CONSTRUCTION EDUCATION AND TRAINING AUTHORITY

BID No: 001-2017/2018

Appointment OF A SECURITY COMPANY THAT WILL PROVIDE SECURITY SERVICES, INSTALLATION OF AN ALAMARM SYSTEM WHICH IS LINKED TO ARMED RESPONSE IN BETHAL, CETA GERT SIBANDE SKILLS DEVELOPMENT CENTRE.

Issued by:
Construction Education and Training Authority: Supply Chain Unit
Midrand Builders Centre
183 Kerk Street (Cnr Old Pretoria Main Road)
Midrand
Administrative queries- Ms Constance Matsapola (Supply Chain Management)
Tel: (011 265 5900/5946)

Full Name of Bidding/Tendering Entity: ______

Contact Person: ______

Tel Number: ______

Total Bid Amount (incl. VAT): R ______

Advert Date: 19 May 2017

Compulsory Site Inspection: 02 June 2017 @11:00am

Site Inspection Venue: Mpumalanga – Bethal”CETA Gert Sibande Skills Development Centre” Cnr Simon and Anderson street

Closing Date and Time: 20 June 2017 @ 11:00am

Bidder’s Authorised Signatory:

Initials and Surname: ______

Signature: ______

COMPULSORY DOCUMENTS

Please note that failure to submit the following documents and/or proof will lead to immediate disqualification:

1.  Registration with National Treasury Central Supplier Database (Tax compliant status)

2.  Proof that bidder is exempted micro enterprise (EME) or qualifying small business (QSE) – Sworn Affidavit.

3.  Proof of valid PSIRA accreditation and registration.

4.  Completed and signed:

-  SBD 4

-  SBD 6.1

-  SBD 7.2

-  SBD 8

-  SBD 9

-  General Conditions of Contract (GCC) – with every page initialled

OTHER REQUIRED DOCUMENTS

Please note that failure to attach the following documents will result in the forfeiture of preference points:

·  EMEs:

Sworn affidavit confirming their annual total revenue of R10 million or less and level of black ownership or a B-BBEE level verification certificate

·  QSEs

Sworn affidavit confirming their annual total revenue of between R10 million and R50 million and level of black ownership or B-BBE level verification certificate

·  Bidders other than EMEs and QSEs :

Original and valid B-BBEE status level verification certificate verified by a SANAS accredited verification agency, or a certified copy thereof

Please double-check that you have attached all the above documents before submitting your Bid.

BID DOCUMENTS CHECK LIST:

The contents of the BID/ TENDER document must be as follows, and numbered as per the numbering below, with each schedule punched, placed in a file and separated from the next schedule with a file divider.

Please complete the checklist below to verify your submission of the relevant documents:

Schedules / Description / Submitted – Indicate YES or NO
Schedule 1 / Registration with National Treasury Central Supplier Database (Tax compliant status)
Schedule 2 / B-BBEE Verification Certificate/ Sworn Affidavit (Original / Certified Copy)
Schedule 3 / Proof of valid PSIRA accreditation and registration
Schedule 4 / Minimum of 3 Recent Written Testimonials from Clients (On client’s
letterhead and signed off by a Senior Manager or Director)
Schedule 5 / Qualifications and CVs of key staff members to be used for the project
Schedule 6 / Methodology and Project Approach
Schedule 7 / Cancelled Cheque or letter from the bank confirming banking details.
Schedule 8 / Pricing Schedule
Schedule 9 / Other

Bid Submission

Bidders are required to submit one original copy and four copies of the bid document.

TERMS OF REFERENCE

APPOINTMENT OF A SECURITY COMPANY THAT WILL PROVIDE SECURITY SERVICES, INSTALLATION OF AN ALAMARM SYSTEM WHICH IS LINKED TO ARMED RESPONSE IN BETHAL, CETA GERT SIBANDE SKILLS DEVELOPMENT CENTRE.

1.  DESCRIPTION AND EXTENT OF WORK

The CETA’s objective is to procure security services from a reputable security company that will provide the following:

·  Installation of an Alarm system

·  Alarm system to be linked to armed response

·  Provide security services :

o  1 Grade D guard during the day.

o  2 Grade D guards during the night.

2.  LOCATION OF WORKS

The site is situated in Mpumalanga – Bethal”CETA Gert Sibande Skills Development Centre” Cnr Simon and Anderson street.

3.  SITE INSPECTION

Bidders are required to conduct a risk assessment on the building.

4.  PRICING SCHEDULE

ITEM / PRODUCT DESCRIPTION / NO. OF MONTHS / MONTHLY FEE INCL VAT / TOTAL AMOUNT INCL VAT
1 / Provision of security systems with Armed response services. / 32
2. / 24 hour office guard
·  1 guard during the day
·  2 guards during the night / 32
3. / Once off set up costs (including installation) / 1 / N/A
TOTAL CONTRACT AMOUNT

PROJECT DURATION

The duration of the contract is up until 31 March 2020.

Bidders are requested to submit the following:

·  Registration with National Treasury Central Supplier Database (Tax compliant status).

·  B-BBEE Verification Certificate/ Sworn Affidavit (Original / Certified Copy).

·  Proof of valid PSIRA accreditation and registration.

·  Minimum of 3 Recent Written Testimonials from Clients (On client’s letterhead and signed off by a Senior Manager or Director).

·  Qualifications and CVs of key staff members to be used for the project.

·  Methodology and Project Approach.

·  Cancelled Cheque or letter from the bank confirming banking details.

·  Pricing Schedule

EVALUATION CRITERIA

The bid value is estimated to be less than R50, 000,000.00 (all applicable taxes included), therefore the 80/20 system shall be applicable.

Criterion 1 – Compulsory Requirements

Bidders will first be evaluated in terms of the gatekeeper/minimum requirements on page 2 of this document. Bidders who do not meet all the requirements will be disqualified. Bidders who meet all the requirements will be further evaluated on functionality.

Criterion 2 – Functionality

Functionality is worth 100 points. The minimum threshold is 70 points. Bidders who score less than 70 points on functionality will therefore be disqualified. Bidders who score 70 points or more will be further evaluated in terms of price and preference points (i.e. on the B-BBEE status level of contributor). The functionality evaluation is broken down as follows:

Past Relevant Experience (Attach reference letters for similar services rendered - on client’s letterhead and signed off by a Senior Manager or Director)
Please note the following:
Bidders must have specific experience and submit at least three recent references in respect of similar work undertaken (the references must be in the form of written proof on the referees’ letterheads. The references must include the relevant contact person, nature of service, contract amount, commencement date, telephone number, fax number and email addresses). / Total – 5 points
Submission of three (3) or more written testimonials demonstrating provable experience related to similar projects / 5 points
Submission of two (2) written testimonials demonstrating provable experience related to similar projects / 3 points
Submission of one (1) written testimonial demonstrating provable experience related to similar projects / 1 points
Methodology and Project Approach / Total – 95 points
Detailed project plan indicating scope of work covering:
·  Installation of an Alarm system
·  Alarm system to be linked to armed response
·  Provide security services :
o  1 Grade D guard during the day
o  2 Grade D guards during the night / 35 points
Site (building) risk assessment report indicating the risks identified and mitigating factors to be implemented by the service provider. / 35 points
List of security personnel indicating grades, relevant qualifications and experience (indicate relevant skills) – with the relevant proof of employment. / 25 points

Criterion 3– Price and Preference Evaluation

Bidders who score 70 points or more on functionality, will be further evaluated in terms of Price and Preference points (B-BBEE status level of contributor). As per the table below, price is evaluated over 90 points and preference points over 10:

Price Assessment / 90 Points
Preferential Elements / 10 Points
B-BBEE Status Level of Contributor / Number of Points
1 / 10
2 / 9
3 / 6
4 / 5
5 / 4
6 / 3
7 / 2
8 / 1
Non-compliant contributor / 0

INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (CONSTRUCTION EDUCATION AND TRAINING AUTHORITY)

BID NUMBER: 001- 2017/2018 CLOSING DATE: 20 June 2017 CLOSING TIME: 11:00

DESCRIPTION: Appointment OF A SECURITY COMPANY THAT WILL PROVIDE SECURITY SERVICES, INSTALLATION OF AN ALAMARM SYSTEM WHICH IS LINKED TO ARMED RESPONSE IN BETHAL, CETA GERT SIBANDE SKILLS DEVELOPMENT CENTRE.

VALIDITY PERIOD: 120 DAYS FROM THE CLOSING DATE

The successful bidder will be required to fill in and sign a written Contract Form (SBD 7).

BID DOCUMENTS MAY BE POSTED TO: P. O. Box 1955

Halfway House

1685

OR

DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS): Midrand Builders Centre

183 Kerk Street (Cnr Old Pretoria Main Road)

Midrand

Bidders should ensure that bids are delivered timeously to the correct address as stated above. 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 OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)…….…………….…………………...

A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS); …………………….…

A REGISTERED AUDITOR ………………………………...………..

[TICK APPLICABLE BOX]

(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE)

ARE YOU THE ACCREDITED REPRESENTATIVEIN SOUTH AFRICA FOR THE GOODS / SERVICES / WORKS OFFERED? YES or NO
[IF YES ENCLOSE PROOF]

SIGNATURE OF BIDDER ………………………………………………………………………………………………………………..

DATE ………………………………………………………………………………………………………………..

CAPACITY UNDER WHICH THIS BID IS SIGNED …………………………………………………………………………

TOTAL BID PRICE…………………………………… TOTAL NUMBER OF ITEMS OFFERED……………………………

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:

Department: Supply Chain Management Unit

Contact Person: Constance Matsapola

Tel: 011265 5900/5946

E-mail:

ANY ENQUIRIES REGARDING TECHNICAL INFORMATION MAY BE DIRECTED TO:

Contact Person: Constance Matsapola

Tel: 011265 5900/5946

E-mail address:

Kindly note that your technical enquiries will be facilitated by SCM between the service provider and the relevant CETA project lead.

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.

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);