Question NW3413 to the Minister of Transport

Share this page:

17 November 2017 - NW3413

Profile picture: De Freitas, Mr MS

De Freitas, Mr MS to ask the Minister of Transport

(1)(a) What are the details of each tender issued or awarded by (i) his department and (ii) each entity reporting to him in the past three financial years, (b) what was the value of each tender, (c) who won the tender (d) the criteria were used to award the tenders and (e) what mechanisms exist to ensure that the companies that won the tenders have the capacity, capability and resources to fulfil the requirements demanded by each tender?

Reply:

Department

PROJECT DESCRIPTION

CONTRACT AMOUNT

SUPPLIER

(a)(i)

(b)

(c)

To Develop, Establish, Manage the Scrapping Administration Agency (TSA).

521 238 734.00

Taxi Scrapping Administration

Advocate to draft legislation for the No-Fault Policy/Road Accident Benefit Scheme (RABS)

2 312 000.00

HJ De Waal

Establishment of the Single Source Transport Economic Regulator through Developing Policy, Legislation and Implementation Plan

13 036 668.00

DNA Economics

Rural Accessibility/Multi Modal Deprivation Index Project

1 509 702.00

VelaVke Consulting

Provision of Legal Advisory for the Department of Transport's intervention in Limpopo

3 200 000.00

Ntuli Noble

Cleaning Services to the Department for a period of two (2) year

4 121 985.68

Bontle ke Bontle

Extend Scope of Cleaning Services to provide for additional floors allocated to DOT

1 071 536.54

Bontle ke Bontle

Extend Scope of Cleaning Services to provide for additional floors allocated to DOT

684 438.18

Bontle ke Bontle

Travel agent to provide Travel, Accommodation, Conferencing and ad-hoc Car Rental Services to the Department for a period of two (2) years

Negotiated rates apply

Travel with Flair

Extension of Feasibility Study: Moloto Development Corridor

1 034 666.00

SMEC

Supply , Install and Maintain the Switchboard (PABX) and Telephone Management System for the Department of Transport's Head Office

5 679 327.53

Bytes

Formulation and Implementation of SA Road Infrastructure Policy

4 908 125.48

ITS Engineering

Marine Pollution Prevention & Response Vessel capability (Standby Tug)

199 640 000.00

AMSOL

Security Services at the Department

4 384 093.34

Eldna Security Services

Review Road based subsidized transport service

2 843 844.00

Gibb (Pty) Ltd

Multi Modal Transport Planning and Coordination Draft Bill

5 386 000.00

Modiba & Associates Inc

Up scaling of S'hamba Sonke Road Program: Cluster A(Gauteng, North West & Limpopo)

11 244 960.00

PH Bagale (previously Core JV)

Up scaling of S'hamba Sonke Road Program: Cluster C(KZN & Mpumalanga)

9 931 680.00

PH Bagale (previously Core JV)

Up scaling of S'hamba Sonke Road Program: Cluster B(Northern Cape & Free State)

22 019 199.35

Royal Haskoning DHV

Up scaling of S'hamba Sonke Road Program: Cluster D(Eastern Cape & Western Cape)

19 587 508.25

Royal Haskoning DHV

Technical and Secretariat Services for the NTPF

5 621 700.00

Delca Systems

Travel Agent to provide Travel, Accommodation, Conferencing and ad-hoc Car Rental Services to the Department for a period of two (2) years

 

WingsNaledi Corporate Trading (Pty) Ltd

Development of Regional Corridor Development Strategy

2 727 336.57

Arup

Cleaning Services to the Department for a period of two (2) year

7 658 230.46

Bontle ke Bontle

PROJECT DESCRIPTION

CONTRACT AMOUNT

SUPPLIER

(a)(i)

(b)

(c)

RE-APPOINTMENT :Support to Regulating Committee on Fees and Charges by ACSA and ATNS - Cost Extension

1 314 207.00

PWC

Update of the National Freight Logistics Strategy

2 272 704.00

Delca Systems

Update of the National Freight Databank

8 941 872.72

Aurecon SA (Pty) Ltd

Finalize the Draft White Paper on NADP

2 436 164.00

Kaiser International (Pty) Ltd

Review White Paper on National Transport Policy of 1996

5 269 365.00

Genesis Analytics/Aurecon SA & Webber Wentzel Consortium

Assist in Developing a Branch-line Strategy and Pilot Program

6 108 123.00

Ernst & Young Advisory Services

NATURAL CONTINUATION: Forensic Analysis of Putco Sandfontein Contract

4 598 226.88

Transport and Economics Support Services (TESS)

Internal Audit Services for DLCA

1 784 546.00

PriceWaterhouseCoopers Inc (PWC)

Shova Kalula: Supply 2700 bicycles and helmets, vests, pumps, locks etc.

3 996 000.00

Abroo Style Trading CC

Assist Internal Audit with Audit Report Audits

948 157.70

SAB&T Chartered Accountant Inc t/a Nexia SAB&T

Natural Continuation: NATMAP 2050 Review and Update

3 538 560.00

Aurecon SA (Pty) Ltd

CLOSED BID: Finalize the Draft White Paper on NCAP

983 424.00

Kaiser International (Pty) Ltd

Freight Transport Model

4 071 557.88

Kijama Development

Determining the criteria for certifying Auditors and training requirements.

731 300.00

SAATCA

EXPANSION: Review of the National Safety Regulator Act

798 000.00

Mncedisi, Ndlovu & Sedumi

Develop a Regional Transport Market Integration Strategy

1 866 180.00

Letsema Consulting & Advisory Services (Pty) Ltd

Supply of Stationary to the Department for 2 years

 

 

Review of the Taxi Recap Programme

1 784 744.10

AM Consulting Engineers

Shova Kalula: Supply 3450 bicycles and helmets, vests, pumps, locks etc.

5 517 114.00

Foziyus Trading

Develop an Integrated Public Transport Network plan in OR Tambo Municipal District

1 963 650.00

SMEC

Rail Economic Regulator Panel

 

Panel

Rail Economic Regulator Panel: SUB PROG 1.1.1 - DEVELOP A SCOPING REPORT FOR RAIL INFRASTRUCTURE CLASSIFICATION AND INFRASTRUCTURE MODEL

110 500.00

LTS Consulting

Rail Economic Regulator Panel: SUB PROG 1.1.2 - DEVELOP AN INTERNATIONAL BENCHMARKING REPORT FOR INFRASTRUCTURE CLASSIFICATION AND INFRASTRUCTURE MODEL

637 060.40

Gibb (Pty) Ltd

PROJECT DESCRIPTION

CONTRACT AMOUNT

SUPPLIER

(a)(i)

(b)

(c)

Rail Economic Regulator Panel: SUB PROG 3.1 -UNDERTAKE A REVIEW OF THE CURRENT LOCAL RAIL ENVIRONMENT ON THE LEVELS OF SERVICE

643 846.41

Gibb (Pty) Ltd

Rail Economic Regulator Panel: SUB PROG 3.2 - UNDERTAKE LOCAL AND INTERNATIONAL BENCHMARKING IN THE RAIL ENVIRONMENT ON THE LEVELS OF SERVICE

660 769.21

Gibb (Pty) Ltd

Rail Economic Regulator Panel: SUB PROG 8.1.2 - DEVELOP A STAKEHOLDER ENGAGEMENT PLAN AND OUTPUT REPORT FOR RAIL AND ROAD MODAL OPTIMIZATION

630 110.80

Gibb (Pty) Ltd

Develop the White Paper on National Rail Policy and the National Rail Bill

10 600 000.00

Railway Corporate Strategy (RCS)

Lifestyle Audits of DOT Officials

 

Panel

Skills Audit

981 545.47

LTS Consulting

Develop a National Railway Safety Strategy

2 730 120.00

Gibb (PTY) Ltd

Feasibility Study for the Tug Boat Building Project in Preparation of a PPP

9 033 360.00

J Maynard SA

Develop a Salvage Strategy

782 952.00

AUK Marine & Mining

Feasibility Study for the Small Harbour Development in Port St Johns

1 389 875.00

Urban Econ Development Economists

Providing of Cleaning Services, Indoor & Outdoor Plants and Pest Control Services for the Department for a period of two (2) years

9 282 329.44

Pheta Trading Enterprise

Marine Pollution Prevention & Response Vessel capability (Standby Tug)

275 880 000.00

AMSOL

Supply of Stationary to the Department for 2 years

 

