T1.2: Tender Data. The tender documents issued by the Employer comprise: F.1.2. Part T1: Tendering procedures

Similar documents
PREVIEW COPY ONLY TRANSNET SOC LIMITED (REGISTRATION NO.1990/000900/06) TRADING AS TRANSNET FREIGHT RAIL

University of the Witwatersrand, Johannesburg

TERMS OF REFERENCE RFP NO.: SALGA/32/2016

BROAD-BASED BLACK ECONOMIC EMPOWERMENT CODES OF GOOD PRACTICE

PREFERENTIAL PROCUREMENT AND ENTERPRISE DEVELOPMENT POLICY

CONSTRUCTION INDUSTRY DEVELOPMENT BOARD

08 NOVEMBER PURPOSE

POLICY ON UNISA PUBLIC TENDERS Overview

INVITATION OF BIDS. The Passenger Rail Agency of South Africa (PRASA) invites suitably qualified cleaning companies for the following bids:

GOVERNMENT GAZETTE, 9 JUNE 2004 No NOTICE 62 OF 2004 CONSTRUCTION INDUSTRY DEVELOPMENT BOARD

TRANSNET SOC LIMITED (REGISTRATION NO.1990/000900/06) TRADING AS TRANSNET FREIGHT RAIL PREVIEW COPY ONLY

EVALUATION AND SCORING OF TENDER OFFERS ON EMPOWERMENT OBJECTIVES AND PRICE. Work Instruction N o TGP 07: 2013 REV 07

REQUEST FOR QUOTATION

Inform Practice Note #32

B-BBEE Codes of Good Practice

SUPPLY CHAIN MANAGEMENT POLICY

WEST COAST DISTRICT MUNICIPALITY

Amended BBBEE Construction Sector Code

Non-Governmental Organization/ Nie-Regeringsorganisasie NON-GOVERNMENTAL ORGANIZATION NOTICE 931 OF 2017 DEPARTMENT OF TRADE AND INDUSTRY

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

SCHOOL EQUIPMENT PRODUCTION UNIT

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

TENDER DOCUMENT FOR SUPPLY & DELIVERY OF PROTECTIVE CLOTHING BID NOTICE NO: PRC-03CS-MHLM-2017/18. Issued by: The Municipal Manager

Black Economic Empowerment

Government Notices Goewermentskennisgewings NOTICE OF 2015

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

AMENDED CODE SERIES 400: MEASUREMENT OF THE ENTERPRISE AND SUPPLIER DEVELOPMENT ELEMENT OF BROAD-BASED BLACK ECONOMIC EMPOWERMENT

National Treasury Workshop. Application workshop (Day 2) Standard for Infrastructure Procurement and Delivery Management (SIPDM)

TO ALL SUPPLIERS SEEKING REGISTRATION AS AN APPROVED SUPPLIER ON THE DATABASE OF THE INSTITUTE

BLACK ECONOMIC. 4 November Revised Broad-Based Black Economic Empowerment Codes of Good Practice

Inform Practice Note #7

UNIT 5. Bid Evaluation Committee - Goods

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

ONDERSTEPOORT BIOLOGICAL PRODUCTS SOC LTD DELIVERED/COURIERED TO:

Online Vending Agency RFP

Ver-Bolt (Pty) Ltd Supplier Application Form. General Information

Guide to B-BBEE Codes of Good Practice

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

Request for quotations of supply and deliver of high quality Motorcyclist Leather Jackets and Trousers uniform.

AMATOLA WATER AMANZI

TERMS OF REFERENCE FOR THE SUPPLY OF VEHICLES AND FLEET MANAGEMENT SERVICES OVER A TWELVE MONTH PERIOD (FULL MAINTENANCE LEASE)

Request for Information (RFI): SERVICE PROVIDER DATABASE

The Construction Sector Code (GNC)

ADVERT DATE 24 August 2017 DEPARTMENT SUPPLY & INSTALLATION OF BULLET-PROOFING (AUDIO SERVICE WINDOW) FOR THE BOX OFFICE SOWETO THEATRE

REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF SECRETARIAT SERVICES FOR THE FOOD AND BEVERAGES MANUFACTURING SECTOR EDUCATION AND TRAINING AUTHORITY

