Eskom Holdings Soc Ltd

/ Invitation to Tender / Unique Identifier / 240-114238630
Revision / Rev 2
Revision Date / April 2020
Group Technology and Commercial
Enquiry no / PSCED0033

ESKOM HOLDINGS SOC LTD

INVITATION TO TENDER

FOR

STRINGING & CABLING AT DELPHI SUBSTATION

Tender number / PSCED0033
Issue date / 28 July 2017
Closing date and time / 25 August 2017 at 10h00
Tender validity period / 12 weeks from the closing date and time
Clarification meeting / Not applicable
Tenders are to be delivered to the following address on the stipulated closing date and time: / THE TENDER OFFICE
MEGAWATT PARK
1 MAXWELL DRIVE
SUNNINGHILL EXT. 3
SANDTON

Invitation to Tender

Eskom Holdings SOC Ltd (hereinafter “Eskom”) invites you to submit a tender for the Stringing & Cabling at Delphi Substation.

The enquiry documents are supplied to you on the following basis:

·  Free of charge

Eskom has delegated the responsibility for this tender to the Eskom Representative whose name and contact details are set out in the Tender Data. A submission of a tender/proposal by you in response to this Invitation will be deemed as your acceptance of the Eskom Standard Conditions of Tender (to be accessed via www.eskom.co.za).

Queries relating to these Invitation documents may be addressed to the Eskom Representative.

Yours faithfully

Jabu Nkgapele

Procurement Manager

Date: ______

Contents of Invitation to Tender documents

1.  Invitation to tender

1.1  Conditions of Tendering (refer to www.eskom.co.za for this document that suppliers are required to download and read)

1.2  Tender Data

1.3  Commercial Tender returnables

2.  Evaluation process and criteria

2.1  Basic Compliance

2.2  Mandatory tender returnables

2.3  Functionality

2.4  Price and preference scoring

2.5  Objective criteria

2.5.1 Financial Evaluation

2.5.2 SHEQ Requirements

2.5.3 SD&L Requirements

3.  Condition of contract (see contract conditions attached)

4.  Scope of work/Works Information/Employers Requirements (see Contract and applicable bond/guarantees attached )

5.  Pricing data (See contract attached)

6.  Annexures

Number / Description / Annexure / Attached (Y/N) / Page no.
6.1 / *Acknowledgement form / Annexure A / Y / 19
6.2 / *Tenderer’s particulars / Annexure B / Y / 21
6.3 / * Integrity Declaration Form
(refer to www.eskom.co.za for the Supplier Integrity Pact that suppliers are required to download and read ) / Annexure C / Y / 25
6.4 / CPA Requirements for Local (South African) / Annexure D / N / 29
6.5 / CPA(IG) for Foreign Goods/services (if applicable) / Annexure E / N / 34
6.6 / Declaration Certificate for Local Production and Local Content (applicable if designated materials are included). / Annexure F / N / 40
6.7 / Acknowledgement of funding requirements (applicable for contracts with an estimated value of more than R30M inclusive of VAT) / Annexure G / N / 44
6.8 / *Addenda acknowledgement form / Annexure H / N / 45
6.9 / Tax Evaluation questionnaire to determine whether a company, close corporation (CC) or Trust is a personal service provider for purposes of PAYE / N
6.10 / TCC 001 Application for a Tax Clearance Certificate (as attached) must be filled out where there are Foreign suppliers with no footprint in RSA.
It must then be emailed to , and a copy of the said email requesting such certificate to be sent to the procurement practitioner as stipulated in the tender returnables. / Annexure I / Y / 46
6.11 / Compulsory Declaration Form for Infrastructure and Procurement and Delivery Management (IPDM / Annexure IB / Y / Attached

1.2 The Tender Data makes several references to the Eskom Standard Conditions of Tender (refer to www.eskom.co.za for this document that suppliers are required to download and read). The clauses that apply specifically to this Invitation are referenced hereunder. The “Tender Data” shall take precedence over the Standard Conditions of Tender in the event of any ambiguity or inconsistency between the two documents.

