Infrastructure Management Services in the Areas of Verification, Componentisation And

Infrastructure Management Services in the Areas of Verification, Componentisation And

RFP49 /2017

INFRASTRUCTURE MANAGEMENT SERVICES IN THE AREAS OF VERIFICATION, COMPONENTISATION AND REVALUATION

RFP 49/2017

INFRASTRUCTURE MANAGEMENT SERVICES IN THE AREAS OF VERIFICATION, COMPONENTISATION AND REVALUATION

small RGB logo 50

TABLE OF CONTENTS

1.INVITATION

2.SCOPE

3.MINIMUM SUBMISSION REQUIREMENTS – ANY OMISSION OF THE LISTED ITEMS WOULD RENDER AN AUTOMATIC DISQUALIFICATION.

4.SCOPE OF WORK

5.SPECIAL CONDITIONS OF CONTRACT

6.TECHNICAL SPECIFICATIONS

7.EVALUATION CRITERIA

8.PRICING SCHEDULE

9.CONTACT INFORMATION

TECHNICAL SPECIFICATION

1.INVITATION

CENTLEC (SOC) Ltd hereby invites suitable service providers to supply a proposal to assist the Asset management division with the infrastructure management services in the areas of verification, componentization and revaluationservices for all CENTLEC (SOC) Ltd infrastructure assets for a period of thirty (30) months.

2.SCOPE

The purpose of this RFP is to obtain service providers to give CENTLECa proposal on the specified consulting requirements to assist with the incorporation, verification, componentization and revaluation of the electricity infrastructure assets of the newly incorporated areas of the former local municipalities of Naledi and Masilonyana within the Mangaung Metro.

3.MINIMUM SUBMISSION REQUIREMENTS – ANY OMISSION OF THE LISTED ITEMS WOULD RENDER AN AUTOMATIC DISQUALIFICATION.

3.1Three (3) letter of references from previous municipalities where similar work was done.

3.2Valid original tax clearance certificate.

3.3(a) Supply municipal services (Water, Sanitation, Rates and Electricity) bill(s), not owing more than 30 days; or valid clearance certificate.

(b) A valid lease Agreement with Current Bill of Account not owing more than thirty (30) days for municipal services that the lessee (Bidder) is responsible for.

(c) In the event that the Bidder utilized prepaid services (e.g. water or and electricity) a valid clearance certificate must be submitted.

(d) Bidders that are CENTLEC (SOC) Ltd customers are also expected to attach a valid clearance certificate.

3.4Submit proof of registration on the National Treasury Centralized Supplier’s Database

4.SCOPE OF WORK

The scope of this RFP includes the following requirements and services relating to theImmovable asset management consulting:

4.1Perform an analysis of the current Fixed Asset Register’s supporting the assets to be transferred to CENTLEC to determine the actions required to align such to the methodology applied in the compilation of CENTLEC’s Fixed Asset Register.

4.2Perform an analysis of the audit findings as raised on the amalgamating municipality’s electrical infrastructure assets for the year ended 30 June 2016 and implement corrective action

4.3Develop the valuation, verification and condition assessment methodology (using a sliding scale) which should be submitted to the Management, Auditor General and National Treasury for approval

4.4Perform a physical verification of all electricity infrastructure assets as listed per the amalgamating municipality’s Fixed Asset Register for the year ended 30 June 2016

4.5Perform a physical condition assessment of all electricity infrastructure assets as listed per the amalgamating municipality’s Fixed Asset Register for the year ended 30 June 2016

4.6Determine the fair value of each item of electricity infrastructure assets, land and buildings as listed assets as listed per the amalgamating municipality’s Fixed Asset Register for the year ended 30 June 2016.

4.7The team should be available, after the assignment to assist in addressing audit queries based on the valuations that they have performed.

4.8Present / Draft a final valuation report which should include assumptions (basis for calculation and motive for choice of assumption) used in reaching the current values.

4.9Draft the required adjusting journals to account for the revaluation surplus.

4.10Compile a detailed working paper file with sufficient external support for all the market valuations obtained.

5.SPECIAL CONDITIONS OF CONTRACT

5.1The appointment will be for a period from the date of appointment until the 30 November 2017

5.2The successful bidder will be expected to enter into a Service Level Agreement with CENTLEC.

5.3It is imperative that bidders that have met the minimum submission requirements in point two (2) above will be expected to present their proposals to the bid evaluation committee

5.4Please note that if the general information with regard to each item is not supplied or incomplete, your quotation on that item will not be considered.

5.5Please note that CENTLEC reserves the right to appoint more than one bidder where applicable.

5.6Project methodology inclusive of a detailed project plan.

5.7Detailed project costing which should be inclusive of the following: travel, accommodation and Valuation.

5.8Clear demonstration of municipal accounting, municipal asset registers and valuation experience (list references with contacts details and testimonials).

5.9Include CVs of the proposed project leader and the team to be assigned for this project. This must include a short indication of their relevant experience.

5.10Company profile with company registration documents, Professional Registration documents, tax clearance certificate and BEE Certificate.

5.11All and any files, document, documentary evidenced, and any aspect of the matter associated with the file shall at all times remain the property of CENTLEC and the firm handling the matter(s) as on behalf of CENTLEC waives its entitlement in the regard.