Training type Province Number of Learners/Candidates Trustee Training Kwazulu Natal 50 Trustee Training Gauteng 60

: COR147/2017. Tender Number: Issue Date : 10 March Closing Date : 23 March Briefing Session Date and Time : N/A. Bid Validity : 120 days

B-BBEE CODES OF GOOD PRACTICE GUIDE

REQUEST FOR BID: COMMUNICATIONS INTEGRATION SYSTEM FOR KRUGER NATIONAL PARK

Broad-Based Black Economic Empowerment Verification Certificate

INVITATION TO BID. Bid Number Description of Bid Closing Date &Time Enquiry Details Validity Period. 22 February

Draft Revised Construction Sector Codes

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

Casework Technical Support (Social Welfare - Project Management)

T04/01/17 REQUEST FOR PROPOSAL FOR THE SUPPLY, IMPLEMENTATION, SUPPORT AND MAINTENANCE OF A TALENT MANAGEMENT SYSTEM

The University Of South Africa invites suitably. Qualified suppliers to participate in a. Expression of Interest to provide the University with

KERIO VALLEY DEVELOPMENT AUTHORITY

RFQ 808 Supply and delivery of diamond razor mesh wire

BEE and the revised codes of Good Practice: how this directly and indirectly affects payroll

Invitation for appointment of GST consultant for FY

POSTAL STATION B ENVELOPE REHABILITATION & BASE BUILDING UPGRADE CONSTRUCTION MANAGER FAIRNESS MONITOR FINAL REPORT

City of Johannesburg Supply Chain Management Unit

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA

All terminology used in this terms of reference shall bear the same meaning as in the applicable legislation.

QUESTIONS AND ANSWERS

Government Notices Goewermentskennisgewings

Template for ToR for Transaction Advisory Services

INDEPENDENT DEVELOPMENT TRUST EXPRESSION OF INTEREST (EOI)

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

United Nations Development Programme (UNDP) FOR THE

DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR

REQUEST FOR QUOTATION

Proclamations Proklamasies

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement

WESKUS DISTRIKSMUNISIPALITEIT WEST COAST DISTRICT MUNICIPALITY

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

REQUEST FOR PROPOSAL (RFP)

By-Law Number 9 Concerning Procurement Contracts for Goods, Services and Construction

Pacific Horticultural and Agricultural Market Access (PHAMA) Program

Draft 2016/07/24. Standard for Contract Participation Goals for Targeting Enterprises and Labour through Construction Works Contracts ( 2016)

Procurement of Services

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

COMUNICATIONS AUTHORITY OF KENYA

Procurement Policy 4P/ Institutional Chief Director: Finance. Financial Administration. Approved by Council. Council

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED

APPLICATION TO BE REGISTERED AS A VENDOR

City of Johannesburg Supply Chain Management Unit

Series Amendment Problem/ Issue Comment/ Suggestion

Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17

UNC Chapel Hill Informal Contracting Guidelines

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

Seattle Public Schools Office of Internal Audit. Internal Audit Report Construction Management Practices

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

Market Procedure: Network Control Services

TENDER NO.NPSC.1/11/4/001/

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

Transcription:

T1.2 Tender Data The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB Standard for Uniformity in Construction Procurement (January 2009) as published in Government Gazette No 31823, Board Notice 12 of 2009 of 30 January 2009, subsequently amended (May 2010), Board Notice 86 of 2010. (See www.cidb.org.za) The Standard Conditions of Tender make several references to Tender Data for details that apply specifically to this tender. This Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the Standard Conditions of Tender. Each item of data given below is cross-referenced in the left hand column to the clause in the Standard Conditions of Tender to which it mainly applies. Clause Data F.1.1 The Employer is Transnet SOC Ltd trading through its Operating Division Transnet National Ports Authority (hereinafter referred to as TNPA) (Reg. No. 1990/000900/30) F.1.2 The tender documents issued by the Employer comprise: Part T1: Tendering procedures Part T2 : Returnable documents T1.1 Tender notice and invitation to tender T1.2 Tender data T1.3 CIDB Standard Conditions of Tender T2.1 List of returnable documents T2.2 Returnable schedules C1.1 Form of offer and acceptance C1.2 Contract data (part 2) C2.2 Bill of Quantities Part C: The contract Part C1: Agreements and contract data Part C2: Pricing data Part C3: Scope of Work Part C4: Site C1.2 Contract data (part 1) C1.3 Form of Guarantee C1.4 Adjudicator s Contract C1.5 Transnet Procedure Manual : Principle Controlled Insurance (PCI) - 2014 C2.1 Pricing instructions C2.2 Bill of Quantities C3.1 C4 Site F.1.4 The Employer s agent is: Name: Address: Mpho Mohapi 30 Wellington Road, Parktown, GAUTENG Tel No. +27 11 351-9088 Fax No. +27 11 351-9101 Tender document Page 1 Part T1: Tendering Procedures