Clause Number from Standard Conditions of Tender / Tender Data
1.1 Parties / The Employer is Eskom Holdings SOC Ltd
The Eskom Representative is:
Name: Fusi Mochesane
Tel: 011800 3797
E-mail:
1.1 Eligible tenders / Tenderers are deemed ineligible to submit a tender if
·  Tenderers have the nationality of a country on any international sanctions list. A tenderer shall be deemed to have the nationality of a country if the tenderer is a national or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including related services.
·  Tenderers submit more than one tender either individually or as a partner in a joint venture (JV) or consortium
·  Tenders submitted by a JV or consortium where the JV/consortium agreement does not explicitly state that the parties of the JV or consortium shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms.
·  A Tenderer must not have a conflict of interest. All Tenderers found to have a conflict of interest shall be disqualified. A Tenderer may be considered to have a conflict of interest with one or more parties in this tendering process, if :
o  (a)they have a controlling partner/majority shareholder in common; or
o  (b)they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the tender/proposal of another Tenderer, or influence the decisions of the Employer regarding this bidding process;
·  Tenders signed by non- authorized persons
·  Where the tenderers are not registered on National Treasury’s Central Supplier Database (except Foreign Suppliers)
·  A tender that fails to meet any pre-qualifying criteria stipulated in the tender documents is an unacceptable tender (section 4 (2) of PPPFA Regulations
·  Any tenderer that is restricted by National Treasury
Ineligible tenderers will be disqualified.
1.3 Enquiry documents / The Invitation to tender number is : PSCED0033
See the content list above for the enquiry documents.
1.4 Type of Invitation to Tender/RFP / This invitation to tender is:
1.  An open Invitation to tender
1.6 Eskom’s right to accept the whole or parts of the tender / The tender shall be for the whole of the contract.
2.2 -2.5 Tender Submission Information / The deadline for Tender submission is :
Date 25 August 2017
Time 10:00am
Late Tenders will not be accepted
Tenders are to be submitted to the Eskom tender box at the following physical address:
THE TENDER OFFICE
MEGAWATT PARK
1 MAXWELL DRIVE
SUNNINGHILL EXT. 3
SANDTON
2.8 Mandatory tender returnables / See below list of Tender Returnables, some of these are mandatory at the Tender submission deadline, and others are Mandatory prior to contract award.
The tenderer will be disqualified if mandatory tender returnables are not submitted on/before the tender submission deadline.
2.9 Copy of original tender / The tenderer shall submit an original tender, plus 1 hard copy and 1 soft copy of the original tender.
Where a Tenderer does not submit a complete hard copy of the original tender, the tenderer will be disqualified.
2.13 Tender Validity Period / The tender validity period is 12 weeks
2.17 Site/clarification meetings / There will be no clarification/site meeting.
2.18 Clarification on enquiry documents / The tenderer will notify the Employer of any clarifications required before the closing time for clarification queries, which is 5 working days before the deadline for tender submission.
2.22 Conditions of contract / The conditions of contract will be the NEC3 Engineering and Construction Short Contract
2.24 Alternative tenders / Alternative tenders are not allowed.
2.31 Provision of security for performance / If security for performance (e.g. Performance Bond) is required, the names of two financial institutions that will be approached must be submitted with the tender.
3.4 Opening of tenders / Tenders will be opened at the same date and time as the tender deadline.
3.5 Prices to be read out / Prices will not be read out.
3.11 Basic Compliance / Basic compliance for this invitation to tender are:
·  Meet the eligibility criteria for a tenderer
·  Submit one copy of the original tender to Eskom
·  Submit a complete tender with commercial, financial and technical information
·  Submission of the list of mandatory commercial tender returnable as stated hereunder and as at stipulated deadlines.
·  Central Supplier Database (CSD) number (MAA………)
3.12 Mandatory tender returnables / Mandatory tender returnables required for scoring are listed hereunder.
·  Annexure IB - Compulsory Declaration Form for Infrastructure and Procurement and Delivery Management (IPDM).
·  CIDB: The contractor will be required to have the CIDB rating of level 3EP/PE and above or a proof of application associated with the type and value of works for this contract.
3.13 Pre-qualification criteria / Pre-qualification criteria are not applicable
3.14 Designated material thresholds / Designated material thresholds is not applicable
3.15 Functional requirements / Functional requirements are applicable
Note the requirements for technical functional scoring hereunder.
Functionality Criteria / Maximum number of points
Technical
NB: Refer to Technical evaluation criteria document for all returnables / 100
Total / 100
Minimum Threshold for Qualification / 70%
The criteria for technical is as follows:
Criteria / Maximum points
Relevant Company experience / 30
Qualification & experience of key Personnel / 20
