Example: tourism industry

EXPRESSION OF INTEREST FOR TEMPORARY, …

EXPRESSION OF INTEREST FOR TEMPORARY, RELOCATABLE OR MODULAR. STRUCTURES AND RELATED SERVICES FOR VARIOUS INFRASTRUCTURE. PROGRAMMES IN south africa . CONTRACT NO: CDC/98/17. The Coega Development Corporation (Pty) Ltd (CDC) is assisting various Government Departments with the implementation of infrastructure projects within the various Provinces in south africa . The infrastructure projects include teaching facilities, community libraries, museums, sports and recreation facilities and healthcare facilities, and various accommodation requirements for Public Entities, etc. These projects are aimed at addressing the facilities and infrastructure backlogs and to create jobs, develop and transfer skills and reduce poverty through socio-economic change and involvement of SMME's Invitation Scope The CDC is inviting capable and competent Service Providers to design, manufacture, supply and erect Modular Structures through an EOI process we the hope of formulating Framework Agreements The Service Providers who comply with CDC requirements as stated in this EOI document will be added to the CDC Register of Preferred Service Providers for the formulation of Framework Agreement which will be used to select bidders for the various projects that will require the provision of temporary, re-locatable or modular buildings.

expression of interest for temporary, relocatable or modular structures and related services for various infrastructure programmes in south africa

Tags:

  South, Interest, Programme, Africa, Expression, Expression of interest, Programmes in south africa

Information

Domain:

Source:

Link to this page:

Please notify us if you found a problem with this document:

Other abuse

Transcription of EXPRESSION OF INTEREST FOR TEMPORARY, …

1 EXPRESSION OF INTEREST FOR TEMPORARY, RELOCATABLE OR MODULAR. STRUCTURES AND RELATED SERVICES FOR VARIOUS INFRASTRUCTURE. PROGRAMMES IN south africa . CONTRACT NO: CDC/98/17. The Coega Development Corporation (Pty) Ltd (CDC) is assisting various Government Departments with the implementation of infrastructure projects within the various Provinces in south africa . The infrastructure projects include teaching facilities, community libraries, museums, sports and recreation facilities and healthcare facilities, and various accommodation requirements for Public Entities, etc. These projects are aimed at addressing the facilities and infrastructure backlogs and to create jobs, develop and transfer skills and reduce poverty through socio-economic change and involvement of SMME's Invitation Scope The CDC is inviting capable and competent Service Providers to design, manufacture, supply and erect Modular Structures through an EOI process we the hope of formulating Framework Agreements The Service Providers who comply with CDC requirements as stated in this EOI document will be added to the CDC Register of Preferred Service Providers for the formulation of Framework Agreement which will be used to select bidders for the various projects that will require the provision of temporary, re-locatable or modular buildings.

2 These projects are spread throughout various Provinces. The CDC will reserve the right to allocate work to short-listed entities in an effort to distribute work and thereby reduce CDC's and the Client Departments' commercial risks. Conditions (a) The required CIDB Grades are CIDB Grade 3GB, 4GB, 5GB, 6GB, 7GB, 8GB, and 9GB, (b) Respondent's temporary, relocatable or modular construction systems are to be compliant with all relevant aspects of National Building Regulations, SANS 10400 and all requirements for either an appropriate Agr ment south africa certificate or Rationale Design certificate in order to submit EXPRESSION of INTEREST to provide temporary, relocatable or modular solutions for various infrastructure projects Nationally (c) Bidders must confirm their company registration with CIPC (formerly CIPRO) as CDC will not award any tender to any business that appears on the CIPC List of de-registered businesses. (d) Preference will only be given to respondents who comply with the CDC's Procurement Policy & Procedures.

3 (e) Preferential Procurement Policy Framework Act (PPPFA) principles shall apply, whereby submissions will be evaluated according to the provisions of that Act and the Public Finance Management Act (PFMA) Sections 36 and 49;. (f) Local content thresholds for listed designated sectors (as per the Department of Trade and Industry requirements) is as per Table 1a&b below: Table 1a: Minimum local content for Steel Value-added Products Local Content Steel Construction Materials Components Threshold Latticed steelwork, reinforcement steel, columns, beams, plate girders, rafters, bracing, cladding supports, stair stringers & treads, Fabricated Structural Steel 100%. ladders, steel flooring, floor grating, handrailing and balustrading, scaffolding, ducting, gutters, launders, downpipes and trusses Gussets, cleats, stiffeners, splices, cranks, kinks, doglegs, spacers, Joining / Connecting Components 100%. tabs, brackets Frames Doors & Windows 100%. Bare Steel cladding, galvanised steel cladding , colour coated clad- Roof and Cladding 100%.