Panel

Standardization, Integration & Uniformity (SIU) of Road Sector Asset Management

13 007 819.53

Nexor 312 (Pty) Ltd

Develop an Integrated Public Transport Network plan in Thabo Mofutsenyane Municipal District

1 315 395.91

Gibb (Pty) Ltd

Develop an Integrated Public Transport Network plan in John Taolo Gaetsewe Municipal District

1 330 248.28

Gibb (Pty) Ltd

Road Tariff determination framework

639 526.00

Genesis Analytics

Development of the Harrismith Hub

2 223 456.00

Delca Systems

Development of the SAMSA Funding Model

3 876 008.16

AUK Marine & Mining

Security Services at the Department

9 661 559.09

Maduna Protection & Cleaning Services

Provide Training on Labelling, Packaging etc for Transport of Dangerous Goods

830 957.40

Tshireletso Multi Skills & Training

Shova Kalula: Supply bicycles and helmets, vests, pumps, locks etc

9 967 248.00

Flybrothersa

PARTICIPATION: Participate in SANRAL tender for Media buying for 6 months

 

MediaMix360

PARTICIPATION: Participate in SANRAL tender for Events Management and related Services for 6 months

 

Nitrogen

(d) In all the above mentioned tenders awarded, bidders had to respond to set functionality criteria. The tender documents (Terms of Reference) for each tender specified the evaluation criteria for measuring functionality, as developed by a Bid Specification Committee and with cognisance to the following:

1. It should not be generic;

2. It should be determined separately for each tender;

3. It may not be so low that it jeopardise the quality of the required goods or services; and

4. It may not be so high that is unreasonable to achieve.

Functionality criteria differs from one tender to another, but can include:

  1. Company experience and track record;

2. Skills development;

3. Proposed methodology and approach.

The criteria will also state the points available for each criteria and, if any, each sub-criteria, as well as the minimum qualifying score needed to advance. Normally the threshold will be between 65% and 85% out of 100%;

All tenders that score the minimum qualifying score for functionality is evaluated further in terms of Price and B-BBEE in accordance with the Preferential Procurement Regulations 2016. (All the aforementioned tenders were evaluated before the implementation of the new Regulations on 1 April 2017).

(e) As detailed in Section (d) each tender had specific evaluation criteria for measuring functionality, as developed by a Bid Specification Committee. During evaluation requirements such as capacity, capability and resources are then evaluated.

Additionally, once awarded, Project Managers conclude a Contract and Project Plan in which deliverables and time frames are detailed, against which the project is managed and performance measured.

RAF

(1)(a) The Road Accident Fund (RAF), in the past three financial years awarded the following tenders after inviting competitive bids,

(b) the value of each specified tender was,

(c) the tender was awarded to,

(d) the criteria used to award the aforementioned tenders is the criteria prescribed (at the time) in the Preferential Procurement Policy Framework Act, No. 5 of 2000, more specifically: assessment of mandatory requirements as contained in the tender document; assessment of technical requirements, and, or, functional requirements as contained in the tender document (where same were specified in the tender); price; and BEE status of the service provider, in accordance with the 80/20 or 90/10 preference point system based on the value of the tender,

(e) the following due diligence mechanisms exist to ensure that the service providers that were awarded tenders have the capacity, capability and resources to fulfill the requirements demanded of them:

  1. assessment of the respective bidders’ financial standing;
  1. assessment of the bidders’ technical and, or functional ability in relation to the requirements specified in the tender;
  1. reference checks are performed in respect of previous work done by the bidders;
  1. the National Treasury database of restricted suppliers is checked to exclude restricted suppliers; and,
  1. in certain instances, a mandatory requirement for the service provider to have in place, fidelity cover for the duration of the contract.

2014-15 FY

ICT End to End Performance Assessment

R 688,788.00

Elimu Technology Solutions

   

Supply, Installation and Configuration of Servers for SAP Migration (including high speed storage device and Citrix server capacity and SAP BI servers)

R 19,513,276.68

Aptronics

   

Branding and Promotional Materials (Panel)

R 2,000,000.00

Creative Harvest, Mithethe Trading, Shereno Printers

 

   

Panel of Medical Experts

R 50,000,000.00

budgeted per annum

A Wryly Birch,

Adelaide Phasha,

Adri Roos,

Adroit Roos,

Anneke Greeff,

Annelies Cramer,

Anton Schepers,

Ashnie Maharaj,

Ben Moodie,

Bernard Oosthuizen,

Bongone Ngwato,

Catherine Rice,

Christa du Toit,

Dorietta Vermooten t/a Takkie,

Dr. Annalie Pauw,

Dr. Gavin Fredericks,

Dr. I Malepfani,

Dr. Maxwell Matjane,

Dr. Mudau,

Dr. P N Mafuya,

Dr. Sincha LB Mdaka,

Dr. V P Gqokoma,

EJ Prinsloo,

Elana Human,

Energy Plus,

Esme Noble,

Etienne Joubert,

Fitness 4 Work,

Fryer and Cornelius,

G O Read,

Gail Vlok,

Hanien Du Preez,

Hlunga Consulting,

Ilse du Plessis,

Ithubalethu Health and Wellness,

Janine Mare

Schoeman,

JPV Business Solutions,

K Naidoo,

Karen L Dinah Plaatjie,

KCN Consulting,

Khazimla Occupational Health and Wellness,

Kim Kaverberg,

Kimbali Holdings,

Leazanne Toerien,

Letta Consulting,

Lisha Chetty,

Magdalene Mills,

Mamotshabo Magoele,

Marina Bosman,

Medexec,

Megan Sparvins,

Megan Townshend,

Melloney Smit,

Michelle Hough,

Monique Kok,

Motsepe Thandiwe,

N Runqu Trading,

Nevashnee Panchoo,

Nicolene Kotze,

Nonhlanhla Similane,

Peter Whitehead,

Re Intergrate,

Rehana Paruk,

Rejoice Talifhani Ntsieni,

Remotlotlo Health,

Rita du Plessis,

Robert Macfarlaine,

S De Freitas,

Salomien Pretorius,

Sekwari Management,

Shaida Bobat,

Sharon Truter,

SIMI Healthcare,

SL Naidoo,

SOMA Initiative,

Spear,

Success Moagi,

Sugreen Consulting,

Susan Verhoef,

T Van Zyl,

TC Consulting,

Thandeka Consulting,

TMR Nape,

TNL Consulting,

Tsebo Ke Thebe,

Vanaja Rama,

Women’s Health and Wellness,

Yandisa Ngoangashe,

Ye Ye Ye Human Development

   

Panel of Internal Auditors

R 6,000,000.00

budgeted per annum

 

Sizwe Ntsaluba, KPMG,

Indyebo,

Ernst & Young,

PWC,

Deloitte

   

Panel of Attorneys

R 200 000 000.00

budgeted per annum

AK Essack, Morgan

Naidoo & Co,

Alet Gerber Attorneys,

AV Dawson,

Bate Chubb & Dickson,

Bowes Loon Connellan Incorporated,

Borman Duma Zitha Attorneys,

Dev Maharaj & Associates,

Diale Attorneys,

Diale Mogashoa Attorneys,

Duduzile Hlebela Incorporated,

Dwarika Naidoo & Co.,

Excellent Mthembu Attorneys Incorporated,

Fourie Fismer Incorporated,

Friedman Scheckter;

Gcolotela & Peter Incorporated,

Govindasamy Ndzingi & Govender Incorporated,

Hammann-Moosa Incorporated,

Harja Patel Incorporated,

Harkoo Brijlal & Reddy Incorporated,

Hughes-Madondo Incorporated,

Ighsaan Sadien Attorneys,

Iqbal Mohamed Attorneys,

Joubert Galpin & Searle Incorporated,

Karsans Incorporated,

Kekana Hlatshwayo Radebe Incorporated,

Ketse Nonkwelo Incorporated,

L Mbajwa Incorporated,

Ledwaba Attorneys,

Lekhu Pilson Attorneys,

Lindsay Keller Attorneys,

Livingston Leandy Incorporated,

Mabunda Incorporated,

Mac Ndhlovu Incorporated,

Maduba Attorneys,

Maluleke Msimang & Associates,

Maponya Incorporated,

Maribana Makgoka Incorporated,

Marivate Attorneys,

Mastross Incorporated,

Matabane Incorporated,

Mathipane Tsebane Attorneys,

Mathobo Rambau & Sigogo Incorporated,

Mayat Nurick Langa Incorporated,

Mayats Attorneys,

MF Jassat Dhlamini Attorneys,

Mgweshe Ngqeleni Incorporated,

Mkhonto & Ngwenya Incorporated,

Moche Attorneys,

Mohlala Attorneys,

Molefe Dlepu Incorporated,

Moloto Stofile Incorporated,

Morare Thobejane Incorporated,

Mothle Jooma Sabdia Incorporated,

Mnqandi Incorporated,

MT Silinda & Associates,

Naidoo Maharaj Incorporated,

Ngubane & Partners Incorporated,

Ningiza Horner Incorporated,

Noko Maimela Incorporated,

Nompumelelo Radebe Incorporated,

Nongogo Nuku Incorporated,

Nozuko Nkusani Incorporated,

Poswa Incorporated Attorneys,

Potelwa & Company,

Pule Incorporated,

Rachoene Incorporated Attorneys,

Rahman Attorneys,

Rambevha Morobane Attorneys,

Regan Brown Attorneys,

Rehana Khan Parker & Associates,

Riley Incorporated,

Robert Charles Attorneys,

Sangham Incorporated,

Saras Sagathevan Attorneys,

S.C. Mdhluli Attorneys,

Shereen Meersingh & Associates,

Smith Tabata Attorneys,

Tasneem Moosa Incorporated,

Tau Phalane Incorporated,

TJ Maodi Attorneys Incorporated,

TM Chauke Incorporated (Nelspruit),

Tomlinson Mnguni James Attorneys,

Tsebane Molaba Incorporated,

Twala Attorneys,

Z Abdurahman Attorneys,

Z & Z Ngogodo Incorporated,

Zubeda K Seedat & Co.

   

Panel of Funeral Parlours

R 30,000,000.00

budgeted per annum

Avbob,

Doves,

Sopema,

Mabindisa,

Two Mountains,

Rand Funerals, Thabelo,

Last Mile,

Quma,

Nomatye,

Sokudela, Ncedisizwe,

Ngoma,

Ekuphumleni,

Ulwazi,

Shingas,

Msizi,

Zothani,

Multi First Class,

Mcosi,

Lighthouse,

Wyebank,

Solomons

   

E-Recruitment

R 4,393,048.00

Epi-Use Africa

   

Standby Generator for Block C Eco Glades (re-advertised)

R 843,683.88

Electrical Excellent

   

Dry Goods

R 2,332,036.36

Schick Services,

Tshiamo Trading Enterprise,

DBZN Trading and Projects

   

Offsite Storage (new process)

R 7,819,509.95

Metrofile

   

Audio Visual Maintenance

R 3,444,998.14

Dimension Data

   

Enterprise Project Portfolio Management (Re- advertised)

R 2,944,392.00

Accutech

   

Citrix Licensing

R 2,316,480.00

EOH Mthombo

   

Panel of DC Experts

R 2, 400, 000.00

budgeted per annum

 

Matshekga Labour & Consultants,

Maserumule Incorporated,

Masipa Incorporated,

Luvuyo Dzanibe Qina,

Anisa Khan Attorneys & Converyancers

   

Learning Management System (LMS)

R 1, 847, 789.52

Bytes People Solutions

   

Panel of Assessors

R30,000,000.00

budgeted per annum

Censeo/Santam Charman Mabuza t/a Efficient Tracers, Kaygee Investigators and Security Kutullo Investigation Services,

SKW Matima, Stephen Black and Muthelo Investigators, Tshidiso Trading Enterprise, Tswelopele Business Services and Projects,

Gladko Consulting, Ngangelive Trading and Projects, Qhubeka Forensic Services,

Rheeder Nel Assosiates,

Malesa and Associates,

M.I. Abdulla SB, Buthelezi Stonier,

A Meyiwa Roadmate Technologies t/a Lavela Assessors, Joint Shelf 1185 CC t/a Accident Specialist,

Laurence Palmer Consultants, Crawford & Company,

Inkomfe Trading Enterprise,

Francois Balt,

GD Engelbrecht t/a Independent Analysis,

MVO Consultants, Inquisitor Investigations, Versitrade

   

2015-16 FY

ICT Security Vulnerability Service

R 6,792,264.00

Ernst & Young

   

Insurance Brokerage Services

R 12,791,580.00

Marsh

   

Interface system between SAP and RAF Biometric system

R 2,795,799.84

Epi Use Africa

   

POPI

R 1,800,000.00

Performanta

   

Printing, Scanner and Photocopying

R 19,513,276.68

Altronics

   

SAP Support Services

R 37,462,718.95

.

Gijima Holdings

   

Knowledge Lake Scanning Solution and Support

R 735, 527.81

Intervate Solutions

   

SMS Notification Facility

R 500, 000.00

Vodacom

   

Courier Services

R 551, 622.22

Crossroads Distribution T/A SkyNet

   

Vulnerability Management Services

R 6, 567, 375. 00

Ernst & Young

   

IT Support to HSC, satellite and small provincial offices

R 6, 134, 549.58

EOH Mthombo

   

2016-17 FY

Research Agency Partner

R 3,046,086.88

Genex Insights (Pty) Ltd

   

Panel of Recruitment Agencies

R 3,000,000.00

budgeted per annum

Morvest Professional Services,

Phaki Personnel Management Services,

Moshitoa Selections, Investong Human Capital,

Toro Human Capital, Versatex Trading 505 (Pty) Ltd,

Dalitso Consulting (Pty) Ltd,

Ntirho Business Consulting

   

Panel of Actuaries

R 30,000,000.00

budgeted per annum

JW Jacobson Consulting,

Independent Actuaries and Consultant,

NBC Holdings,

Rose Wood Technologies

   

Statutory Actuary Services

R 5,175,000.00

True South Actuaries and Consultants

.

   

Procurement of McAfee licenses

R 1,742,135.63

Datacentrix (Pty) Ltd

   

Cleaning Services: All Gauteng offices and Durban office

R 12,450,610.08

Monabo Hygiene Services

   

Development of the RABSA logo branding

 

R 6,212,190.60

FCB Africa (Pty) Ltd

   

Back Scanning

R 9,041,257.50

Metrofile (Pty) Ltd

   

Panel of Recruitment Agencies

R 3,000,000.00

budgeted per annum

Pinpoint One Human Resource (Pty) Ltd,

Human Communications (Pty) Ltd,

EOH Abantu (Pty) Ltd

   

Provision of Cleaning Services

R 425,005.57

Enzani General Trade 828

   

Provision of Information Tracing Services

R 3,000,000.00

Crosscheck Information Bureau (Pty) Ltd

   

NAKISA Organisational Management Tool

R 2,795,779.84

EPI-USE AFRICA

   

RTIA

(1)(a) Details of tender

(b) Value

(c) Tender awarded to

(d) Criteria used to award tender

(e) Mechanism

  • Provision of payment platform (2014/15 financial year)
  • Development and implementation of organisational structure (2015/16 financial year)
  • Provision of an integrated audit and risk management system (2015/16 financial year)
  • Provision of advertising and marketing services (2016/17 financial year)
  • Provision of media buying services and (2016/17 financial year)
  • Leasing of mobile offices (2016/17 financial year)
  • The payment mechanism is 3% in terms of AARTO legislation;
  • R984 960.00
  • R751 068.00
  • R22 million
  • R30 million
  • R10 million
  • Pay@Services; Traffic Management Technology Services (Pty)Ltd; ABSA and Nedbank;
  • Phulo Organisational Development Solutions;
  • IDI Technology Solutions(Pty)Ltd;
  • Blueprint South Africa;
  • Media Mix 360 and
  • Mobile Specialised Technologies Group(Pty)Ltd
  • The tenders were advertised in the national newspapers, e-portal from National Treasury and RTIA website;
  • The tenders were advertised in the national newspapers, e-portal from National Treasury and RTIA website;
  • The tenders were advertised in the national newspapers, e-portal from National Treasury and RTIA website;
  • Participation on the contract awarded by other department using Treasury Regulation 16A6.6: The accounting officer or authority may on behalf of the department, constitutional institution or public entity participate in any contract arranged by means of a competitive bidding process by any other organ of state, subject to the written approval of such organ of state and relevant contractors.
  • Participation on the contract awarded by other department using Treasury Regulation 16A6.6: The accounting officer or authority may on behalf of the department, constitutional institution or public entity participate in any contract arranged by means of a competitive bidding process by any other organ of state, subject to the written approval of such organ of state and relevant contractors.
  • Participation on the contract awarded by other department using Treasury Regulation 16A6.6: The accounting officer or authority may on behalf of the department, constitutional institution or public entity participate in any contract arranged by means of a competitive bidding process by any other organ of state, subject to the written approval of such organ of state and relevant contractors.

National Treasury has developed a system (PPPFA) called Functionality or Technical Criteria to enhance the system and to ensure that the companies with the best ability are evaluated according to the Regulations. This is a safety measure built into the system to keep the companies with limited ability but with the lowest price from winning a tender.

A company’s ability to execute a competitive bid is measured through its ability to perform and deliver. This ability is measured in many different ways but most of the common areas are;

  • Experience;
  • Human Resource;
  • Financial Resource and
  • Goods or Services delivery capability.

RTMC

Response for RTMC is provided in the attached spreadsheet.

C-BRTA

Response for C-BRTA is provided in the attached spreadsheet.

SANRAL

Response for SANRAL from (a) to (c) is provided in the attached spreadsheet.

(d) SANRAL used the following criteria to award the tenders as follows:

1. CONSULTING ENGINEERS

 

Tender Evaluation Criteria

1.1

Only those tenderers who satisfy the following criteria are eligible to submit tenders:

(a) Registered as a Consulting Engineering Firm.

(b) Meet the minimum requirements for the key persons as stated in the Scope of Works.

(c) National Treasury Central Supplier Database

Tenderers who are not registered on the National Treasury Central Supplier Database at close of tender, shall submit a copy of their application of registration, with their tender submission. Tenders received from such tenderers who have not submitted proof of their registration within 21 days after the closing date for tender submissions, will not be considered.

(d) Criteria for preferential procurement

Tenderers that have a B-BBEE contributor status level of 1, 2, 3 or 4, and is ………….. (Note to compiler: Insert “an EME or a QSE”)

Failure to satisfy the eligibility criteria is a breach of the Conditions of Tender and as such, results in instant disqualification.

1.2

A two envelope procedure apply as follows:

1.

The completed CD and electronically provided Booklet marked with the tenderer’s company name, the project number and description and marked “TECHNICAL PROPOSAL”.

and

The completed CD and electronically provided Booklet marked with the tenderer’s company name, the project number and description and marked “FINANCIAL PROPOSAL”.

1.3

The Preference Points System:

The value of W1 is:

  1. 90 where the financial value, inclusive of VAT, of the lowest responsive tender offer received has a value in excess of R50 000 000.00; or
  1. 80 where the financial value, inclusive of VAT, of the lowest responsive tender offer has a value that equals or is less than R50 000 000.00.

The value of A will be calculated utilising the following formula:

A = (1 – (P – Pm) / Pm)

Where:

P is the comparative offer of the tender offer under consideration and

Pm is the comparative offer of the most favourable comparative offer

In the event that the calculated value is negative, the allocated score shall be 0 (zero).

1.4

Up to 100 minus W1 tender evaluation points will be awarded to tenderers who submit responsive tenders and who are found to be eligible for the preference claimed. Points are based on a tenderer’s scorecard measured in terms of the Broad-Based Black Economic Empowerment Act (B-BBEE, Act 53 of 2003) and the Regulations (2017) to the Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000).

Points awarded will be according to a tenderer’s B-BBEE status level of contributor and summarised in the table below:

B-BBEE Status Level of contributor

Number of Points for financial value up to and including

R50 000 000

Number of Points for financial value above

R50 000 000

1

20

10

2

18

9

3

14

6

4

12

5

5

8

4

6

6

3

7

4

2

8

2

1

Non-compliant Contributor

0

0

Eligibility for preference points is subject to the following conditions:

  1. A tenderers’ scorecard shall be a B-BBEE Verification Certificate issued in accordance with the revised Notice of Clarification published in the Notice 444 of 2015 published in Government Gazette 38799 on 15 May 2015 by the Department of Trade and Industry; and
  1. The scorecard shall be submitted as a certificate attached to Returnable Schedule Form D1; and
  1. The certificate shall :
  1. Be an original or an original certified copy of the original; and
  1. Have been issued by a verification agency accredited by the South African National Accreditation System (SANAS); or
  1. Have been issued prior to 30 September 2016 by a registered auditor who was approved by the Independent Regulatory Board of Auditors (IRBA); or
  1. Be in the form of a sworn affidavit in the case of an Exempted Micro Enterprise (EME) or Qualifying Small Enterprise (QSE); and
  1. Be valid at the tender closing date; and
  1. Have a date of issue less than 12 (twelve) months prior to the tender closing date (see Tender Data 4.15); and
  1. Compliance with any other information requested to be attached to Returnable Schedule Form D1; and
  1. If a tenderer claims a preference score without submitting an acceptable verification certificate (s) and/or all of the information in compliance with Returnable Schedule Form D1, a period of 1 working day will be granted to submit this information; and
  1. Failure to submit a valid verification certificate(s) and/or all the information in compliance with Returnable Schedule D1, will result in the award of 0 (zero) points for preference; and
  1. In the event of a Joint Venture (JV), a consolidated B-BBEE Verification Certificate in the name of the JV shall be submitted, as well as a valid B-BBEE verification certificate for each member of the JV; and .
  1. If the tender documents indicate that the tenderer intends subcontracting more than 25% of the value of the contract to any other person not qualifying for at least the points that the tenderer qualifies for, 0(zero) points for preference will be awarded, unless the intended subcontractor is an EME that has the capability to execute the subcontract.

2 CONSTRUCTION TENDERS

 

Tender Evaluation Criteria

2.1

Only those tenderers who satisfy the following eligibility criteria are eligible to submit tenders as follows:

  1. CIDB registration

Registered with the CIDB, at close of tender, in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25(1B) or 25(7A) of the Construction Industry Development Regulations, for a CE class of construction work. Tenderers whose CIDB registration expires within 21 days after close of tender, need to demonstrate that there is a reasonable chance of being registered in the appropriate grading designation, by submitting a copy of their application for CIDB registration, with their tender submission. Tenders received from such tenderers who are not capable of being registered in the required contractor designation, within 21 days after close of tender, will not be considered. Note that in terms of the Construction Industry Development Board Act, 2000 (Act No. 38 of 2000) a registered contractor must apply for renewal of registration three months before the existing registration expires.

 

For the sake of clarity and subject to satisfactory proof of a tenderer’s ability to perform the work specified at the tendered value, the Employer lists in the table below the margins it considers reasonable. However, in the event that the sum tendered exceeds the margins shown then such tender shall be deemed non-responsive.

 

Category of tender

Upper limits per CIDB Regulation 17

Employer’s allowable margins (Incl. VAT)

CE 1

R0.2m

R0.24m

CE 2

R0.65m

R0.78m

CE 3

R2m

R2.4m

CE 4

R4m

R4.8m

CE 5

R6.5m

R7.8m

CE 6

R13m

R15.6m

CE 7

R40m

R48.0m

CE 8

R130m

R156.0m

 

Joint Ventures are eligible to submit tenders provided that:

  • every member of the joint venture is registered with the CIDB;
  • the lead partner has a contractor grading designation of not lower than one level below the required grading designation in the class of construction works under consideration and possesses the required recognition status; and
  • the combined contractor grading designation calculated in accordance with the Construction Industry Development Regulations is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a CE class of construction work or a value determined in accordance with Regulation 25(1B) or 25(7A) of the Construction Industry Development Regulations.
 
  1. National Treasury Central Supplier Database

The tenders are required to be registered and listed on the National Treasury Central Supplier Database. Tenderers who are not registered on the National Treasury Central Supplier Database at close of tender, shall submit a copy of their application of registration, with their tender submission. Tenders received from such tenderers who have not submitted proof of their registration within 21 days after the closing date for tender submissions, will not be considered.

   
   
 
  1. Criteria for preferential procurement

Tenderers that have a B-BBEE contributor status level of 1, 2, 3 or 4, and is an EME or a QSE

   
   

2.2

The Preference Points System:

The value of W1 is:

  1. 90 where the financial value, inclusive of VAT, of the lowest responsive tender offer received has a value in excess of R50 000 000,00; or
  1. 80 where the financial value, inclusive of VAT, of the lowest responsive tender offer has a value that equals or is less than R50 000 000,00.

 

The value of A will be calculated utilising the following formula:

A=(1-(P-Pm)/Pm)

Where P is the comparative offer of the tender offer under consideration and Pm is the comparative offer of the most favourable comparative offer

In the event that the calculated value is negative, the allocated score shall be 0.

2.3

The conditions stated in clauses 5.13(a) to ((f) of the Conditions of Tender as well as the following additional clauses 5.13(g) to (k) shall be applied as objective criteria in terms of section 2(1)(f) of the Preferential Procurement Policy Framework Act, 2000 and as compelling and justifiable reasons in terms of Conditions of Tender clause 5.11:

  1. the tenderer is registered with the Construction Industry Development Board with an appropriate contractor grading designation;
  1. the tenderer or any of its directors is not listed on the Register of Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector;
  1. the tenderer has not abused the Employer’s supply chain management system;
  1. the tenderer has not failed to perform on any previous contract and has not been given a written notice to this effect; and
  1. the tenderer is registered on the National Treasury Central Supplier Database.

In addition to the requirements under paragraph (b) of the Conditions of Tender, in the event that a due diligence is performed as part of the tender evaluation, the due diligence report will be used to evaluate the tenderer’s ability to perform the contract as stated in paragraph (b).

 

3 ROUTINE ROAD MANTENANCE: CONSULTING ENGINEERS TENDERS

 

Tender Evaluation Criteria

3.1

Only those tenderers who satisfy the following criteria are eligible to submit tenders:

  1. Registered as a Consulting Engineering Firm.
  1. Meet the minimum requirements for the key persons as stated in the Scope of Works.
  1. National Treasury Central Supplier Database.

Tenderers who are not registered on the National Treasury Central Supplier Database at close of tender, shall submit a copy of their application of registration, with their tender submission. Tenders received from such tenderers who have not submitted proof of their registration within 21 days after the closing date for tender submissions, will not be considered.

  1. Criteria for preferential procurement.

Tenderers that have a B-BBEE contributor status level of 1, 2, 3 or 4 and is ………….. an EME or a QSE.

Failure to satisfy the eligibility criteria is a breach of the Conditions of Tender and as such, results in instant disqualification.

3.2

A two envelope procedure will apply as follows:

1.

The completed CD and electronically provided Booklet marked with the tenderer’s company name, the project number and description and marked “TECHNICAL PROPOSAL”. and

The electronically provided Booklet and completed CD marked “FINANCIAL PROPOSAL”

3.3

The Preference Points System:

The value of W1 is:

  1. 90 where the financial value, inclusive of VAT, of the lowest responsive tender offer received has a value in excess of R50 000 000.00; or
  1. 80 where the financial value, inclusive of VAT, of the lowest responsive tender offer has a value that equals or is less than R50 000 000.00.

The value of A will be calculated utilizing the following formula:

A = (1 - (P - Pm) / Pm)

Where:

P is the comparative offer of the tender offer under consideration; and

Pm is the comparative offer of the most favourable comparative offer.

In the event that the calculated value is negative, the allocated score shall be 0 (zero).

3.4

Up to 100 minus W1 tender evaluation points will be awarded to tenderers who submit responsive tenders and who are found to be eligible for the preference claimed. Points are based on a tenderer’s scorecard measured in terms of the Broad-Based Black Economic Empowerment Act (B-BBEE, Act 53 of 2003) and the Regulations (2017) to the Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000).

Points awarded will be according to a tenderer’s B-BBEE status level of contributor and summarised in the table below:

B-BBEE Status

Level of Contributor

Number of Points for

Financial value

up to and including

R50 000 000.00

Number of Points for

Financial value

above

R50 000 000.00

1

20

10

2

18

9

3

14

6

4

12

5

5

8

4

6

6

3

7

4

2

8

2

1

Non-compliant Contributor

0

0

Eligibility for preference points will be determined as follows:

  1. A tenderer’s scorecard shall be a B-BBEE Verification Certificate issued in accordance with the revised Notice of Clarification published in the Notice 444 of 2015 published in Government Gazette 38799 on 15 May 2015 by the Department of Trade and Industry; and
  1. The scorecard shall be submitted as a certificate attached to Returnable Schedule Form D1; and
  1. The certificate shall:
  1. Be an original or an original certified copy of the original; and
  1. Have been issued by a Verification Agency accredited by the South African National Accreditation System (SANAS); or
  1. Have been issued prior to 30 September 2016 by a registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA); or
  1. Be in the form of a sworn affidavit in the case of an Exempted Micro Enterprise (EME) or Qualifying Small Enterprise (QSE); and
  1. Be valid at the tender closing date; and
  1. Have a date of issue less than 12 (twelve) months prior to the tender closing date (see Tender Data 4.15); and
  1. Compliance with any other information requested to be attached to Returnable Schedule Form D1; and
  1. If a tenderer claims a preference score without submitting an acceptable Verification Certificate(s) and/or all of the information in compliance with Returnable Schedule Form D1,, a period of 1 (one) working day will be granted to submit this information; and
  1. Failure to submit a valid Verification Certificate(s) and/o all the information in compliance with Returnable Schedule Form D1, will result in the award of 0 (zero) points for preference; and
  1. In the event of a Joint Venture (JV), a consolidated B-BBEE Verification Certificate in the name of the JV shall be submitted, as well as a valid B-BBEE Verification Certificate for each member of the JV; and
  1. If the tender documents indicate that the tenderer intends sub-contracting more than 25% of the value of the contract to any other person not qualifying for at least the points that the tenderer qualifies for, 0 (zero) points for preference will be awarded, unless the intended sub-contractor is an EME that has the capability to execute the sub-contract.

4. ROUTINE ROAD MANTENANCE: CONSTRUCTION TENDERS

 

Tender Evaluation Criteria

4.1

Only those tenderers who satisfy the following criteria are eligible to submit tenders:

a) CIDB grading

Registered with the CIDB, at close of tender in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25 (1B) or 25 (7A) of the Construction Industry Development Regulations, for a CE class of construction work are eligible to have their tenders evaluated.

Tenderers whose CIDB registration expires within 21 days after close of tender, need to demonstrate that there is a reasonable chance of being registered in the appropriate contractor grading designation, by submitting a copy of their application for CIDB registration, with their tender submission. Tenders received from such tenderers who are not capable of being registered in the required contractor grading designation, within 21 days after close of tender, will not be considered. Note that in terms of the Construction Industry Development Board Act, 2000 (Act No 38 of 2000) a registered contractor must apply for renewal of registration three months before the existing registration expires.

Designation

CIDB maximum value of contract per Regulation 17

Employer’s maximum value of contract per Regulation 25 (7A)

1

R 200 000

R 240 000

2

R 650 000

R 780 000

3

R 2 000 000

R 2 400 000

4

R 4 000 000

R 4 800 000

5

R 6 500 000

R 7 800 000

6

R 13 000 000

R 15 600 000

7

R 40 000 000

R 48 000 000

8

R 130 000 000

R 156 000 000

Joint Ventures are eligible to submit tenders provided that:

  1. every member of the joint venture is registered with the CIDB;
  1. the lead partner has a contractor grading designation of not lower than one level below the required grading designation in the class of construction works under consideration and possesses the required recognition status; and
  1. the combined contractor grading designation calculated in accordance with the Construction Industry Development Regulations is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a CE class of construction work or a value determined in accordance with Regulation 25 (1B) or 25 (7A) of the Construction Industry Development Regulations.

b) National Treasury Central Supplier Database

Tenderers who are not registered on the National Treasury Central Supplier Database at close of tender, shall submit a copy of their application of registration, with their tender submission. Tenders received from such tenderers who have not submitted proof of their registration within 21 days after the closing date for tender submissions, will not be considered.

c) Criteria for preferential procurement

Tenderers that have a B-BBEE contributor status level of 1, 2, 3 or 4,

and is an EME or a QSE

4.2

The Preference Points System:

The value of W1 is:

  1. 90 where the financial value, inclusive of VAT, of the lowest responsive tender offer received has a value in excess of R50 000 000.00; or
  1. 80 where the financial value, inclusive of VAT, of the lowest responsive tender offer has a value that equals or is less than R50 000 000.00.

The value of A will be calculated utilizing the following formula:

A = (1 - (P - Pm) / Pm)

Where:

P is the comparative offer of the tender offer under consideration; and

Pm is the comparative offer of the most favourable comparative offer.

In the event that the calculated value is negative, the allocated score shall be 0 (zero).

5. NON-ENGINEERING EVALUATION TENDER CRITERIA

Each tender whether RFT or RFP will be evaluated as follows:

5.1 TENDER EVALUATION AND SELECTION

SANRAL will evaluate tenders and select the Service Provider on, inter alia, the following basis:

  • The Service Provider plan to assist SANRAL to meet its goals for the provision of the required services;
  • The ability of the Service Provider to meet the requirements of the Preferential Procurement Policy Framework Act. Prospective Service Provider/s must submit their shareholding structure. Bidders are encouraged to ensure that their bids include a significant BBBEE component.
  • The Service Provider’s relevant experience, qualifications and success in providing the goods and services outlined in this RFT/RFP;
  • The Firm's financial proposal as outlined in the RFT/RFP including discounts, service charges, other charges and fees;
  • The quality of the proposal, specifically, responsiveness to requirements and adequacy of information provided;
  • The qualification and experience of the personnel/staff that will be delivering the services to SANRAL;
  • The contractual terms which would govern the relationship between SANRAL and the Selected Service Provider;
  • Any other factors relevant to the Service Provider's capacity and willingness to satisfy the SANRAL requirements.

 

5.2 Evaluation and Adjudication

The evaluation and adjudication of the Tenders will strictly be dealt with in terms of the PFMA, Treasury regulations and Supply Chain Management. An Evaluation Committee consisting of senior officials from the South African National Roads Agency SOC Limited and complying with the SANRAL’s Supply Chain Management Policy will evaluate the bid tenders. The panel will individually evaluate each of the tenders received against the criteria listed in this section. A recommendation from the Evaluation Committee will be forwarded to the Adjudication Committee of the SANRAL who in terms of SANRAL’s Supply Chain Management Policy will adjudicate and award the contract.

SANRAL reserves the right to request one or more tenderers, who have scored, according to SANRAL, the highest scores for their tenders, to enter into negotiations with SANRAL regarding the award.

5.3 Test for responsiveness

SANRAL shall determine, on opening and before detailed evaluation, whether each Tender received:

  • meets the requirements of this Request for Tender;
  • has been properly and fully completed and signed, and
  • is responsive to the other requirements of the tender documents.

A responsive Tender is one that conforms to all the terms, conditions and specifications of the Tender documents without material deviation or qualification. A material deviation or qualification is one which, in the SANRAL’s opinion, would:

  • detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope of Work;
  • change the SANRAL’s or the Tenderer’s risks and responsibilities under the contract, or;
  • affect the competitive position of other Tenderers presenting responsive tenders, if it were to be rectified.

SANRAL may reject a non-responsive Tender, and not allow it to be subsequently made responsive by correction or withdrawal of the non-conforming deviation or reservation, unless it can be subsequently rendered responsive by correction that does not prejudice the other Tenderers.

5.4 Weight Evaluation Criteria

The evaluation will follow the following sequence: - (wherein either two or single envelope may be applicable)

Phase One

  • Determine the compliance through tender content;
  • Determine compliance through the returnable schedules;
  • Adjudication on functionality, scoring of each function; and
  • Determine the score for each tenderer compared with the minimum score required;

Phase Two

  • Price (pricing schedule); and
  • BEE compliance.

5.4.1 The Preference Points System:

Points are based on a tenderer’s scorecard measured in terms of the Broad-Based Black Economic Empowerment Act (B-BBEE, Act 53 of 2003) and the Regulations (2017) to the Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000).

Points awarded will be according to a tenderer’s B-BBEE status level of contributor and summarised in the table below:

B-BBEE Status Level of contributor

Number of Points for financial value up to and including

R50 000 000

Number of Points for financial value above

R50 000 000

1

20

10

2

18

9

3

14

6

4

12

5

5

8

4

6

6

3

7

4

2

8

2

1

Non-compliant Contributor

0

0

Eligibility for preference points is subject to the following conditions:

  1. A tenderer’s scorecard shall be a B-BBEE Certificate issued in accordance with the revised Notice of Clarification published in Notice 444 of 2015 of Government Gazette No.38799 on 15 May 2015 by the Department of Trade and Industry ; and
  1. The scorecard shall be submitted as a certificate attached to Returnable Schedule Form C1; and
  1. The certificate shall:
  • be an original or an original certified copy of the original; and
  • have been issued by a verification agency accredited by the South African National Accreditation System (SANAS); or
  • have been issued prior to 30 September 2016 by a registered auditor who was approved by the Independent Regulatory Board of Auditors (IRBA); or
  • be in the form of a sworn affidavit in the case of an Exempted Micro Enterprise (EME) or Qualifying Small Enterprise (QSE); and
  • be valid at the original advertised tender closing date; and
  • Have a date of issue less than 12 (twelve) months prior to the original advertised tender closing date (see Tender Data 4.15); and
  1. Compliance with any other information requested to be attached to Returnable Schedule Form C1; and
  1. In the event of a joint venture (JV), a consolidated B-BBEE verification certificate in the name of the JV shall be submitted, as well as the individual B-BBEE verification certificates for each member of the JV on which the JV certificate was calculated; and
  1. If a tenderer claims a preference score without submitting an acceptable verification certificate(s) and/or all the information in compliance to Returnable Schedule Form C1, a period of 1 working day will be granted to submit this information ; and
  1. Failure to submit a valid verification certificate(s) and/or all the information in compliance to Returnable Schedule Form C1, will result in the award of 0 (zero) points for preference; and
  1. If the tender documents indicate that the tenderer intends subcontracting more than 25% of the value of the contract to any other person not qualifying for at least the points that the tenderer qualifies for, 0 (zero) points for preference shall be awarded, unless the intended subcontractor is an EME that has the capability to execute the subcontract.

The conditions stated in the Conditions of Tender shall be applied as objective criteria in terms of section 2(1)(f) of the Preferential Procurement Policy Framework Act, 2000 and as compelling and justifiable reasons in terms of Conditions of Tender:

  1. the tenderer or any of its directors is not listed on the Register of Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector;
  1. the tenderer has not abused the Employer’s supply chain management system;
  1. the tenderer has not failed to perform on any previous contract and has not been given a written notice to this effect; and
  1. the tenderer is registered on the National Treasury Central Supplier Database.

In addition to the requirements under the Conditions of Tender, in the event that a due diligence is performed as part of the tender evaluation, the due diligence report will be used to evaluate the tenderer’s ability to perform the contract.

(e) In addition to the requirements under the Conditions of Tender, in the event that a due diligence is performed as part of the tender evaluation, the due diligence report will be used to evaluate the tenderer’s ability to perform the contract.

Airports Company South Africa SOC Limited (ACSA)

  1. – c) Answer – please refer to the attached Annexure.

d) The ACSA organisation, as a schedule 2 has adopted the PFMA and PPPFA regulation as a means of executing its procurement administration. These regulatory prescripts are in place to ensure that the procurement process is fair, equitable, transparent, competitive and cost effective.

Further the PPPPFA sets out the standards, including the evaluation process to be employed in the evaluation and the selection of the most suitable service provider whilst ensuring that the 5 pillars as set out in section 217A of the act are upheld. The evaluation criteria are defined by a team of subject matter experts.

e) The ACSA has employed a three-bid committee system. These independent committees are assembled to ensure that the procurement process in the evaluation, recommendation and the final award is fair, transparent, competitive, equitable and cost effective. The evaluation criteria by its nature are set to determine a match against the set requirements, thus ensuring that the award to make to a supplier has the capacity and capability to undertake the contract of a defined magnitude. This holistic capacity and capability assessment is not only focused on the technical aspects, it also has a strong focus on the financial strength, legal standing, and many other aspects that are deemed necessary on a tender by tender basis.

Further to the above, ACSA has a performance management system in place. This system ensures a continuous evaluation of the performance of the service provider through the life span of the contract.

Question (a), (b), (c).

Table 1 below illustrate details of tenders issued and awarded in the 2017/2018 financial year.

 

Table 2 below illustrate details of tenders issued and awarded in the 2016/2017 financial year.

Table 3 (a) below illustrate details and values of tenders issued and awarded in the 2015/2016 financial year:

Table 3 (b) below illustrate details and values of tenders issued and awarded in the 2015/2016 financial year:

Question (d) what criteria were used to award the tenders?

The ATNS SCM process provide suppliers with the opportunity to compete for business in an open and transparent manner within the confines of the law. The following evaluation stages are applied when selecting suppliers:

  • Stage on
  • e (1) is the evaluation of Preferential Procurement requirement to assess compliance to Transformation requirements as per the ATNS Supply Chain Management Policy. Bidders meeting the Preferential Procurement requirements will proceed to the second stage of evaluation.
  • Stage two (2) is the evaluation of compliance to Technical Specification requirement. The technical evaluation scores are weighted at 100% as indicated in the tender instructions. Bidders meeting minimum qualifying set threshold for technical evaluation will proceed to third stage of evaluation.
  • The final stage (3) of evaluation is evaluation in terms of the preference point system. All bidders meeting the minimum qualifying threshold will be evaluated applying the 80/20 or 90/10 preference point system to adjudicate the bids. The preference point system ranks tenders on the basis of calculated scores for price and BBBEE contribution.

Question (e) what mechanisms exists to ensure that the companies that won the tenders have the capacity, capability and resources to fulfil the requirements demanded by each tender?

ATNS, the Air Traffic and Navigation Services State Owned Company of South Africa, is a high technology organisation. ATNS encourages black company participation by a form of Joint venture agreement or consortium agreement between the OEM and South African Black Owned Companies. These are some of the requirements assessed to ensure that bidders have the capacity to deliver on the project.

Technical Resources requirements:

        • Tenderers shall have successfully completed projects of a similar nature in at least the past 3 years and shall provide a list of such projects together with end user certificates substantiating the claims made by the Tenderer.
        • Tenderers shall have dedicated resources with 5 or more years’ experience in the proposed technology. CVs of proposed resources shall be included.
        • The Tenderer shall identify, describe and quantify the technical resources for design, manufacture, integration, installation and support of this project as follows:
        • description of engineering organisation and resources, naming and quantifying disciplines and equipment;
        • description and location of manufacturing facilities, naming products and quantifying production capacity and current demand;
        • description of construction organisation, naming skills and equipment; and
        • description of parts replacement and repair organisation and support facilities.

South African Civil Aviation Authority (SACCA)

Tender Details

Value of contract in 2014/15 (a)(ii); & (b)

Criteria for award of tender (d)

Mechanisms deployed for the tender award

Supplier/ Awarded to (c)

Description (a)(i)

2014/15

   

AE Soft (Pty) Ltd

Laptop and Desktop

R3,088,350.00

Open tender process. A 90/10 principle is applied

The Bid Specification Committee deploys a risk aversion strategy in the functionality during the approval of the specifications. The risk aversion include but not limited to methodology (how), experience (including references), and successes attained during the delivery, where possible site inspections (at service provider premises or were services are rendered) are also conducted.

MTN

Cell Phone Provider

Usage based

Open tender process. A 90/10 principle is applied

 

Kingdom Caterers

Canteen & Catering Services

R414,000.00

Open tender process. A 80/20 principle is applied

 

Betts Townsend

Re-Advertisement. Project Manager for CAA Premises

R720,000.00

Open tender process. A 80/20 principle is applied

 

Travel with Flair

Travel Agency

Booking based

Open tender process. A 90/10 principle is applied

 

Empic & Synova JV

Enterprise Business System (EBS)

R94,091,131.20

Open tender process. A 90/10 principle is applied

 

Metrofile (Pty) Ltd

Document Imaging, Scanning and Retrieving Solution

R3,927,072.00

Open tender process. A 90/10 principle is applied

 

Continuity SA (Pty) Ltd

Business Continuity Operational Disaster Site

R5,796,848.00

Open tender process. A 90/10 principle is applied

 

Business Enterprise @ University of Pretoria

Organizational Structure Review

R1,670,100.00

Open tender process. A 90/10 principle is applied

 

Business Enterprise @ University of Pretoria

National Aviation Transformation Strategy (NATS)

R948,480.00

Open tender process. A 80/20 principle is applied

 

Tender Details

Value of contract in 2015/16 (a)(ii); & (b)

Criteria for award of tender (d)

Mechanisms deployed for the tender award

Supplier/ Awarded to (c)

Description (a)(i)

2015/16

   

Vox Telecommunications

Least Cost Routing

R198,242.34

Open tender process. A 80/20 principle is applied

The Bid Specification Committee deploys a risk aversion strategy in the functionality during the approval of the specifications. The risk aversion include but not limited to methodology (how), experience (including references), and successes attained during the delivery, where possible site inspections (at service provider premises or were services are rendered) are also conducted.

Superior Pilot Services

Cadets Pilot Training

R3,325,699.20

Open tender process. A 90/10 principle is applied

 

Aerodata AG

FIU Strategy

R 1,795,319.00

Open tender process. A 90/10 principle is applied

 

ExecuJet

Aircraft Maintenance, Hangarage, Office Acc and FOB services

Service based

Open tender process. A 90/10 principle is applied

 

Fidelity Security Services (Pty) Ltd

Security (Guarding) Services

R8,531,320.68

Open tender process. A 90/10 principle is applied

 

Docufile Records

Off-Site Storage

R503,195.65

Open tender process. A 80/20 principle is applied

 

Sisonke Printers & Signage (Pty) Ltd

Aeronautical Information Publication

R451,192.39

Open tender process. A 80/20 principle is applied

 

Business Enterprise @ University of Pretoria

National Aviation Transformation Strategy (NATS)

R948,480.00

Open tender process. A 80/20 principle is applied

 

Tender Details

Value of contract in 2016/17 (a)(ii);& (b)

Criteria for award of tender (d)

Mechanisms deployed for the tender award

Supplier/ Awarded to (c)

Description (a)(i)

2016/17

   

Superior Pilot Services

Cadet Pilot Training Service Provider

R11, 012, 810.00

Open tender process. A 90/10 principle is applied

The Bid Specification Committee deploys a risk aversion strategy in the functionality during the approval of the specifications. The risk aversion include but not limited to methodology (how), experience (including references), and successes attained during the delivery, where possible site inspections (at service provider premises or were services are rendered) are also conducted.

Servest Group (Pty) Ltd

Cleaning, Pest Control and Hygiene Services

R1, 408, 824.00

Open tender process. A 90/10 principle is applied

 

ACSA Cape Town

Cape Town Lease

R6, 237, 619.12

Open tender process. A 90/10 principle is applied

 

Introstat (Pty) Ltd

IT Equipment

R4, 165, 076.79

Open tender process. A 90/10 principle is applied

 

Sizwe IT Group

Core Network Switch Replacement

R537, 465.19

Open tender process. A 80/20 principle is applied

 

Vox Telecommunications (Pty) Ltd

Internet Solutions

R17, 121, 910.46

Open tender process. A 90/10 principle is applied

 

Microsoft

Microsoft Licenses (Sole Supplier)

R7, 461, 805.00

Open tender process. A 90/10 principle is applied

 

Computer Security and Forensic Solutions (Pty) Ltd

ICT Security

R2, 034 444.00

Open tender process. A 90/10 principle is applied

 

Deloitte & Touché

Audits of Aviation Fuel Levies

R938, 670.00

Open tender process. A 80/20 principle is applied

 

Capitol Caterers (Pty) Ltd

SCM Canteen Services

R1, 529, 481.15

Open tender process. A 90/10 principle is applied

 

NexisLexis (Pty) Ltd

Provision and uploading of Act, Technical Standards and Regulations on CAA intranet and website

R1, 374, 369.75

Open tender process. A 90/10 principle is applied

 

Sethewo (Pty) Ltd

Maintenance and Support of Great Plains

R919, 296.00

Open tender process. A 80/20 principle is applied

 

Century Avionics

Supply and Installations of Flight Data Recorder

R1, 046, 795.06

Open tender process. A 90/10 principle is applied

 
  1. ii Railway Safety Regulator

2014/15 Financial Year

No

Services

C

B

D

 

HR Supports Services

Work Dynamics

R 1 584 600.00

Predetermined functionality criteria

90/10 Evaluation Criteria

 

Travelling Management Services

Fly-Now

Rate based

 
 

Fleet Management Services

Khula Fleet

R14 857 278.15

 
 

Rail Infrastructure Risk Management Project

Mzumbo Consulting

R8 421 225.6

 
 

Development of 4 Rail Regulations

Muthwa Law consulting& Bulumko Inc.

R685 00.00

 
   

ENS Africa

R480 000.00

 
   

MPM Holdings

R777 857.00

 
   

MNC Incorporated

R700 000.00

 

2015/16 Financial Year

No

1 a

1 b

1 c

1 d

 

Development of regulations on occurrence management and board of inquiries in terms of Section 50 of the NRSR Act 16 of 2002

Ramphele Attorneys

R719 000.00

Predetermined functionality criteria

90/10 Evaluation Criteria

 

Development of regulations on safety of person, including person with disabilities on board stationary or rolling stock, infrastructure or at station in terms of Section 30(d) of the NRSR Act no. 16 of 2002 as amended for the RSR

MNS Attorneys

R737 100,00

 
 

Development of Regulations on Construction Activities in terms of Section 31(e) of The National Railway Safety Regulator Act no. 16 of 2002 as Amended for the Railway Safety Regulator submission.

MNS Attorneys

R844 200.00

 
 

Provision of RSR Q Rail Management Quality System Project.

Business Assessment Services

R2 234 870.82

Predetermined functionality criteria

90/10 Evaluation Criteria

 

Maintain and support a managed wide area network infrastructure for a period of 36 months with an option to extend for a further 24 months.

VOX Telecommunications

R4 184 661.84

 
 

RSR application hosting for a period of 36 months.

Telkom SA

R5 049 011.69

 
 

Provision of tablets and 3G to RSR for a period of 24 months.

Telkom SA

R5 352 744.00

 
 

Appointment of a service provider for the development of High speed Rail Standard for the RSR.

GIBB Engineering and Architecture

R5 490 945.09

 
 

Provision of fully serviced accommodation for the regions.

Full Facilities Management

R195 912 468.00

 

2016/17 Financial Year

No

1 a

1 b

1 c

1 d

 

To Conduct A Motorist And Pedestrian Level-Crossing Risk Behavior Study.

MTO Safety

R2 995 920.00

Predetermined functionality criteria

90/10 Evaluation Criteria

E1 The Railway Safety Regulator has established a Project Management Office to assist project managers with the tracking of deliverables by the service provider to ascertain that projects are delivered on time, at the allocated cost, within the scope agreed to and assess the performance of the bidder.

E2 The office of the CFO through scm is also responsible for supplier performance and monitoring.

E3 Another mechanism is the Internal Audit function that audits these matters on a quarterly basis.

E4 Further, the RSR established a Compliance Unit in order for completeness and compliance to be verified before payments are made to suppliers.

E5 Predetermined functionality criteria applied to ensure that the companies that won the tenders have the capacity, capability and resources to fulfil the requirements

Ports Regulator of South Africa (PRSA)

Year

Tender Description

Appointed Supplier

BBBEE level

Amount

2012/13

Procuremnt of Internal Audit Services

Deloitte

2

R 906 000.00

2013/14

Procurement of IT Hardware

Intergr8

4

R 111 116.84

 

Procurement of Human Resources Management

PWC

2

R 1 246 986.00

 

Procurement of Offsite Data Storage

Metrofile

5

R 50 400.00

 

Procurement of Financial Consulting Services

KPMG

3

R 277 824.00

 

Procurement of Multi-function Printer

Green Dot

3

R 91 147.56

2014/15

Procument of IT Management Services

Teksys Computers

4

R 194 119.20

2015/16

Procerment of Internal Audit Services

A2A Kopano Incorporated

1

R 824 686.50

2016/17

Procurement of IT Hardware

IT Master

2

R 389 994.51

 

Procurement of Multi - Function Printer

Olivetti Direct Office Technologies

3

R 132 924.00

 

Procurement of Valuation of Assets Services

Meridian Economics

4

R 1 915 086.00

(d) The bid for each contract specified the minimum requirements that must be met for each tender, also the bid had a minimum score of functionality that must be met before the bidder can be evaluated on price.

(e) The terms of reference for the bid specified that the bidder must demonstrate their ability to deliver the service required, this is also monitored during the contract period.

Passenger Rail Agency of South Africa (PRASA)

See attached Annexure

  • Refer to the spreadsheet attached.

(d) Each tender was advertised in the newspapers and i-tender

  • They were evaluated through Bid Evaluation Committees and adjudicated through Bid Adjudication Committees.
  • Depending on the thresholds and is as follows:
    • R 25 million and below approved by the Divisional and Subsidiary CEO’s
    • R 50 Million and Below approved by the Group CFO and Group CEO
    • R 50 Million and above approved by the of the Board.
  • Once approved PRASA enter into negotiations with the approved service provider.

(e) On construction related works construction guarantees and Bid Bonds (from the Financial institutions) are required;

  • Depending on the nature of requirements (Goods, Services and works) PRASA has incorporated probity services on the tenders that are more than R 10 million;
  • All service providers that have passed the technical thresholds are subjected to security screening;
  • Company experience and the CV’s of the Resources proposed form part of the mandatory requirements;
  • All previous projects that have been completed will require referral letter from the clients;
  • The industry certification /professional bodies IDB/IATA/ASATA/PR.Eng/SAICA/ESCA) also form part of the evaluation criteria;
  • Latest Annual Financial Statements to the liquidity ratios; and
  • During the project period the Supplier Assessment and Evaluation form are sent to End-user and the Service Provider to ensure that all requirement are met.

South African Maritime Safety Authority (SAMSA)

2014/2015 FINANCIAL PERIOD

Supplier Name

Description

80/20 or 90/10

Value

SLA or Contract

SIZWENTSALUBAGOBODO

Internal Audit Services

90/10

R 2 456 928.00

Signed SLA and contract monitoring & reporting

FARANANI

SOFTWARE LICENCE FEE

90/10

R 3 115 672.43

Signed SLA and contract monitoring & reporting

INTERNET SOLUTIONS

IT SYSTEM

90/10

R 12 186 107.36

Signed SLA and contract monitoring & reporting

7

MAINTENANCE OF SECURITY SYSTEM (CAMERAS)

80/20

R 1 582 534,77

Signed SLA and contract monitoring & reporting

NASHUA MOBILE

CELLPHONE VOICE & DATA SERVICE

90/10

R 2 908 777.27

Signed SLA and contract monitoring & reporting

PMB CHANGE A LIFE

CSI PROJECT (DUZI CANOEING PROJECT)

90/10

R 1 000 000.00

Signed SLA and contract monitoring & reporting

BLAUPAU MANAGEMENT CONSULTINGCC

HUMAN DEVELOPMENT STRATEGY FOR MARITIME SECTOR

90/10

R 1 950 000.00

Signed SLA and contract monitoring & reporting

CSIR

RESEARCH SERVICE

Inter-governmental procurement

R 1 670 328.00

Signed SLA and contract monitoring & reporting

COMPUTER INITIATIVES T/A VOX

GP UPGRADE

90/10

R 1 642 985.00

Signed SLA and contract monitoring & reporting

2015/2016 FINANCIAL PERIOD

Supplier Name

Description

80/20 or 90/10

Value

SLA or Contract

MTN

CELLPHONE VOICE & DATA SERVICE

90/10

R 4 184 525,13

Signed SLA and contract monitoring & reporting

VODACOM

CELLPHONE VOICE & DATA SERVICE

NT Transversal Contract

R 9 706 305,09

Signed SLA and contract monitoring & reporting

FARANANI

SLA MAINTENANCE FEE - GO LIVE

90/10

R 1 838 232.00

Signed SLA and contract monitoring & reporting

2016/2017 FINANCIAL PERIOD

Supplier Name

Description

80/20 or 90/10

Value

SLA or Contract

BYTES TECHNOLOGY GROUP SA (PTY) LTD

PHOTOCOPIER MACHINE LEASE

NT Transversal Contract

R 724 230,72

Signed SLA and contract monitoring & reporting

PLAZA AQUAD

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 1 719 780.60

Signed SLA and contract monitoring & reporting

RICKETT SALES (PTY) LTD

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 4 916 879.68

Signed SLA and contract monitoring & reporting

RICKETT SALES (PTY) LTD

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 4 770 517.20

Signed SLA and contract monitoring & reporting

GROWTHPOINT

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 6 250 169.16

Signed SLA and contract monitoring & reporting

TRANSNET NATIONAL PORTS AUTHORITY

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 7 812 711.45

Signed SLA and contract monitoring & reporting

INTERPARK (SOUTH AFRICA) (PTY) LTD

PARKING

Negotiated Lease Agreement/ Deviation Approved by NT

R 1 354 320.00

Signed SLA and contract monitoring & reporting

JHI REAL ESTATE (19 TH FLOOR)

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 27 621 270.60

Signed SLA and contract monitoring & reporting

JHI REAL ESTATE ((18 TH FLOOR)

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 14 484 130.60

Signed SLA and contract monitoring & reporting

INDWE RISK MANAGEMENT

INSURANCE FOR SAMSA DIRECTORS

90/10

R 1 729 065.10

Signed SLA and contract monitoring & reporting

SIKELA XABISA

INTERNAL AUDIT

90/10

R 3 094 789.00

Signed SLA and contract monitoring & reporting