E mail Mpho.Mohapi@transnet.net F.2.1 The following tenderers who are registered with the CIDB, or are capable of being so registered prior to the evaluation of submissions, are eligible to have their tenders evaluated. a) Contractors who have 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) of 25(7A) of the Construction Industry Development Regulations, for a 2SL for specialist work or 2ME class of mechanical engineering; Joint ventures/ Consortiums are eligible to submit tenders provided that: 1. every member of the joint venture is registered with the CIDB; 2. the lead partner has a contractor grading designation in the SI or ME class of ; and 3. 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 SI or ME class of works or a value determined in accordance with Regulation 25 (1B) or 25(7A) of the Construction Industry Development Regulations. b) Have attended the compulsory briefing session. c) Submit all compulsory returnables F.2.7 The arrangements for a compulsory Site visit and clarification meeting are: Location : TNPA Procurement/ HR Building, South Arm Road, PORT OF CAPE TOWN Date : 10 November 2015 Starting time : 11:00 Confirmation of attendance to be notified at least one full working day in advance to: Name : Mpho Mohapi Tel : +27 11 351-9088 Fax : +27 11 351-9101 E-mail : Mpho.Mohapi@Transnet.net Tenderers must sign the attendance list (Returnable Schedule T2.2-3) in the name of the tendering entity. Addenda will be issued to and tenders will be received only from those tendering entities appearing on the attendance list. F.2.12 F.2.13.2 No alternative tender offers will be considered Return the entire tender document after completing it blank ink to the employer. No documents completed in pencil will be allowed. Tender document Page 2 Part T1: Tendering Procedures

F.2.13.3 F.2.13.5 All proposals shall be submitted in the following format: A completed original with all Returnables 1 (one) copy of the original with all Returnables 1 (one) electronic copy of the completed original with all compulsory Returnables on compact disk (CD). The Employer s address for delivery of tender offers and identification details to be shown on each tender offer package are: Location of tender box Physical address: Identification details: Transnet National Ports Authority offices Ground Floor, 30 Wellington Road, Parktown, Gauteng, South Africa, 2193 The Tender Documents must be submitted in a sealed envelope clearly labelled as follows: Tender No: TNPA 619/CIDB Enquiry Name: REHABILITATION OF THE TRANSVERSER STEEL STRUCTURE AT SYNCROLIFT IN THE PORT OF CAPE TOWN The documents must be marked for the attention of the Chairperson: Transnet National Ports Authority Acquisition Council. Postal address: P.O. Box 32696, Braamfontein, 2017. F.2.13.9 F.2.15 Telephonic, telegraphic, facsimile or e-mailed tender offers will not be accepted. The closing time for submission of tender offers is as stated in the Tender Notice and Invitation to Tender. F.2.16 The tender validity period is three (3) months, expires 12 February 2016 F.2.18 F.2.20 F.2.13 Provide, on request by the Employer, any other material information that has a bearing on the tender offer, the tenderer s commercial position (including notarized joint venture agreements), preferencing arrangements, or samples of materials, considered necessary by the Employer for the purpose of a full and fair risk assessment. Should the tenderer not provide the material, or a satisfactory reason as to why it cannot be provided, by the time for submission stated in the Employer s request, the Employer may regard the tender offer as non-responsive. If requested, submit for the Employer s acceptance before formation of the contract, all securities, bonds, guarantees, policies and certificates of insurance required in terms of the conditions of contract identified in the Contract Data. (The format is included in Part C1.3 of this procurement document). The tenderer is required to submit with his tender: 1. An original or a certified copy of a valid Tax Clearance Certificate issued by the South African Revenue Services; 2. A Valid Letter of good standing with the compensation fund or with a licensed compensation insurer 3. Tendering Entity s latest valid BBBEE Certificate. Note: Refer to Section T2.1 for List of Returnable Documents Tender document Page 3 Part T1: Tendering Procedures