4 Ding Fasteners Bolts, nuts, rivets and nails 100%. All fencing products; all barbed wire and mesh fencing, fabric/. Wire Products mesh reinforcing, gabions, wire rope/ strand and chains, welding 100%. electrodes, nails/ tacks, springs and screws Non-conveyance tubing fabricated from steel sheeting and plate Ducting and Structural Pipework 100%. with structural supports. Fabricated materials made from sheeting associated with roof Gutters, downpipes and launders 100%. drainage systems Table 1b: Minimum local content for Primary Steel Products Steel Construction Materials Local Content Threshold Plates (> thick and supplied in flat pieces) 100%. Sheets (< think and supplied in coils) 100%. Galvanised and Colour Coated Coils 100%. Wire Rod and Drawn Wire 100%. Sections( Channels , Angles , I-Beams and H-Beams) 100%. Reinforcing Bars 100%. Bidders will be required to complete and sign tender forms SBD , Annexure C, D and E. (g) Bidders must submit a valid BBBEE Verification Certificate from SANAS Accredited Verification Agency / Registered Auditor approved by IRBA.

5 The Qualifying Small Enterprise (QSE) and Exempted Micro Enterprises (EME) must submit a sworn affidavit confirming the Company Annual Total Revenue and level of black ownership;. (h) The score will be determined as follows: (i) Price - 80/90, (ii) BBBEE Score - 20/10. (i) Joint Ventures will NOT be considered;. (j) Proof of registration with Treasury's Centralized Supplier Database (CSD) or provide a Treasury CSD registration number MAAA0 ; The Tax Status of the bidders will be verified through CSD and SARS website;. (k) Verifiable Proof of agency or vendor agreement with modular manufacturer;. (l) CDC will not award more than two (2) active contracts to a single firm, unless one contract has reached 80%. completion;. (m) No price quotation or competitive bids will be awarded to a person or entities who are not Tax Compliant at recommendation stage;. (n) The successful Service Providers will enter into a Framework Agreement with CDC for a period of 24 months with an option to extend for further 12 months, and these Framework Agreement contractors will be used in urgent and emergency cases as and when required.

6 Prices will be adjusted annually as from 1 March 2019 as per the Haylett formula work group 180. (o) The successful Service Providers will be appointed based on competitive rates they tendered in, the EOI will be evaluated in line with the CDC Procurement policy and procedures. (p) The value of work to be allocated to a contractor/service provider will be determined in line with the contractor's CIDB. grading. Contractors may be requested to undertake work at a lower CIDB grading depending on the availability of contractors in the pool. The EOI Documents will be available for download from the CDC website at at no charge from Friday, 24th November 2017 at 10:00. No documents will be available or issued at the Briefing Session and should therefore be printed timeously beforehand. A compulsory briefing meeting will be held on Friday, 01st December 2017 at the Coega Vulindlela Accommodation and Conference Center, corner of N2 and Addo Road, Markman, Port Elizabeth, at 11:00 to 12:00.

7 One original completed EOI document shall be placed in a sealed envelope clearly marked: CDC/98/17 - EXPRESSION . OF INTEREST FOR TEMPORARY, RELOCATABLE OR MODULAR STRUCTURES AND RELATED SERVICES FOR VARIOUS. INFRASTRUCTURE PROGRAMMES IN south africa . The closing date and time for the receipt of completed EOI is Monday, 11th December 2017 at 12:00 at the reception desk of the CDC Head Office, Corner Zibuko and Alcyon Streets, Zone 1, Coega IDZ, Port Elizabeth. EOI document will not be opened in public and no late submissions will be considered;. Bids will not be opened in public and no late submissions will be considered. Failure to provide any mandatory information required in this Bid will result in the submissions being deemed null and void and shall be considered non-responsive. Telegraphic, telexed, facsimiled or e-mail submissions will not be accepted. Telegraphic, telexed, facsimiled or e-mail submissions will not be accepted. No telephonic or any other form of communication with any other CDC member of staff, other than the named individual below, relating to this request for tender will be permitted.

8 All enquiries regarding this tender must be in writing only, and must be directed to: Andile Ntloko, Unit Head: Supply Chain Management; E-mail: The CDC reserves the right not to accept the lowest proposal in part or in whole or any proposal. TIP-OFFS ANONYMOUS HOTLINE: STOP: THEFT / FRAUD / DISHONESTY / BRIBERY /. BLACKMAIL / INTIMIDATION. Call Toll-free TODAY: 0800 007 035 and remain anonymous. B-BBEE LEVEL 3 CONTRIBUTOR. ISO 9001 14001 27000 31000 OHSAS 18001.


Related search queries