Method Statement / 20
Test Procedures / 10
Tools & equipment / 10
Procedure for compression of clamps / 10
Total points / 100
Tenderers must, as part of tender documents, submit supportive documentation for all technical requirements. The panel responsible for scoring respective tenders will evaluate and score all tenders based on their submissions and information provided.
NB: Tenderers who fail to meet the minimum threshold of 70% for technical will not be evaluated further.
3.17 Evaluation of price / Prices will be evaluated as follows:
·  Inclusive of VAT
·  Making the specified correction for arithmetical errors
·  Excluding contingencies in any bill of quantities or activity schedule.
·  Making an adjustment based on the application of the quantitative information entered by tenderers in the Contract Data provided by the Contractor to provisional amounts assessed by Eskom’s Representative. A model tender assessment schedule suitable for use with Options A and B of the NEC Engineering and Construction Short Contract may be included in the tender returnables for this purpose.
·  Making an appropriate adjustment for any other acceptable variations, deviations, loss evaluation or alternative tenders submitted.
·  Making a comparison of the Nett Present Value of each adjusted tender based on the tendered programme (if provided) and prices, on the estimated effect of Price Adjustment Factors and rate of exchange fluctuations (if applicable) and on other evaluation parameters relating to uncertainty and risk.
·  Unconditional discounts must be taken into account for evaluation purposes;
Conditional discounts must not be taken into account for evaluation purposes but should be implemented when payment is affected.
3.18 Scoring of Prices / Prices will be scored out of 80 points
3.19 Scoring of B-BBEE / B-BBEE status will be scored out of 20 points in accordance with PPPFA. If a tenderer fails to submit proof of B-BBEE status level the tender will not be disqualified, but tenderer:
·  May only score points out of 80 for price ; and
·  Scores 0 points out of 20 for B-BBEE
3.20 Ranking of suppliers / Suppliers will be ranked by applying the preferential point scoring based on the:
·  80/20 (for estimated values above R30000 and up to R50M inclusive of VAT).
3.21 Objective criteria (if applicable) / Objective criteria are applicable
The following objective criteria :
1.  SHEQ requirements;
2.  SD&L requirements; and
3.  Financial analysis.
SECTION A: Quality Management System Requirements ISO 9001:2008
(Objective evidence of documented QMS that is not certified but complies with ISO9001.
SECTION D: Quality Control Plan Requirements (Ref QM-58 Annexure I or 240-51544462)
QCP /Checklist/ ITP (Quality Control Plans) as per Scope of Works.
SECTION E: User defined additional Requirements & miscellaneous (Ref QM-58)
Customer specific requirements & other standards and required can be listed and evaluated here.
List of Health and Safety returnables:
1. The acknowledgement of Eskom's SHE rules and requirements form (Annexure B) signed;
2. Breakdown of costing for safety and health management;
3. Safety performance records for the past twelve (12) months;
4. OHS plan;
5. Valid medical report;
6. Valid Letter of Good Standing (COIDA or equivalent); and
7. SHE competencies (assigned to the tasks).
List of Environmental returnables:
1. Environmental management system;
2. Environmental management plan;
3. Waste management plan;
4. Environmental bill of quantities.
Supplier Development and Localisation (SD&L):
Eskom intends to improve skills development by ensuring that technical support is directed towards enhancing supply capacity and capability within the industry or sector of operation. By doing this the capacity and competitiveness of the local supply base will be increased and the goals of shared growth, employment creation, poverty reduction and skills development will be achieved.
Skills development
Stringer.
Local content (not a designated sector)
Local Production and Content (not a designated sector):
Local Production and Content will not be a criterion that is weighted.
Tenderers will be asked to propose their target as per the table below:
Criteria / Target (%) / Proposed Target
Local content to South Africa / 100%
·  SD&L matrix: Suppliers are required to achieve a minimum threshold of 60% on the SD&L Compliance matrix.
·  The commitment of any of SD&L elements will form part of the NEC contract and shall be monitored throughout the duration of the contract to ensure all the obligations and undertakings are fulfilled.
·  Preference shall be given to 51% Black owned entities.
·  Contract award should be in line with Eskom’s hierarchy of supplier selection in the following order: QSE1 &2; EME 1&2
Please note:-
·  “Eskom reserves the right to award the tender to a supplier who may not be the highest scoring/highest ranked tenderer, in line with Section (2) (1) (f) of the PPPFA; subject to the right to negotiate on the objective criteria with the three preferred tenderers scoring the highest points (from first highest to third highest) before award is made.
·  Tenderers will not be disqualified if they do not comply with the objective criteria
·  Functionality and any element of the B-BBEE scorecard may not be used as objective criteria.

Please note: