from the bidder(s) or contractor(s) concerned.

Js General Conditions of Contract (revised July 2010)

Page 17 of 78

Page 18: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

SBD 1 INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE DEPARTMENT OF RURAL DEVELOPMENT

AND LAND REFORM BID NUMBER: RDLR-0025 (2013/2014) CLOSING DATE: 08 AUGUST 2013 CLOSING TIME: 11:00 DESCRIPTION: APPOINTMENT OF A SERVICE PROVIDER TO AN URBAN DESIGN FRAMEWORK ALONG R59 IN

MIDVAAL LOCAL MUNICIPALITY IN GAUTENG PROVINCE WITHIN A PERIOD OF SEVEN (7) MONTHS. VALIDITY PERIOD: 90 DAYS The successful bidder will be required to fill in and sign a written Contract Form (SBD 7). BID DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT: DEPARTMENT OF RURAL DEVELOPMENT

AND LAND REFORM 184 JEFF MASEMOLA STREET PRETORIA, 0001

Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration. The bid box is generally open 24 hours a day, 7 days a week. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS – (NOT TO BE RE-TYPED) THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT

THE FOLLOWING PARTICULARS MUST BE FURNISHED (FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED)

NAME OF BIDDER ……………………………………………………………………………………………………………………… POSTAL ADDRESS …………………………………………………………………………………………………………………. STREET ADDRESS ………………………………………………………………………………………………………………… TELEPHONE NUMBER CODE……………NUMBER……………………………………………………………………………….. CELLPHONE NUMBER ………………………………………………………………………………………………………………… FACSIMILE NUMBER CODE ………… .NUMBER………………………………………………………………………………… E-MAIL ADDRESS …………………………………………………………………………………………………………………. VAT REGISTRATION NUMBER ………………………………………………………………………………………………………………… HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN SUBMITTED? (SBD 2) YES or NO HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED? (SBD 6.1) YES or NO IF YES, WHO WAS THE CERTIFICATE ISSUED BY? AN ACCOUNTING OFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)…….…………….………………………… ………...� A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS); OR………………………………….…� A REGISTERED AUDITOR ………………………………...………..� [TICK APPLICABLE BOX] ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS / SERVICES / WORKS OFFERED? YES or NO [IF YES ENCLOSE PROOF]

Page 18 of 78

Page 19: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

SIGNATURE OF BIDDER ……………………………………………………………………………………………………………….. DATE ……………………………………………………………………………………………………………….. CAPACITY UNDER WHICH THIS BID IS SIGNED ………………………………………………………………………………………………………………

_____________________________________________________________________________________________________________________

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:

Department: Rural Development and Land Reform Contact Person: Ms. Daisy Mongwai/ Mr. Kopano Ntsoane Tel: (012) 312 8359/ 9518/ 9448 E-mail address [email protected] E-mail address [email protected]

ANY ENQUIRIES REGARDING TECHNICAL INFORMATION MAY BE DIRECTED TO:

Contact Person: Ms. Mamonyane Mokoena Tel: (012) 312 8662 E-mail address: [email protected]

Page 19 of 78

Page 20: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

LA1.6: RESOLUTION OF BOARD OF DIRECTORS RESOLUTION of a meeting of the Board of *Directors / Members / Partners of: ______________________________________________________________________________________ ______________________________________________________________________________________ (legally correct full name and registration number, if applicable, of the Enterprise) Held at ______________________________________________ (place) on __________________________________________________ (date) RESOLVED that: 1 The Enterprise submits a Tender to the Department of Rural Development and Land Reform in respect of

the following project: ___________________________________________________________________________________

___________________________________________________________________________________ (project description as per Tender Document)

Tender Number: ___________________________________________(Tender Number as per Tender Document)

2 *Mr/Mrs/Ms: __________________________________________________________________________

in *his/her Capacity as: ________________________________________________(Position in the Enterprise) and who will sign as follows: ___________________________________________________________

be, and is hereby, authorised to sign the Tender, and any and all other documents and/or correspondence in connection with and relating to the Tender, as well as to sign any Contract, and any and all documentation, resulting from the award of the Tender to the Enterprise mentioned above.

Name Capacity Signature

1

2

3

4

5

6

7

8 Note: ENTERPRISE STAMP 1. * Delete which is not applicable. 2. NB. This resolution must be signed by all

the Directors / Members / Partners of the Tendering Enterprise.

3. Should the number of Directors /

Members / Partners exceed the space available above, additional names capacity and signatures must be supplied on a separate page.

Page 20 of 78

Page 21: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

LA1.6 RESOLUTION OF BOARD OF DIRECTORS TO ENTER INTO CONSORTIA OR JOINT VENTURES

RESOLUTION of a meeting of the Board of *Directors / Members / Partners of: ____________________________________________________________________________________ ____________________________________________________________________________________ (Legally correct full name and registration number, if applicable, of the Enterprise) held at ______________________________________________ (place) on __________________________________________________ (date) RESOLVED that: 1 The Enterprise submits a Tender, in consortium/joint venture with the following Enterprises:

____________________________________________________________________________________________

____________________________________________________________________________________________

(List all the legally correct full names and registration numbers, if applicable, of the Enterprises forming the consortium/joint venture)

to the Department of Rural Development and Land Reform in respect of the following project: ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ (Project description as per Tender Document) Tender Number: _________________________________________(Tender Number as per Tender Document)

2 *Mr/Mrs/Ms: _________________________________________________________________________

in *his/her Capacity as: _____________________________________________(Position in the Enterprise) and who will sign as follows: ___________________________________________________________ be, and is hereby, authorised to sign a consortium/joint venture agreement with the parties listed under item 1 above, and any and all other documents and/or correspondence in connection with and relating to the consortium/joint venture, in respect of the project described under item 1 above.

3 The Enterprise accept joint and several liability with the parties listed under item 1 above for the due

fulfilment of the obligations of the joint venture deriving from, and in any way connected with, the Contract to be entered into with the Department in respect of the project described under item 1 above.

4 The Enterprise choose as its domicilium citandi et executandi for all purposes arising from this joint venture

agreement and the Contract with the Department in respect of the project under item 1 above:

Physical address: _______________________________

_______________________________ _______________________________ _________________________ (code)

Page 21 of 78

Page 22: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

Postal Address: _______________________________ _______________________________

_______________________________ _________________________ (code)

Telephone number: _________________________ (code) Fax number: _________________________ (code)

Name Capacity Signature

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

Note: ENTERPRISE STAMP 1. * Delete which is not applicable. 2. NB. This resolution must be signed by all

the Directors / Members / Partners of the Tendering Enterprise.

3. Should the number of Directors /

Members / Partners exceed the space available above, additional names, capacity and signatures must be supplied on a separate page.

Page 22 of 78

Page 23: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

LA1.6 SPECIAL RESOLUTION OF CONSORTIA OR JOINT VENTURES RESOLUTION of a meeting of the duly authorised representatives of the following legal entities who have entered into a consortium/joint venture to jointly tender for the project mentioned below: (legally correct full names and registration numbers, if applicable, of the Enterprises forming a consortium/joint venture) 1 __________________________________________________________________________________

__________________________________________________________________________________

2 __________________________________________________________________________________

__________________________________________________________________________________

3 __________________________________________________________________________________

__________________________________________________________________________________

4 __________________________________________________________________________________

__________________________________________________________________________________

5 __________________________________________________________________________________

__________________________________________________________________________________

6 __________________________________________________________________________________

__________________________________________________________________________________

7 __________________________________________________________________________________

__________________________________________________________________________________

8 __________________________________________________________________________________

__________________________________________________________________________________

Held at ______________________________________________ (place) on __________________________________________________ (date) RESOLVED that: A. The above-mentioned Enterprises submit a tender in consortium/joint venture to the Department of Rural

Development and Land Reform in respect of the following project: ______________________________________________________________________________ ______________________________________________________________________________ (Project description as per Tender Document)

Tender Number: ___________________________________________(Tender Number as per Tender Document)

Page 23 of 78

Page 24: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

B. Mr/Mrs/Ms: _________________________________________________________________________ in *his/her Capacity as: _______________________________________________(Position in the Enterprise) and who will sign as follows: ___________________________________________________________ be, and is hereby, authorised to sign the tender, and any and all other documents and/or correspondence in connection with and relating to the tender, as well as to sign any Contract, and any and all documentation, resulting from the award of the tender to the Enterprises in consortium/joint venture mentioned above.

