THE SUPPLY AND DELIVERY OF TWO USED GENERAL PURPOSE CONTAINERS CONVERTED TO DOCUMENTS STORAGE CONTAINERS, WATER AND FIRE PROOF WITH SHELVES, LOCKABLE ENTRANCE AND VENTILATED FOR SUPPLY CHAIN MANAGEMENT SERVICES – ERWAT HEAD OFFICE Scope of works 1. Suitably accredited and experienced services providers are hereby invited to submit a bid for the Supply and delivery of two general purpose pre-used steel storage containers converted to document filing storage containers. The containers will be used for the storage of archived material/documents on long term basis. The containers must be in excellent usable condition, conform to the minimum safety provisions of the Occupational health and Safety Act, ISO 668:2013 and National Archives and be provided as set out below: ITEM NO. DESCRIPTION APPLICABLE TO BOTH CONTAINERS 1 Bidders must Supply, deliver, handle and place two (2) pre-used steel storage containers of 3m wide X 3m high X 6m long dimensions 2 Door opening: W: 3m x H: 3m 3 Each container to have wooden floor and steel container with corrugated walls 4 Each Container to be treated for corrosion protection 5 Furnished with wall mounted racks for document/book boxes (adjustable steel shelves all round excluding the door section with provision of 3cm floor clearance to first shelve and 30cm clearance between last shelve and roof) 6 The entrance doors must give easy access/free movement to the shelves 7 Each container must be equipped with electric lighting and a double plug 8 Each container must be water and fire proof 9 The entrance doors must be equipped with a tamper proof lockable lock/mechanism 10 The containers must be well ventilated in terms of national archives provisions 11 Each container must provide for forklift pockets for loading 12 Four concrete plinths per container for container to be rested on. Please refer to Plinth for container drawing attached hereto for ease reference (Annexure BIDDER TO CONFIRM COMPIANCE WITH SPEC A) 13 12 KG Fire extinguisher – Dry powder per container NB: ALL internal furnishing and fittings shall be installed by the supplier/service provider and guaranteed/warrantied for a minimum of 24 months. 2. DELIVERY POINT Supply Chain Management Unit, ERWAT Head Office, Hartebeestfontein Office Park, R25 (Bapsfontein/ Bronkhorstspruit), Kempton Park. 3. PRICING SCHEDULE Bidders are required to complete the BOQ below IN FULL. It is the responsible of the bidder to breakdown the pricing and fill the BOQ in correlation to the scope of work. (Further baking down the costs components is advisable, attachment indicating allocation of costs shout be in line with the scope requirements): Page 1 ITEM NO. DESCRIPTION UNIT QTY RATE AMOUNT 1 Steel container (3m x 3m x 6m) 1.1 a) Supply of container (blue/green) No 2 R R b) Delivery of container No 2 R R Supply and delivery of concrete plinths No 8 R R - - - R Sum 2 R a) DB board No 2 R R b) 1500mm,Double fluorescents light No 2 R R c) Light switch No 2 R R Sum 2 R R No 2 R R Each 2 R R - - - R - - - R - - - R 1.2 Total container 2 FINISHING: Shelving: 2.1 2.2 Adjustable steel shelves all round excluding the door section with provision of 3cm high floor clearance to first shelve and 30cm clearance between last shelve and roof Electric works per container: d) Wiring 2.3 e) 16A double switched socket outlet 12 kg Dry powder Fire Extinguishers (one per container mounted at entrance) Total internal finishing Sum carried over: Containers, delivery & plinths Sum carried over: shelves, electric works and fire extinguisher SUB TOTAL VAT 14% TOTAL PRICE 4. QUOTATION REQUIREMENTS: Work offered that DO NOT comply with the specifications will not be evaluated. 5. TENDER REQUIREMENTS PLEASE NOTE THAT FAILURE TO MEET ANY OR ALL OF THESE REQUIREMENTS WILL LEAD TO DISQUALIFICATION a) The Bidder must complete the tender document in FULL. b) The use of correction fluid or any erasable ink (e.g. pencil) is not allowed. Page 2 6. c) Proposals/bids will not be considered if bidder was absent from compulsory site meeting. d) The MAXIMUM DELIVERY PERIOD shall be Specified by the Contractor. e) Valid Certified copy or original BBBEE Compliance Certificate to verify the above claimed points; Failure to meet the specified delivery period will lead to penalties deducted from the contract value, as specified on section 5 of this tender document. f) Valid Tax Clearance Pin issued by SARS on e-filing Bidders are required to submit their SARS pin and certificate as prescribed by SARS effective from 01 April 2016. Please visit www.sars.gov.za or ERWAT Website: www.erwat.co.za/procurment for more information; g) Copy of Latest Municipal Account (not older than three months from date of closing); h) Declaration of Interest – MBD 4.2 (Download form ERWAT website/Procurement/Service Provider Registration). i) Bidders must be registered with National Treasury’s Centralised Supplier Database (CSD) and can visit www.csd.org.za for more information and registration procedures. j) CSD Registration Number: MAAA__________________________ k) Valid Construction Industry Development Board Registration (CIDB): Valid CRS number: _________ DELIVERY ADDRESS OF BIDDERS DOCUMENT: ERWAT HEAD OFFICE: 7. Physical address – Hartebeestfontein Office Park, R25 (Bronkhorstspruit/Bapsfontein) Road, Kempton Park. Maps to sites are on our web site: www.erwat.co.za. Completed tenders / quotations clearly marked with the applicable contract number and in sealed envelopes have to be in the tender box at the ERWAT Head Office in the reception area in a Tender Box Marked as “Thursday” on or before 12:00 on 01 June 2017. EVALUATION CRITERIA AND ADMINISTRATIVE DETAILS Stage 1: Functionality Criteria All candidates with a functionality result of less than 75% will be automatically disqualified. Candidates require a minimum of 75% to be considered for further evaluation. Table 1 NO 1 1.1 CRITERIA Company experience in similar projects. Provide five (5) proofs/references of experience in projects of similar nature: provide either letters of completion or signed invoices, all references should be traceable. No information supplied 0% 1.2 one proof of experience 12% 1.3 Two proof of experience 24% 1.4 Three proof of experience 36% 1.5 Four proof of experience 48% 1.6 Five proofs of experience 60% Page 3 2 Delivery Period. Specify a practical/feasible project delivery period 𝐷𝑒𝑙𝑖𝑣. 𝑃𝑒𝑟𝑖𝑜𝑑 = ( 𝑀𝑖𝑛 𝐷𝑒𝑙𝑖𝑣.𝑃𝑒𝑟𝑖𝑜𝑑 𝐵𝑖𝑑𝑑𝑒𝑟𝑠 𝐷𝑒𝑙𝑖𝑣.𝑃𝑒𝑟𝑖𝑜𝑑 ) ∗ 40 Total out of 100 points Related proof of experience of similar nature: Bidders are to submit signed invoiced/supply orders of each experience provided. Un-contactable references shall be struck off from the List Failure to provide signed invoices/supply orders shall lead to references struck off the list. Table 2 5 References on Related Previous Experience Item No. Clients Details Including Equipment Description Contact Persons – E mail and Contact Number Duration Contract Value 1. 2. 3. 4. 5. Stage 2: Preference points system (PPS) as included in the Preferential Procurement Policy Framework Act, Regulations of 2017: Table 3 PPS 80/20 Contract value Equal to or above R 30 000.00 and up to R 200 000 Formula Additional Considerations Bidders may be subjected to a precompliance stage and functionality scoring and only bidders who score Where the stipulate minimum points will be illegible to proceed to PPPFA Ps = Points scored for price of bid evaluation. under consideration. Maximum of 20 points may be awarded for BEE level. Bidders are Pt = Rand value of bid under required to tick the relevant box in consideration. the table below to claim their points according to their BEE level. P min = Rand value of lowest acceptable bid. Above points must be added to points scored for price. Ps = 80(1-(Pt-P min/P)) Page 4 Only bidder scoring the highest points will be selected for award. Table 4 B-BBEE STATUS LEVEL OF CONTRIBUTOR NUMBER OF POINTS (80/20 SYSTEM) 1 20 2 18 3 14 4 12 5 8 6 6 7 4 8 2 Non-compliant contributor 0 KINDLY TICK THE APPLICABLE LEVEL AND POINTS Failure on the part of a bidder to submit a B-BBEE Verification Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS), or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or a sworn affidavit confirming annual turnover and level of black ownership in case of an EME and QSE together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser. 8. PENALTIES The Tender/Contract shall be evaluated on Lead Time. Lead Time The Effective Contract Value will be calculated as follows: ALT: Actual Lead Time (weeks) CLT: Claimed Lead Time (weeks) PEN: % Penalty of the Total Contract Value – Excl. VAT 𝐴𝐿𝑇 − 𝐶𝐿𝑇 %𝑃𝐸𝑁 = ( ) ∗ 100 𝐴𝐿𝑇 The specified percentage penalty will be deducted to the amount specified by the appointed contractor if failure to meet the specified lead time by contractor. Page 5 9. WARRANTY AND DELIVERY PERIOD Table 4 Item No. 8. Description Specified: Engineer Offered: Contractor (Bidder) 1 Contract Period Max 2 Weeks After Receiving Purchase Order (All Inclusive Contract Price) Whichever date comes first 2 Delivery Period Contractor should state the delivery period to ERWAT Head Office upon official order CONTRACT 8.1 Terms of Payment 30 days from date of official invoice. Amount in numbers (VAT Incl.): Amount in words (VAT Incl.): Signed (Bidder): Date: Bidders should note that, should there be a discrepancy (on the contract price) between the amount in words and the amount in numbers. The amount in words will be adopted as the final contract price. 8.2 Certificate of Bidder’s Attendance at the Compulsory Briefing Meeting This is to certify that I, (NAME IN PRINT): Representative of (bidder): ______________________________________________ Address: Telephone number: Fax number: Attended the meeting on (date): In the company of (ERWAT’s Representative): SIGNATURE OF BIDDER’S REPRESENTATION: Page 6 ANNEXURES Annexure A: Drawings: Plinths for container Annexure B: Proof of Experience Annexure C: BBBEE Certificate (certified or original) Annexure D: Tax Clearance Pin Annexure E: Municipal Account or a valid and fully signed lease agreement (not older than three months from closing date) Annexure F: Declaration of Interests (MBD 4) Annexure G: Proof of CSD registration Annexure H: Proof of CIDB registration Page 7 Page 8
© Copyright 2026 Paperzz