5.12No fees shall be paid to any firm in advance. Fees and disbursements shall be paid only for work actually done and billed on the agreed applicable tariff, and no firm shall be paid a deposit on fees/disbursement.

5.13Further it is the requirement of the entity to retain 10% of the proposed fee as retention, the retention fee will be released to the service provider after successfully clearing all queries which may arise during the audit of the service provider’s work.

6.TECHNICAL SPECIFICATIONS

6.1Perform an analysis of the current Fixed Asset Register’s supporting the assets to be transferred to CENTLEC to determine the actions required to align such to the methodology applied in the compilation of CENTLEC’s Fixed Asset Register.

6.2Perform an analysis of the audit findings as raised on the amalgamating municipality’s electrical infrastructure assets for the year ended 30 June 2016 and implement corrective action

6.3Develop the valuation, verification and condition assessment methodology (using a sliding scale) which should be submitted to the Management, Auditor General and National Treasury for approval

6.4Perform a physical verification of all electricity infrastructure assets as listed per the amalgamating municipality’s Fixed Asset Register for the year ended 30 June 2016

6.5Perform a physical condition assessment of all electricity infrastructure assets as listed per the amalgamating municipality’s Fixed Asset Register for the year ended 30 June 2016

6.6Determine the fair value of each item of electricity infrastructure assets, land and buildings as listed assets as listed per the amalgamating municipality’s Fixed Asset Register for the year ended 30 June 2016.

6.7The team should be available, after the assignment to assist in addressing audit queries based on the valuations that they have performed.

6.8Present / Draft a final valuation report which should include assumptions (basis for calculation and motive for choice of assumption) used in reaching the current values.

6.9Draft the required adjusting journals to account for the revaluation surplus.

6.10Compile a detailed working paper file with sufficient external support for all the market valuations obtained.

7.EVALUATION CRITERIA

All proposals submitted will be evaluated in accordance with the criteria set out in the policy of Supply Chain Management of the Entity.

The most suitable candidate will then be selected. Please take note that CENTLEC (SOC) Ltd is not bound to select any of the firms submitting proposals.

Furthermore, technical competence is the principal selection criteria, CENTLEC (SOC) Ltd will evaluate the technical criteria first, and will only look at the price and BBBEE level of contribution if it is satisfied with the technical evaluation. As a result of this, CENTLEC (SOC) Ltd does not bind itself in any way to select the firm offering the lowest price.

7.1TECHNICAL EVALUATION CRITERIA

No. / Criteria / Description / Points
7.1.1. / Track record and experience / Number of municipal fixed asset registers compiled in the last 3 years:
Three or more = 30 points,
Two= 20 points and
One= 10 point, / 30
7.1.2. / Local (Mangaung) operational capability and economic investment / Does the bidder have a local office = 10 with operational capability and will they use local resources = 10 / 20
7.1.3. / Registration with the South African Institute of Chartered Accounts / Proof of registration / 20
7.1.4. / Registration with the South African Institute of Electrical Engineers / Proof of registration / 15
7.1.5. / Registration with PLATO (professional GIS practioner) / Proof of registration / 15
TOTAL / 100

Table 1 – Evaluation criteria

A bidder who gets a minimum of 70 points and above will qualify to the next stage. Individual tenders would have to be evaluated according to the preferential point system. The bidder must score minimum points as follows:

Item 1 – 10points

Item 2 – 10 points

Item 3 - 20 points

Item 4 – 15 points

Item 5 – 15 points; in the Evaluation Criteria. The point system applicable to this project will be: 90/10

7.2PRICE AND REFERENTIAL POINTS SCORING – STAGE 2

(Price and B-BBEE status)

All Bidders that have passed the technical evaluation threshold of 60 points would also be scored based the 90/10 principle where 90 Points is for the Price and 10 points for B-BBEE as per the detail given below

7.2.1Points awarded for price

A maximum of 90 Points is allocated for price on the following basis:

Where

Ps = Points Scored for comparative price of bid under consideration

Pt = Comparative Price of bid under consideration

P min = Comparative Price of lowest acceptable bid

7.2.2 Points awarded for B-BBEE Status Level of Contribution

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
(90/10 System)
1 / 10
2 / 9
3 / 8
4 / 5
5 / 4
6 / 3
7 / 2
8 / 1
Non-Compliant Contributor / 0

8.PRICING SCHEDULE

DESCRIPTION / VERIFICATION, COMPONENTISATION AND REVALUATION OF ELECTRICAL INFRASTRUCTURE ASSETS OF AMALGAMTING MUNICIPALITIES.
Year 1

Table 2 – Pricing Schedule

9.CONTACT INFORMATION

  1. For any further technical information regarding the document contents please contact Mr. James Blair e-mail: . Such queries must be done in writing; the email address provided serves this purpose. The answer to one question will be sent to all the other prospective bidders that have bought the bid documents.
  1. For telephonic enquiries Mr. James Blair can be contacted on 051412 2621. Please note that telephonic enquiries that are about the document contents will not be entertained as they may prejudice other prospective bidders that have bought the bid documents.
  1. For Supply Chain Related questions, please contact Mr Allistair Marais at 051 412 2622or at