C. The Enterprises constituting the consortium/joint venture, notwithstanding its composition, shall conduct all business under the name and style of:

___________________________________________________________________________________

D. The Enterprises to the consortium/joint venture accept joint and several liability for the due fulfilment of

the obligations of the consortium/joint venture deriving from, and in any way connected with, the Contract entered into with the Department in respect of the project described under item A above.

E. Any of the Enterprises to the consortium/joint venture intending to terminate the consortium/joint venture

agreement, for whatever reason, shall give the Department 30 days written notice of such intention. Notwithstanding such decision to terminate, the Enterprises shall remain jointly and severally liable to the Department for the due fulfilment of the obligations of the consortium/joint venture as mentioned under item D above.

F. No Enterprise to the consortium/joint venture shall, without the prior written consent of the other

Enterprises to the consortium/joint venture and of the Department, cede any of its rights or assign any of its obligations under the consortium/joint venture agreement in relation to the Contract with the Department referred to herein.

G. The Enterprises choose as the domicilium citandi et executandi of the consortium/joint venture for all

purposes arising from the consortium/joint venture agreement and the Contract with the Department in respect of the project under item A above:

Physical address: _______________________________ _______________________________

_______________________________ _________________________ (code) Postal Address: _______________________________ _______________________________

_______________________________ _________________________ (code)

Telephone number: _________________________ (code) Fax number: ______________________________ (code)

Page 24 of 78

Page 25: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

Name Capacity Signature

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

Note:

1 * Delete which is not applicable. 2. NB: This resolution must be signed by all the Duly Authorised Representatives of the Legal Entities to the consortium/joint

venture submitting this tender. 3. Should the number of Duly Authorised Representatives of the Legal Entities joining forces in this tender exceed the space

available above, additional names, capacity and signatures must be supplied on a separate page. 4. Resolutions, duly completed and signed, from the separate Enterprises who participate in this consortium/joint venture must be

attached to the Special Resolution.

Page 25 of 78

Page 26: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

LA1.7 AUTHORITY OF SIGNATORY Signatories for companies, closed corporations and partnerships must establish their authority BY ATTACHING TO THIS FORM, ON THEIR ORGANISATIONS’S LETTERHEAD STATIONERY, a copy of the relevant resolution by their Board of Directors, Members or Partners, duly signed and dated. An EXAMPLE is shown below for a COMPANY:

MABEL HOUSE (Pty) Ltd

By resolution of the Board of Directors taken on 20 May 2000,

MR A.F JONES

has been duly authorised to sign all documents in connection with

Contract no RDLR-0002(2012/2013), and any contract which may arise there from,

on behalf of Mabel House (Pty) Ltd.

SIGNED ON BEHALF OF THE COMPANY: (Signature of Managing Director)

IN HIS CAPACITY AS: Managing Director

DATE: 20 May 2000

SIGNATURE OF SIGNATORY: (Signature of A.F Jones)

As witnesses:

1. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

2. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Signature of person authorised to sign the tender: . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date: . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Page 26 of 78

Page 27: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

SBD 2

TAX CLEARANCE CERTIFICATE REQUIREMENTS

It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the bidder’s tax obligations. 1 In order to meet this requirement bidders are required to complete in full the attached form TCC 001

“Application for a Tax Clearance Certificate” and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submit bids.

2 SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one) year

from the date of approval. 3 The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original

and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable.

4 In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate

Tax Clearance Certificate. 5 Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch

office nationally or on the website www.sars.gov.za. 6 Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision,

taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za. Jeyrel:\Mdk416-SBD2 tax clearance

Page 27 of 78

Page 28: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

TCC 001 TAX CLEARANCE

Application for a Tax Clearance Certificate

Name/Legal name(Initials & Surname or registered name)

Surname

Particulars of applicant

Purpose

Particulars of representative (Public Officer/Trustee/Partner)

Trading name (if applicable)

First names

VAT registration no

Customs code

Income Tax ref no

Income Tax ref no

PAYE ref no

SDL ref no

UIF ref no

Page 1 of 2

ID/Passport no

ID/Passport no

Company/Close Corp. registered no

4

7

L

U

Telephone no

Telephone no

Physical address

Physical address

Postal address

E-mail address

E-mail address

Fax no

Fax no

C O D E

C O D E

N U M B E R

N U M B E R

C O D E

C O D E

N U M B E R

N U M B E R

If “Good standing”, please state the purpose of this application

Select the applicable option Tenders Good standing

Page 28 of 78

Page 29: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

Page 2 of 2

Particulars of the 3 largest contracts previously awarded

Particulars of tender (If applicable)

Audit

Date started

I the undersigned confirm that I require a Tax Clearance Certificate in respect of Tenders or Goodstanding.

I hereby authorise and instruct to apply to and receive from SARS the applicable Tax Clearance Certificate on my/our behalf.

Appointment of representative/agent (Power of Attorney)

Date finalised Principal Contact person Telephone number Amount

Name of representative/ agent

Name of applicant/ Public Officer

Signature of representative/agent

Signature of applicant/Public Officer

Date

Date

Expected duration of the tender

Estimated Tender amount

Are you currently aware of any Audit investigation against you/the company?If “YES” provide details

Tender number

R ,

year(s)

C C Y Y

C C Y Y

M M

M M

D D

D D

YES NO

Notes:

1. It is a serious offence to make a false declaration.

2. Section 75 of the Income Tax Act, 1962, states: Any person who

(a) fails or neglects to furnish, file or submit any return or document as and when required by or under this Act; or

(b) without just cause shown by him, refuses or neglects to-

(i) furnish, produce or make available any information, documents or things;

(ii) reply to or answer truly and fully, any questions put to him ...

As and when required in terms of this Act ... shall be guilty of an offence ...

3. SARS will, under no circumstances, issue a Tax Clearance Certificate unless this form is completed in full.

4. Your Tax Clearance Certificate will only be issued on presentation of your South African Identity Document or Passport (Foreigners only) as applicable.

Declaration

I declare that the information furnished in this application as well as any supporting documents is true and correct in every respect.

Page 29 of 78

Page 30: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

RDLR-0025(2013/2014)

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO DEVELOP AN URBAN DESIGN FRAMEWORK ALONG THE R59 INMIDVAAL LOCAL MUNICIPALITY INGAUTENG PROVINCE, WITHIN A PERIOD OF SEVEN (7) MONTHS

Page 30 of 78

Page 31: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

PRICING SCHEDULE

SBD 3.3 (Professional Services)

NAME OF BIDDER: …………………………………………………………………………………………BID NO.:RDLR-0025(2013/2014) CLOSING TIME 11:00 ON THE 08th OF AUGUST 2013

OFFER TO BE VALID FOR 90 DAYS FROM THE CLOSING DATE OF BID. ITEM DESCRIPTION BID PRICE IN RSA CURRENCY NO INCLUSIVE OF VALUE ADDED TAX 1. The accompanying information must be used for the formulation of proposals. 2. Bidders are required to indicate rates based on the total cost to the department for completion of each stage and including expenses for the project. TOTAL BID PRICE (INCLUSIVE OF VAT) R………..…………………………………………

PHASE I: PRELIMINARY ACTIONS (15%) – (1 MONTH)

TEAM RESOURCES POSITIONS PER 1ST STAGE

NUMBER OF TEAM RESOURCES NO OF DAYS AVERAGE DAILY RATE

TOTAL COST

Team Leader R……………....

R…………………..

Project Leader/Supervisor R……………....

R…………………..

Town and Regional Planner R……………....

R…………………..

GIS Specialist R……………....

R…………………..

Team Resource R……………....

R…………………..

Estimated Cost of travelling and accommodation if applicable on this phase

R…………………..

SUB –TOTAL(Excluding VAT) R…………………..

TOTAL (Including VAT) R…………………..

Page 31 of 78

Page 32: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

PHASE II:ANALYSIS AND OBJECTIVES (20%) – (2 MONTHS)

TEAM RESOURCES POSITIONS PER 1ST STAGE

NUMBER OF TEAM RESOURCES

NO OF DAYS AVERAGE DAILY RATE

TOTAL COST

Team Leader R……………....

R…………………..

Project Leader/Supervisor R……………....

R…………………..

Town and Regional Planner R……………....

R…………………..

GIS Specialist R……………....

R…………………..

Team Resources R……………....

R…………………..

Estimated Cost of travelling and accommodation if applicable on this phase

R…………………..

SUB –TOTAL(Excluding VAT) R…………………..

TOTAL (Including VAT) R…………………..

PHASE III: SYNTHESIS AND STRATEGIC FRAMEWORK (20%) – (2 MONTHS)

TEAM RESOURCES POSITIONS PER 1ST STAGE

NUMBER OF TEAM RESOURCES

NO OF DAYS AVERAGE DAILY RATE

TOTAL COST

Team Leader R……………....

R…………………..

Project Leader/Supervisor

R……………....

R…………………..

Town and Regional Planner R……………....

R…………………..

GIS Specialist R……………....

R…………………..

Team Resources R……………....

R…………………..

Estimated Cost of travelling and accommodation if applicable on this phase

R…………………..

SUB –TOTAL(Excluding VAT) R…………………..

TOTAL (Including VAT) R…………………..

Page 32 of 78

Page 33: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

PHASE IV: FINAL REPORTING (30%) (2 MONTHS)

TEAM RESOURCES POSITIONS PER 1ST STAGE

NUMBER OF TEAM RESOURCES

NO OF DAYS AVERAGE DAILY RATE

TOTAL COST

Team Leader R……………....

R…………………..

Project Leader/Supervisor

R……………....

R…………………..

Town and Regional Planner R……………....

R…………………..

GIS Specialist R……………....

R…………………..

Team Resources R……………....

R…………………..

Estimated Cost of travelling and accommodation if applicable on this phase

R…………………..

SUB –TOTAL(Excluding VAT) R…………………..

TOTAL (Including VAT) R…………………..

SUMMARY STAGES TOTAL Phase I:

Phase II:

Phase III:

Phase IV:

SUB –TOTAL (Excluding VAT)

VAT

TOTAL AMOUNT (Including VAT)

NB All travelling arrangements to be taken by the appointed service provider shall be approved by the Project Manager prior the travelling date, alternatively the Department may decide to incur and arrange the travelling cost of service provider when a needs be. N.B: Bidder’s hourly rates should be inclusive of all hidden costs

6. Period required for commencement with project after acceptance of bid ………………………………………………………………. 7. Estimated man-days for completion of project ………………………………………………………………. 8. Are the rates quoted firm for the full period of contract? ………………………………………………………………. 9. If not firm for the full period, provide details of the basis on which adjustments will be applied for, for example consumer price index. ……………………………………………………………….

Page 33 of 78

Page 34: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

………………………………………………………………. ………………………………………………………………. Any enquiries regarding bidding procedures may be directed to the –

RURAL DEVELOPMENT AND LAND REFORM PRIVATE BAG X 833 PRETORIA 0001 Technical Related Attention: MsMamonyaneMokoena/ Mr Sunday Ogunronbi

Telephone: 012 312 8662 / 9371; Fax: 086 692 8882

Bid Related Supply Chain Related Enquiries: Mr A Olyn Telephone: (012) 312 9518

Page 34 of 78

Page 35: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

ANNEXURE B SBD 4

DECLARATION OF INTEREST

1. Any legal person, including persons employed by the state¹, or persons having a kinship with

persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes an advertised competitive bid, a limited bid, a proposal or written price quotation). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-

- the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a relationship with

persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.

2. In order to give effect to the above, the following questionnaire must be completed and

submitted with the bid. 2.1 Full Name of bidder or his or her representative: …………………………………………………………. 2.2 Identity Number:………………………………………………………………………………………………... 2.3 Position occupied in the Company (director, trustee, shareholder², member):

……………………………………………………………………………………………………………………. 2.4 Registration number of company, enterprise, close corporation, partnership agreement or trust:

………………………………………………………………………..………….………………………………. 2.5 Tax Reference Number: ……………………………………………………………………………………… 2.6 VAT Registration Number: ………………………………………………………………………………....

2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax

reference numbers and, if applicable, employee / PERSAL numbers must be indicated in paragraph 3 below.

¹“State” means – (a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance

Management Act, 1999 (Act No. 1 of 1999); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. ²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over

the enterprise.

Page 35 of 78

Page 36: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? 2.7.1 If so, furnish the following particulars:

Name of person / director / trustee / shareholder/ member: ……....……………………………… Name of state institution at which you or the person connected to the bidder is employed : ……………………………………… Position occupied in the state institution: ……………………………………… Any other particulars: ………………………………………………………………

……………………………………………………………… ………………………………………………………………

2.7.2 If you are presently employed by the state, did you obtain YES / NO

the appropriate authority to undertake remunerative work outside employment in the public sector?

2.7.2.1 If yes, did you attach proof of such authority to the bid YES / NO

document? (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid.

2.7.2.2 If no, furnish reasons for non-submission of such proof:

……………………………………………………………………. ……………………………………………………………………. …………………………………………………………………….

2.8 Did you or your spouse, or any of the company’s directors / YES / NO trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:

………………………………………………………………….. ………………………………………………………………….. …………………………………………………………………...

2.9 Do you, or any person connected with the bidder, have YES / NO any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid?

2.9.1 If so, furnish particulars. ……………………………………………………………...

Page 36 of 78

Page 37: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

…………………………………………………………..…. ………………………………………………………………

2.10 Are you, or any person connected with the bidder, YES/NO

aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?

2.10.1 If so, furnish particulars.

……………………………………………………………… ……………………………………………………………… ………………………………………………………………

2.11 Do you or any of the directors / trustees / shareholders / members YES/NO

of the company have any interest in any other related companies whether or not they are bidding for this contract?

2.11.1 If so, furnish particulars: ……………………………………………………………………………. ……………………………………………………………………………. …………………………………………………………………………….

3 Full details of directors / trustees / members / shareholders. Full Name Identity

Number Personal Income Tax Reference Number

State Employee Number / Persal Number

Page 37 of 78

Page 38: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

4 DECLARATION

I, THE UNDERSIGNED (NAME)………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ………………………………….. ..…………………………………………… Signature Date …………………………………. ……………………………………………… Position Name of bidder

November 2011

Page 38 of 78

Page 39: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

SBD 5

This document must be signed and submitted together with your bid

THE NATIONAL INDUSTRIAL PARTICIPATION PROGRAMME INTRODUCTION The National Industrial Participation (NIP) Programme, which is applicable to all government procurement contracts that have an imported content, became effective on the 1 September 1996. The NIP policy and guidelines were fully endorsed by Cabinet on 30 April 1997. In terms of the Cabinet decision, all state and parastatal purchases / lease contracts (for goods, works and services) entered into after this date, are subject to the NIP requirements. NIP is obligatory and therefore must be complied with. The Industrial Participation Secretariat (IPS) of the Department of Trade and Industry (DTI) is charged with the responsibility of administering the programme. 1 PILLARS OF THE PROGRAMME 1.1 The NIP obligation is benchmarked on the imported content of the contract. Any

contract having an imported content equal to or exceeding US$ 10 million or other currency equivalent to US$ 10 million will have a NIP obligation. This threshold of US$ 10 million can be reached as follows:

(a) Any single contract with imported content exceeding US$10 million.

or (b) Multiple contracts for the same goods, works or services each with imported

content exceeding US$3 million awarded to one seller over a 2 year period which in total exceeds US$10 million.

or (c) A contract with a renewable option clause, where should the option be

exercised the total value of the imported content will exceed US$10 million. or

(d) Multiple suppliers of the same goods, works or services under the same contract, where the value of the imported content of each allocation is equal to or exceeds US$ 3 million worth of goods, works or services to the same government institution, which in total over a two (2) year period exceeds US$10 million.

1.2 The NIP obligation applicable to suppliers in respect of sub-paragraphs 1.1 (a) to 1.1 (c)

above will amount to 30 % of the imported content whilst suppliers in respect of paragraph 1.1 (d) shall incur 30% of the total NIP obligation on a pro-rata basis.

1.3 To satisfy the NIP obligation, the DTI would negotiate and conclude agreements such as

investments, joint ventures, sub-contracting, licensee production, export promotion, sourcing arrangements and research and development (R&D) with partners or suppliers.

Page 39 of 78

Page 40: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

1.4 A period of seven years has been identified as the time frame within which to

discharge the obligation.

2 REQUIREMENTS OF THE DEPARTMENT OF TRADE AND INDUSTRY

2.1 In order to ensure effective implementation of the programme, successful bidders (contractors) are required to, immediately after the award of a contract that is in excess of R10 million (ten million Rands), submit details of such a contract to the DTI for reporting purposes.

2.2 The purpose for reporting details of contracts in excess of the amount of R10

million (ten million Rands) is to cater for multiple contracts for the same goods, works or services; renewable contracts and multiple suppliers for the same goods, works or services under the same contract as provided for in paragraphs 1.1.(b) to 1.1. (d) above.

3 BID SUBMISSION AND CONTRACT REPORTING REQUIREMENTS OF

BIDDERS AND SUCCESSFUL BIDDERS (CONTRACTORS)

3.1 Bidders are required to sign and submit this Standard Bidding Document (SBD 5) together with the bid on the closing date and time.

3.2 In order to accommodate multiple contracts for the same goods, works or

services; renewable contracts and multiple suppliers for the same goods, works or services under the same contract as indicated in sub-paragraphs 1.1 (b) to 1.1 (d) above and to enable the DTI in determining the NIP obligation, successful bidders (contractors) are required, immediately after being officially notified about any successful bid with a value in excess of R10 million (ten million Rands), to contact and furnish the DTI with the following information:

• Bid / contract number. • Description of the goods, works or services. • Date on which the contract was accepted. • Name, address and contact details of the government institution. • Value of the contract. • Imported content of the contract, if possible.

3.3 The information required in paragraph 3.2 above must be sent to the Department

of Trade and Industry, Private Bag X 84, Pretoria, 0001 for the attention of Mr Elias Malapane within five (5) working days after award of the contract. Mr Malapane may be contacted on telephone (012) 394 1401, facsimile (012) 394 2401 or e-mail at [email protected] for further details about the programme.

4 PROCESS TO SATISFY THE NIP OBLIGATION

4.1 Once the successful bidder (contractor) has made contact with and furnished the

DTI with the information required, the following steps will be followed:

a. the contractor and the DTI will determine the NIP obligation; b. the contractor and the DTI will sign the NIP obligation agreement;

Page 40 of 78

Page 41: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

c. the contractor will submit a performance guarantee to the DTI; d. the contractor will submit a business concept for consideration and approval by

the DTI; e. upon approval of the business concept by the DTI, the contractor will submit

detailed business plans outlining the business concepts; f. the contractor will implement the business plans; and g. the contractor will submit bi-annual progress reports on approved plans to the

DTI.

4.2 The NIP obligation agreement is between the DTI and the successful bidder (contractor) and, therefore, does not involve the purchasing institution.

Bid number ………………………………….. Closing date:……………………………… Name of bidder…………………………………………………………………………………… Postal address …………………………………………………………………………………… …………………………………………………………………………………… Signature…………………………………….. Name (in print)…………………………….. Date…………………………………………..

Js475wc

Page 41 of 78

Page 42: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

SBD 6.1 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL

PROCUREMENT REGULATIONS 2011

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,

DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011.

1. GENERAL CONDITIONS 1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R1 000 000 (all applicable taxes

included); and 1.2 The value of this bid is estimated not to exceed R1 000 000 (all applicable taxes included) and therefore

the 80/20 system shall be applicable. 1.3 Preference points for this bid shall be awarded for:

(a) Price; and (b) B-BBEE Status Level of Contribution.

1.3.1 The maximum points for this bid are allocated as follows:

POINTS

1.3.1.1 PRICE 80 1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 20 Total points for Price and B-BBEE must not exceed 100

1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification

Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.5. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time

subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

2. DEFINITIONS 2..1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance

fund contributions and skills development levies;

2.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad -Based Black Economic Empowerment Act;

2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based

on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic

Page 42 of 78

Page 43: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

Empowerment Act; 2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an

organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;

2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003); 2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration; 2.7 “consortium or joint venture” means an association of persons for the purpose of combining their

expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract; 2.8 “contract”Error! Bookmark not defined. means the agreement that results from the acceptance of a bid by an organ of state; 2.9 “EME” means any enterprise with an annual total revenue of R5 million or less . 2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or

decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;

2.11 “functionality” means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder; 2.12 “non-firm prices” means all prices other than “firm” prices; 2.13 “person” includes a juristic person;

2.14 “rand value” means the total estimated value of a contract in South African currency, calculated at the time of bid invitations, and includes all applicable taxes and excise duties;

2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract;

2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007; 2.17 “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and 2.18 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person. 3. ADJUDICATION USING A POINT SYSTEM 3.1 The bidder obtaining the highest number of total points will be awarded the contract. 3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into

account all factors of non-firm prices and all unconditional discounts;. 3.3 Points scored must be rounded off to the nearest 2 decimal places. 3.4 In the event that two or more bids have scored equal total points, the successful bid

Page 43 of 78

Page 44: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

must be the one scoring the highest number of preference points for B-BBEE. 3.5 However, when functionality is part of the evaluation process and two or more bids have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality. 3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots. 4. POINTS AWARDED FOR PRICE 4.1 THE 80/20 PREFERENCE POINT SYSTEMS A maximum of 80 points is allocated for price on the following basis: 80/20

−−=

minmin180

PPPtPs

Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid 5. Points awarded for B-BBEE Status Level of Contribution 5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points must

be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points (80/20 system)

1 20

2 18

3 16

4 12

5 8

6 6

7 4

8 2

Page 44 of 78

Page 45: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

Non-compliant contributor

0

5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an

Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.

5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or

a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate. 5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid. 5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in

terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice. 5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub- contractor is an EME that has the capability and ability to execute the sub-contract. 5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract. 6. BID DECLARATION 6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following: 7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1 7.1 B-BBEE Status Level of Contribution: …………. = ……………(maximum of 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).

8 SUB-CONTRACTING 8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not applicable)

8.1.1 If yes, indicate: (i) what percentage of the contract will be subcontracted? ............……………….…% (ii) the name of the sub-contractor? ………………………………………………………….. (iii) the B-BBEE status level of the sub-contractor? …………….. (iv) whether the sub-contractor is an EME? YES / NO (delete which is not applicable) 9 DECLARATION WITH REGARD TO COMPANY/FIRM

Page 45 of 78

Page 46: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

9.1 Name of company/firm .............................................................................................. : 9.2 VAT registration number : ............................................................................................. 9.3 Company registration number …………………………………………………………………….

: 9.4 TYPE OF COMPANY/ FIRM � Partnership/Joint Venture / Consortium � One person business/sole propriety � Close corporation � Company � (Pty) Limited [TICK APPLICABLE BOX] 9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES ………….. .................................................................................................................................................. ……………… ............................................................................................................................................. …………….. .............................................................................................................................................. 9.6 COMPANY CLASSIFICATION � Manufacturer � Supplier � Professional service provider � Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX] 9.7 Total number of years the company/firm has been in business? …………………………………… 9.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify

that the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

(i) The information furnished is true and correct; (ii) The preference points claimed are in accordance with the General Conditions as

indicated in paragraph 1 of this form. (iii) In the event of a contract being awarded as a result of points claimed as shown in

paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

(iv) If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent

basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process; (b) recover costs, losses or damages it has incurred or suffered as a result of that

person’s conduct; (c) cancel the contract and claim any damages which it has suffered as a result of

having to make less favourable arrangements due to such cancellation;

Page 46 of 78

Page 47: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

(d) restrict the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution

WITNESSES:

1. ……………………………………… …………………………………… SIGNATURE(S) OF BIDDER(S) 2. ……………………………………… DATE:……………………………….. ADDRESS:………………………….. ….……………………………… ……………………………………….

Page 47 of 78

Page 48: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

SBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT

PRACTICES

1 This Standard Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by institutions in ensuring that when goods

and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be disregarded if that bidder, or any of its directors

have-

a. abused the institution’s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract.

4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item Question Yes No 4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of

Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

Yes

No

4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

Page 48 of 78

Page 49: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.4.1 If so, furnish particulars:

SBD 8

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME)…………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT,

ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………………... ………………………….. Signature Date

………………………………………. ………………………….. Position Name of Bidder

Js365bW

Page 49 of 78

Page 50: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

1

SBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an

agreement between, or concerted practice by, firms, or a decision by an association of

firms, if it is between parties in a horizontal relationship and if it involves collusive

bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot

be justified under any grounds.

3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:

a. disregard the bid of any bidder if that bidder, or any of its directors have abused

the institution’s supply chain management system and or committed fraud or any other improper conduct in relation to such system.

b. cancel a contract awarded to a supplier of goods and services if the supplier

committed any corrupt or fraudulent act during the bidding process or the execution of that contract.

4 This SBD serves as a certificate of declaration that would be used by institutions to

ensure that, when bids are considered, reasonable steps are taken to prevent any form

of bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9)

must be completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or

lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid

rigging is, therefore, an agreement between competitors not to compete.

Page 50 of 78

Page 51: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

2

SBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

______________________________________________________________________________

(Name of Institution)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of:_______________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not

to be true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying

bid, on behalf of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by

the bidder to determine the terms of, and to sign the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the

word “competitor” shall include any individual or organization, other than the bidder,

whether or not affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on

their qualifications, abilities or experience; and

(c) provides the same goods and services as the bidder and/or is in the same

line of business as the bidder

Page 51 of 78

Page 52: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

3

SBD 9

6. The bidder has arrived at the accompanying bid independently from, and without

consultation, communication, agreement or arrangement with any competitor. However

communication between partners in a joint venture or consortium³ will not be construed

as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no

consultation, communication, agreement or arrangement with any competitor regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market

allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and

conditions of the bid; or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or

arrangements with any competitor regarding the quality, quantity, specifications and

conditions or delivery particulars of the products or services to which this bid invitation

relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the

bidder, directly or indirectly, to any competitor, prior to the date and time of the official

bid opening or of the awarding of the contract.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill

and knowledge in an activity for the execution of a contract.

Page 52 of 78

Page 53: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

4

SBD 9

10. I am aware that, in addition and without prejudice to any other remedy provided to

combat any restrictive practices related to bids and contracts, bids that are suspicious

will be reported to the Competition Commission for investigation and possible imposition

of administrative penalties in terms of section 59 of the Competition Act No 89 of 1998

and or may be reported to the National Prosecuting Authority (NPA) for criminal

investigation and or may be restricted from conducting business with the public sector

for a period not exceeding ten (10) years in terms of the Prevention and Combating of

Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

………………………………………………… …………………………………

Signature Date

…………………………………………………. …………………………………

Position Name of Bidder

Js914w 2

Page 53 of 78

Page 54: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

PW1423

Captured By:

Date Captured:

Authorised By:

Date Authorised:

Supplier code:

Enquiries. :

BAS PMIS LOGIS WCS Tel. No.:

OFFICE: ……………………………

The Director General : National TreasuryDEPT OF RURAL DEVELOPMENT AND LAND REFORMI/We hereby request and authorise you to pay any amounts, which may accrue to me/us to the credit

of my/our account with the mentioned bank.

I/we understand that the credit transfers hereby authorised will be processed by computer through a system

known as "ACB - Electronic Fund Transfer Service", and I/we understand that not additional advice of payment

will be provided by my/our bank, but that the details of each payment will be printed on my/our bank statement

or any accompanying voucher. (This does not apply where it is not customary for banks to furnish bank

statements).

I/we understand that the Department will supply a payment advice in the normal way, and that it will indicate

the date on which the funds will be made available on my/our account.

This authority may be cancelled by me/us by giving thirty days notice by prepaid registered post. Please ensure information is validate as per required bank screens .

I/We understand that bank details provided should be exactly as per the records held by the bank.

I/We understand that the Department will not assume responsibiliy for any delayed payments, as a result of

incorrect information supplied.

Trading Name

Tax Number

VAT Number

First Name:

Surname:

Street Address

Postal Code

New Supplier information Update Supplier information

Supplier Type: Individual Department Partnership

Company Trust

CC Other ( Specify )

Department Number

Postal Address

New Detail

DEPARTMENT OF RURAL

DEVELOPMENT AND LAND

REFORM

Head Office Only

Company / Personal Details

SUPPLIER MAINTENANCE:

CONTRACTOR

CONSULTANT

Registered Name

Title:

Initials:

Postal and Street Address Detail of the Company / Individual

Page 54 of 78

Page 55: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

PW1423

This field is compulsory and should be completed by a bank official from the relevant bank

Account Number

Branch Name

Branch Number

Cheque Account

Savings Account

Transmission Account

Bond Account

Other (Please Specify)

ID Number

Passport Number

Company Registration Number / /

*CC Registration

*Please include CC/CK where applicable

Practise Number

Bank stamp

It is hereby confirmed that this details have been verified

against the following screens

ABSA-CIF screen

FNB- Hogans system on the CIS4/CUPR

STD Bank-Look-up-screen

Nedbank- Banking Platform under the Client Details Tab

Business

Area Code Telephone Number Extension

Home

Area Code Telephone Number Extension

Fax

Area Code Fax Number

Cell

Cell Code Cell Number

Email Address

Adress of Rural Development and Land Reform

Office where form is submitted from

/ / / /Date (dd/mm/yyyy) Date (dd/mm/yyyy)

NB: All relevant fields must be completed

Account Type

Account Name

Supplier Account Details

Contact Details

Contact Person:

Supplier Signature Departmental Official

Print Name Print Name

Rank

Page 55 of 78

Page 56: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO DEVELOP AN URBAN DESIGN FRAMEWORK ALONG THE R59 INMIDVAAL LOCAL MUNICIPALITY INGAUTENG PROVINCE, WITHIN A PERIOD OF SEVEN (7) MONTHS

1. INTRODUCTION

The Department of Rural Development and Land Reform (DRDLR) requires the

services of one (1) or a consortium of suitably qualified service providers to

develop an Urban Design Framework for: Midvaal Local Municipalityin Gauteng

Province for a period of seven (7) months.

2. PROBLEM STATEMENT

Midvaal Local Municipality is located in the southern tip of Gauteng province. It is

one of the three local municipalities within the Sedibeng District Municipality.

Midvaal Local Municipality is centrally located within the Sedibeng District,

bordered by Emfuleni Municipality on the east and Lesedi Local Municipality on

the west. The location of Midvaal local municipality allows it to enjoy benefits of

being in close proximity to the three major economic urban conurbations which

are Johannesburg, Tshwane and Ekurhuleni.

The R59 Regional access route exists as a major link to these major economic

urban conurbations, while it has the potential to strengthen the quick

development of this area.The route acts as the mobility spine along the R59

Development Corridor and it is characterised by mixed land uses such as

residential, commercial and light industrial activities.The strategic location of this

area provides it as a potential area to develop into an economical hub for the Page 56 of 78

Page 57: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

municipality. With development encroaching from the north and south

respectively, MidvaalLM is experiencing development pressure to accommodate

new developments in the existing greenfield and brownfield area.A positive

element is the evidence of some new manufacturing projects to the region such

as Heineken plants. These also include Commercial Park (Klipriver Business

Park) which is envisaged to be similar to that of Linbro Business Park along the

N3.Thequick development in this area and the potential of this area is envisaged

to be a corridor similar to the Ben SchoemanN1freeway between Johannesburg

and Pretoria past Midrand and Centurion.

3. PROJECT OBJECTIVES AND BACKGROUND

3.1 The White Paper on Spatial Planning and Land Use Management, 2001 states

that land use management systems should satisfy the following needs:

i. the development of policies which will result in the best use and

sustainable management of land; and

ii. Improvement and strengthening of planning management, monitoring and

evaluation;

3.2 In response to the above-mentioned needs, the Spatial planning and Land Use

Management Act (SPLUMA) provides a framework for policies, principles, norms

and standards for spatial planning and land use management that address the

past spatial and regulatory imbalances to ensure proper facilitation and

enforcement of land use and development measures.

3.3 Furthermore, Section 21(1)(d) states that a municipal spatial development

framework must identify current and future significant structuring and

restructuring elements of the spatial form of the municipality, including

development corridors, activity spines and economic nodes where public and

private investment will be prioritized and facilitated.

Page 57 of 78

Page 58: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

3.4 AnUrban Design Frameworkis a strategic planning tool that sets out an

integrated design vision for the desired future development of urban places. They

translate the broad aims of Municipal Strategic Statements and Land Use

schemes to practical urban design action at the local level. Urban Design

Frameworks involve the generation of ideas and the preparation of realistic

design concepts based on consultation, research and analysis. Concepts may be

drawn or computer modelled, illustrating how a future outcome will look, to

enable communication and testing with stakeholders and the local community.

Urban Design Frameworkprovidesa direction for interventions that shape open

space, buildings and landscape. They draw upon and integrate the traditional

disciplines of designers (building, engineering and landscape) and planners

(strategic, cultural and social), heritage advisers, economists and other

specialists.

3.5Urban design is essentially about bringing a design approach to how towns and

cities are analysed and developed. It provides a useful tool to enable a

performance-based planning to be implemented. A design approach unlocks

creativity and allows physical design outcomes to be given a higher profile in

planning. It also allows ideas to be tested through design and reviewed for their

possible impacts or potential synergies.

Urban design concerns physical solutions for urban problems and is a

consultative, interactive and responsive process that embraces the notions of:

• strategy, or the significance of considering individual urban design actions

within a broader, strategic frame

Page 58 of 78

Page 59: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

• sustainability, which considers the long-term viability and impacts of

development on economies and ecological systems, natural resources and

urban communities

• synergy, or the advantages of resolving issues of public and private benefit,

land use, built form and urban systems in relation to each other, with a high

level of coordination

• responsiveness, or the benefits of considering urban design interventions in

relation to ‘the particular characteristics, aspirations and cultural identity of

the community’ and the specific image, built form characteristics and

development dynamics of the urban environment

• specificity, or the acceptance of each urban situation as unique in time and

space, where different degrees of change and intervention are more valid

than generic solutions

• quality, or the recognition of the importance of well-considered visual and

functional resolutions to urban issues and situations.

4. URBAN DESIGN FRAMEWORK WITHIN CONTEXT OF MUNICIPAL PLANNING

Urban Design Frameworkis an integral part of the planning system. It is an

important tool aiming to assist planning authorities develop their local action

plans and initiatives within a strategic context, helping the agendas established in

the Municipal Strategic Statements to be translated into actual projects and

initiatives. A great deal of importance has been placed on the need to clearly

interlinkall planning initiativesflowing from the Municipal Strategic Statements to

zones, overlays, schedules and local policies, right down to action plans for

specific localities or sites. An Urban Design Framework is a vehicle to help a

community to set an overall direction for a particular place or locality.

Recommendations are fed into capital budgets, guidelines and zones for

Page 59 of 78

Page 60: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

implementation.The results of the Urban Design Framework process can then

inform changes to zoning and development designs and initiate design guidelines

and policies.

5. KEY CHARACTERISTICS OF AN URBAN DESIGN FRAMEWORK

Each place has unique characteristics and potential, so the framework process

needs to be specifically adapted for that place. However, it is important that each

framework is systematic, objective and sufficiently comprehensive to ensure all

major issues have been considered.

5.1 An Urban Design Framework should:

• include a comprehensive analysis of the context concerned;

• look beyond the individual project and seek to coordinate across projects

and opportunities, setting a project in its broader context;

• incorporate and respond to information from existing strategies and studies,

such as transport, heritage and neighbourhood character studies;

• respond to all major stakeholders by integrating their interests and concerns;

• incorporate major infrastructure issues and provide design direction for the

details within infrastructure construction projects;

• set out an implementation strategy that looks at a range of time scales and

generally includes: long-term strategies and options (say, 10 to 15 years and

beyond) intermediate-term strategies and options (say 3 to 5 years) and

short-term actions that can be immediately implemented without

compromising long-term objectives;

• present analysis, principles and options for implementation in graphical and

written format to a standard suitable for public consultation;

• illustrate existing constraints and available opportunities, identify different

options, and provide a record of why particular options are selected referring

to key policy objectives, urban design principles, etc.

Page 60 of 78

Page 61: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

• provide a ‘layered’ response to issues at hand, beginning with the broad

contextual issues and principles, and working down to detailed design

studies and guidelines for critical locations.

6. IMPORTANT STEPS IN THE DEVELOPMENT OF AN URBAN DESIGN FRAMEWORK

a. Theframework process must be fine-tuned to accommodate local issues and

objectives. A typical process could includebut not necessarily be limited to the

following steps:

6.1 Stage I. Preliminary actions

• Identify and define project objectives, scope, boundaries and the

significant influences within the region, including population projections.

• Identify stakeholder issues.

Milestone: sign off the Study Brief.

6.2 Stage II. Analysis and objectives

• Conduct a review of existing plans, policies, strategies, infrastructure

programs, etc.

• Perform a contextual analysis of the opportunities and threats from

beyond the project boundaries.

• Perform a systematic analysis of the study area, typically under headings

such as:

o Land Use patterns and events economic activities, etc.

o Movement patterns, pedestrian access, and transport routes, etc.

Page 61 of 78

Page 62: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

o Urban form development,pattern, topography and landscape views

and vistas, buildingform, micro-climatic effects, sunlight and

shading effects, etc.

o Conduct an analysis of local strengths, weaknesses, opportunities

and threats.

o Identify and summarise key issues.

o Identify possible strategic actions.

Milestone: Prepare a Progress Report.

This may include: diagrams and text analysing the impacts and influences from

beyond the study area, positioning it in its broader context, diagrams, sketches

and text illustrating the key opportunities that could be exploited and the major

constraints which will need to be taken into account.

6.3 Stage III. Synthesis and strategic framework

• Develop broad design options and identify possible projects or strategic

action areas and potential synergies between projects.

• Test options with stakeholders and conduct broader consultation as

needed.

Milestone: prepare a Progress Report.

This may include: Urban Design Framework plans and diagrams based on

preferred options for physical and dynamic actions detailed conceptual designs

and guidelines for selected action areas.

6.4 Stage IV. Final reporting

This may include:

• A Coordinating Framework Plan with diagrams and maps indicating: the

total concept the components of the concept: (i) use and activities, (ii)

Page 62 of 78

Page 63: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

movement and (iii) built form and environment the major project

opportunities and linkages between areas for strategic action.

• Strategic Action Area Plans with plans, diagrams, elevations, sections

and sketches illustrating: design concepts for strategic areas identified in

the Coordinating Framework Plan, including enough detail to enable

further economic, social, visual and technical analysis.

• An Implementation Strategy report identifying planning, project and

management actions regarding: immediate, medium-term and long-term

actions key stakeholders and beneficiary’s potential sources of investment

or finance.

• Appendixes, when relevant, including, for example: nominated

performance criteria lists of people contacted during the framework

process economic analysis including costing, economic impact studies,

etc. traffic and technical studies infrastructure initiatives a marketing plan

draft briefs for action areas or projects identified in the framework draft

briefs for further studies arising from the framework.

Milestone: prepare a final Urban Design Framework Report.

7. DELIVERABLES

7.1 The service provider would be expected to submit a final consolidated report

which consists of:

• Urban Design Framework Report

• A Coordinating Framework Plan with diagrams and maps indicating: the

total concept with components of the concept: (i) use and activities, (ii)

movement and (iii) built form and environment the major project opportunities

and linkages between areas for strategic action.

• Strategic Action Area Plans with plans, diagrams, elevations, sections and

sketches illustrating: design concepts for strategic areas identified in the

Page 63 of 78

Page 64: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

Coordinating Framework Plan, including enough detail to enable further

economic, social, visual and technical analysis.

• An Implementation Strategy report identifying planning, project and

management actions regarding: immediate, medium-term and long-term

actions, key stakeholders and beneficiary’s potential sources of investment

or finance.

8. SOLUTION PARAMETERS / INFORMATION GATHERING

8.1 The successful service provider is expected to make contact with all the relevant

and required officials and units within and outside government to obtain relevant

information that is required for the project. Existing information on Urban Design,

SDFs/ Local Plans which are available within DRDLR generally will be made

available to the successful service provider. However, the responsibility for collecting information necessary for the successful execution of the project remains entirely with the service provider.

8.2 In order to deliver on the following deliverables, the Urban Design Framework

should be in the form of text, maps, graphics and photographs. A tabular format

shall be used for the purpose of summarising the information collected.

8.3 Submissions should be in the form of both hard and electronic versions of the

Urban Design Framework.

8.4 The municipality and DRDLR will comment and send it to the service provider for

amendment purposes.

9. PROJECT TIME FRAME AND COST

Page 64 of 78

Page 65: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

9.1 It is expected that the project be completed in a period of seven (7) months

effective from the date of appointment. The target dates for each milestone (as

well as the associated deliverable) and the amount of financial compensation for

the work done is scheduled underTable 1.

9.2 Due to the urgency of the project it is critical that timeframes are strictly adhered

to. Financial penalties will be imposed for any delay or non-compliance with time

and quality requirements.

TABLE 1:PROJECT COST AND TIME FRAMES Phases % Payable Time Frames Submission/ Milestones

Phase 1: Preliminary Actions 15% 1 Month Signing off the Study Brief

Phase 2: Analysis and Objectives

20% 2 Months Prepare a Progress Report

Phase 3: Synthesis and Strategic Framework

20% 2 Months Prepare a Progress Report

Phase 4: Final Reporting 30% 2 Months Prepare a final Urban Design Framework Report

Retention 15% Approved Urban Design Framework Report

Total 100%

Page 65 of 78

Page 66: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

9.3 An amount for the final draft is payable upon ratification by the Department as

well as by the mayoral committee /EXCO of the affected municipality.

9.4 15% retention will be paid once proof of approval of the Urban Design

Framework Report is provided. Service provider may apply to the department

for the retention fee payment in the event that the municipality`s council is not

functional in that council meetings are not taking place. A formal letter from

the municipality that confirms this situation will have to be presented to the

department by the service provider.

9.5 Monthly reports (per phase) will be forwarded by the service provider to the

DRDLR, Directorate: Spatial Planning Services, Gauteng situated in Pretoria.

The service provider will be required to report via a written and electronic report.

10. CONTENTS OF THE PROJECT PROPOSAL

A clear and concise project proposal covering the aspect listed below isrequired;

i. An executive summary.

ii. A project plan.

iii. The proposed methodology should indicate a detailed list of data to be

gathered and how it will be processed. The methodology should also

indicate the project milestones that will be used to measure the project

progress.

iv. The approach should be cost saving yet achieve the highest value for

money

v. The names and CV’s containing detailed information on relevant

experiences

vi. Ofall the persons who will be directly contributing to the project, and

their roles thereof.

Page 66 of 78

Page 67: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

vii. Evidential and documentary proof of professional qualification,

registration and affiliation. For instance, if a team member claims to be

atown Regional Planner, a proof of Professional Affiliations: South

African Council For Planner (SACPLAN) is required.

viii. Any shortcomings in the study specifications, how these ought to be

addressed and the cost implications thereof.

ix. All-inclusive costing model.

x. The following technical information must be submitted with the Bid

proposal:

• Years of experience of each resource;

• Relevant professional experience during the last five years;

• Organisational, managerial and technical ability;

• Key Personnel and Resources;

• Technical backup;

• Full CV’s of all members of the Team

• Relevant Equipment and Software competence and capability;

• Client References; and

• Associations and Professional Affiliations.

11. BUDGET

The service provider shall compile a detailed breakdown of costs and submit it

together with the proposal. Competitive pricing and functional competence of the

service provider will be major considerations in the evaluation of proposals.

12. PROJECT MANAGEMENT WITHIN DRDLR

This project will be facilitated by a team consisting of officials from the

Department of Rural Development and Land Reform (DRLDR), the municipality

Page 67 of 78

Page 68: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

within which the Precinct is located, and any other person/s appointed by

DRDLR.

13. REQUIRED SKILLS FOR THE PREPARATION OF URBAN DESIGN FRAMEWORKS

13.1. To prepare and implement an effective Urban Design Framework, it is important

that the sponsor appoints a core project team and steering committee. A steering

committee comprising representatives from the key stakeholder groups can

ensure the framework maintains its relevance. Implementation is also easier if

stakeholders have been involved in managing the project from the start and

continuity of team members is possible.

A multidisciplinary project team is essential. The mix of required skills will vary

with the locality and scope of project, but will typically include:

• overall urban design coordination

• architectural and landscape design

• strategic and statutory planning

• transport planning

• cultural planning

• economic impact assessment

• Infrastructure specialties, such as traffic planning, road design, and

electrical engineering.

13.2 Mandatory Requirements:

• Original and Valid Tax Clearance Certificate issued by the South African

Revenue Services(SARS),where consortium/joint ventures/sub-contractor

are involved each party to the association must submit a separate valid

original Tax Clearance Certificate

• Original, Company and or Close Corporation resolution authorizing a

Page 68 of 78

Page 69: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

particular person to sign the bid documents.

• Team leader must hold a tertiary qualification in town and regional planning which is recognised for registration in the category of Professional

Town and Regional Plannerby the South African Council of Planners

(SACPLAN).

• Key member or Team Leader must hold appropriate qualification, practice

experience and professional membership as Urban/Town and Regional Planner[minimum of 5 years demonstrable urban design experience]; and

• Proven experience in Urban Design, Spatial Planning, Geography, GIS and

Project Management

14. FINANCIAL PENALTIES 14.1 Financial penalties shall be imposed for agreed upon milestones, targets, and

deadline not met without providing:

• Timely notification of such delays.

• Valid reasons for the delays.

• Supporting evidence that the delays were outside of the influence of the

service provider.

14.2 Payments will be made only for work performed to the satisfaction of the DRDLR.

Financial penalties will be imposed if the output produced does not meet the

agreed upon deliverables criteria as stipulated in the General Conditions of

Contract.

14.3 Original invoices to substantiate all costs must be provided. The invoices should

include the Department’s order number that will be provided to the selected

service provider upon acceptance of the bid. Invoices must clearly indicate the

number of hours spent on the project and for what purpose those hours were

Page 69 of 78

Page 70: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

spent, and to what extent the objectives were achieved. No copies or e-mailed

invoices will be processed.

15. UNDUE DELAY REMEDIES 15.1 Should it be found that the delay of the project in terms of the agreed time period

isunreasonable then for every 5 (five) days or other stipulated time frame there

shallbe a penalty in terms of percentages which will be deducted from the

payment asindicated below:

Milestone % Payable 5 Days

Overdue 10 Days Overdue

15 Days Overdue

30 Days Overdue

More than 30 days overdue

Phase 1: Preliminary Actions

15% 10% 25% 50% 75% 100%

Phase 2: Analysis and Objectives

20% 20% 40% 60% 80% 100%

Phase 3: Synthesis and Strategic Framework

20% 20% 40% 60% 80% 100%

Phase 4: Final Reporting 30% 30% 60% 75% 85% 100%

Retention 15%

Total 100%

16. RETENTION

16.1 The Department of Rural Development and Land Reform shall retain 15% of

thetotal project cost in the case of late or non-delivery of the council approved

SDF.

Page 70 of 78

Page 71: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

16.2 The service provider shall forfeit the total payment per milestone in the case of

theproject being delayed for longer than 30 days after milestone due date.

16.3 The service provider may apply to the Department for an extension on the

deliverydate on any milestone – provided that the service provider gives valid

reason(s) tothe sole satisfaction of the Department.

17. EXTRA WORK

17.1 Any costs for extra work by the service provider, incurred over and above this

bidwhich, in the sole opinion of the Chief Director: Spatial Planning and

Information aredue to reasons attributable to the service provider during any

phase of the projectshall be borne by the service provider.

18. HUMAN RESOURCES FOR THE PROJECT

18.1 The service provider is expected to provide information on available human

resource capacity that will be directly involved perproject, including but not limited

to: full CV, indicating relevant qualifications and experience as required by this

Terms of Reference; full contact details (office, fax and cell-phone, and email).

18.2 Staffing requirements identified on the onset of the project shall remain

unchanged for the duration of the project, unless prior written consent has been

granted by the DRDLR.

18.3 Where a firm or a person is found suitable to be contracted for the development

of more than one Urban Design Framework and the projects are to run

concurrently, the Department is entitled to request and require additional

guarantees that the firm resources to be deployed to these projects are sufficient

in terms of handling the multiple projects.

Page 71 of 78

Page 72: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

18.4 All team members that will be directly involved in the project may, at the sole

discretion of the Chief Director: Spatial Planning & Information, be expected to

attend all progress report meetings as scheduled. Due to the urgency of the

project, time is of essence to this process and all work shall be submitted when

due. Financial penalties will be imposed for any delay or non-compliance with

time and quality requirements.

19. EXTRA WORK

Any costs for extra work by the service provider, incurred over and above this bid

which, in the sole opinion of the Chief Director: Spatial Planning & Information

are due to reasons attributable to the service provider during any phase of the

project shall be borne by the service provider.

20. REPORTING AND ACCOUNTABILITY

20.1 During the execution of the project, the service provider must submit regular

progress reports and attend meetings at intervals as determined by the project

team managing the service provider.

20.2 All electronic and hard copy information captured/utilised to provide the output of

the project remains the property of DRDLR. This data should be surrendered to

the department at the end of the project, and it cannot be used or shared,

whether for profit or otherwise with any other party, without written permission

from DRDLR. DRDLR will retain copyright and all associated intellectual rights

relating to the project.

20.3 The project will be signed off by the Chief Director: Spatial Planning &

Information when:

• all the end products (refer to list) have been delivered, and

Page 72 of 78

Page 73: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

• The Chief Director: Spatial Planning & Information is satisfied that all

requirements have been met.

21. BID EVALUATION CRITERIA

21.1 The evaluation of the functionality will be evaluated individually by Members of

Bid Evaluation Committee in accordance with the below functionality criteria and

values.

21.2 The applicable values that will be utilized when scoring each criteria ranges from

1 being poor, 2 being average, 3 being good, 4 being very good and 5 being excellent.

CRITERIA

GUIDELINES FOR CRITERIA APPLICATION

WEIGHT

1. RESOURCES

Project team / resources to be utilized in the execution for the project, team’s capability to complete the project within the specified timeframes; Qualifications and experience of the team members; (CV’s and Qualifications of each individual must be attached and area of expertise)

15

2. CAPABILITY Qualifications Experience and

Track Record Competency

A minimum of 5years Team Leaders’ required experience Team leader qualification as seen in paragraph 13.2; Team Leader must have proven design experience in Urban

Design, Spatial Planning, Geography, GIS and Project Management;

15

50

Firms previous experience of precinct planning particularly processes for development of sustainable rural tourism precincts; municipal planning tools such as Integrated Development Plans (IDP) and Spatial Development Frameworks (SDF) as well as other local area plans;experience in developing urban design frameworks and other related spatial plans;

Three (3) references of similar work undertaken-list names, postal addresses, telephone numbers, fax numbers, email addresses of the three & briefly describe the type of service provided for them.

20

Page 73 of 78

Page 74: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

CRITERIA

GUIDELINES FOR CRITERIA APPLICATION

WEIGHT

3. METHODOLOGY AND PROJECT MANAGEMENT

Proposed methodology and implementation plan

Appropriateness of proposed methodology

Proposed project management plan linked to project milestones and timeframes

The degree to which the proposed methodology is sound, professional, realistic and logical

40 50

Proposed skill transfer plan 10

TOTAL POINTS ON FUNCTIONALITY MUST ADD TO 100 100

21.3 The Bids that fail to achieve a minimum of 60 points for functionality will be

disqualified.

Second Stage - Evaluation in terms of 80/20 Preference Points System

Only bids that achieve the minimum qualifying score for functionality will be

evaluated further in accordance with the 80/20 preference points system.

21.4 Calculation of points for price

21.4.1 The PPPFA prescribes that the lowest acceptable bid will score 80 points

for price. Bidders that quoted higher prices will score lower points for

price on a pro-rata basis. Thus, bidders who provide the lowest

management fee will get full 80 points for price.

21.5 Calculating of points for B-BBEE status level of contribution

Page 74 of 78

Page 75: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

21.5.1 Points will be awarded to a bidder for attaining the B-BBEE status level of

contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of Points (80/20 system)

1 20

2 15

3 16

4 12

5 8

6 6

7 4

8 2

Non-compliant contributor 0

21.5.2 Bidders must submit original and valid B-BBEE Status Level Verification

Certificate or certified copies thereof, issued by accredited Verification

Agencies by SANAS or Registered Auditor approved by Independent

Regulatory Board of Auditor (IRBA), together with their bids, to

substantiate their B-BBEE claims. The Exempted Micro Enterprise must

submit a letter from the Accounting Officer who is appointed in terms of

Close Corporation Act.

21.5.3 Bidders who do not submit B-BBEE Status Level Verification Certificate

or are non-compliant contributors to be B-BBEE do not qualify for

preference points for B-BBEE.

22. TERMS AND CONDITIONS OF THE BID

Page 75 of 78

Page 76: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

22.1 Awarding of the bid will be subject to the service provider’s express acceptance

of the DRDLR Supply Chain Management’s general contract conditions. The

DRDLR and Service Provider will sign a Services Level Agreement upon

appointment.

22.2 The service provider should commence with the project within five (5) days after

receiving the letter of appointment and the service level agreement signed.

22.3 During the execution of the project, the service provider is required to give

reports on the progress of the project. It is the responsibility of the service

provider to organise the progress report meetings, and have one of their

representatives assigned to taking minutes and circulating them to the steering

committee members.

22.4 Any deviation from the project plan should be put in writing and signed by the

project manager.

22.5 Any suggestions during the progress meetings, once accepted by both parties,

shall form part of the contract.

22.5 Payments will be on work-completed basis i.e. on set milestones as per the

project plan.

22.6 When DRDLR accepts the final product, the appointed service provider will be

liable to correct errors and fill gaps that may be discovered in the data/project, at

no charge to DRDLR. This condition will apply for a period of one month from the

day the project was completed and submitted to DRDLR.

23. OUTCLAUSE

Page 76 of 78

Page 77: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

23.1 The Department of Rural Development and Land Reform reserves the right not to

appoint if suitable candidates are not found, at the complete discretion of the

Department.

23.2 The department reserves the right to terminate the contract in the event that

there is clear evidence of non-performance.

24. PROJECT LOCATION

24.1. One service provider or a consortium may tender for either one Urban Design

Framework or more Urban Design Framework according to capacity, skills, and

competence, respectively. Map extents of all project sites must be sourced from

Directorate: Spatial Planning Services – Gauteng Office

Page 77 of 78

Page 78: RDLR-0025(2013/2014) - Minister of Rural Development and Land … · 2013-07-22 · rdlr-0025(2013/2014) appointment of a service provider to develop an urban design framework along

25. CONTACT PERSON FOR TECHNICAL ENQUIRIES

25.1 All enquiries related to this bid call must be forwarded to:

Chief Directorate: Spatial Planning & Information

Department of Rural Development and Land Reform

Private Bag X833

Pretoria

0001

Attention: Ms ‘Mamonyane Mokoena / Mr. Sunday Ogunronbi

Telephone: 012 312 8662 / 9371; Fax: 086 692 8882

Email: [email protected]

Email: [email protected]

25.2 Supply Chain Management Enquiries:

Mr. William Mashegoane

Senior Supply Chain Practitioner

(012) 312 8516

OR

Ms Judith Meso

Senior Supply Chain Practitioner

(012) 312 8105

Page 78 of 78