F.3.4 F.3.4.2 The time and location for opening of the tender offers are: Time: Shortly after 10: 00 on 24 November 2015 Location: 30 Wellington Road, Parktown, JOHANNESBURG Only the name of each tenderer whose tender offer is opened will be announced F3.5 Two-envelope system will not be used F.3.11.1 F.3.11.3 F.3.11.7 The financial offer will be reduced to a comparative basis using the Tender Assessment Schedule. The procedure for the evaluation of responsive tenders is Method 2. The financial offer will be scored using Formula 2 (option 1) in Table F.1 where the value of W1 is: 90 where the financial value inclusive of VAT of one or more responsive tenders received have a value in excess of R 1,000 000 F.3.11.6 F.3.11.8 Score the financial offers, preferences and quality, as relevant to two decimal places. Up to 100 minus W1 tender evaluation points will be awarded to tenderers who complete the preferencing schedule and who are found to be eligible for the preference claimed. Should the BBBEE rating not be provided, Transnet reserves the right to award no points and/or declare the tender void. Transnet also reserves the right to carry out an independent audit of the tenderers scorecard components at any stage from the date of close of the tenders until completion of the contract. Tenderers with no accreditation will score zero points for preferencing. BROAD-BASED BLACK ECONOMIC EMPOWERMENT & SOCIO-ECONOMIC OBLIGATIONS Transnet fully endorses and supports the Government s objective of Broad-Based Black Economic Empowerment and it is strongly of the opinion that all South African business enterprises have an equal obligation to redress the imbalances of the past. Transnet would therefore prefer to do business with enterprises who share these same values and who are prepared to contribute to meaningful B-BBEE initiatives [including, but not limited to subcontracting and Joint Ventures] as part of their tendered responses. All procurement transactions will be evaluated accordingly. Tender document Page 4 Part T1: Tendering Procedures

BBBEE Rating As prescribed in terms of the Preferential Procurement Policy Framework Act (PPPFA), Act 5 of 2000 and its Regulations, Respondents are to note that the following preference point systems are applicable to all bids: the 80/20 system for requirements with a Rand value of up to R1 000 000 (all applicable taxes included); and the 90/10 system for requirements with a Rand value above R1 000 000 (all applicable taxes included). Bidders are to note that if the 80/20 preference point system is stipulated in this RFP and all Bids received exceed R1 000 000.00, the RFP must be cancelled. Similarly, if the 90/10preference point system is stipulated in this RFP and all Bids received are equal to or below R1 000 000.00, the RFP must be cancelled. When Transnet invites prospective Service Providers to submit Proposals for its various expenditure programmes, it requires Respondents to have their B-BBEE status verified in compliance with the Codes of Good Practice issued in terms of the Broad Based Black Economic Empowerment Act No. 53 of 2003. The Department of Trade and Industry recently revised the Codes of Good Practice on 11 October 2013 [Government Gazette No. 36928]. The Revised Codes will replace the Black Economic Empowerment Codes of Good Practice issued on 9 February 2007. The Revised Codes provide for a one year transitional period starting 11 October 2013. During the transitional period, companies may elect to be measured in terms of the Revised Codes or the 2007 version of the Codes. After the first year of the implementation of the Revised Codes, B-BBEE compliance will be measured in terms of the Revised Codes without any discretion. Companies which are governed by Sector-specific Codes will be measured in terms of those Sector Codes. As such, Transnet will accept B-BBEE certificates issued based on the Revised Codes. Transnet will also continue to accept B-BBEE certificates issued in terms of the 2007 version of the Codes provided it was issued before 1 May 2015. Thereafter, Transnet will only accept B-BBEE certificates issued based on the Revised Codes. Respondents are required to complete Annexure A [the B-BBEE Preference Point Claim Form] and submit it together with proof of their B-BBEE Status as stipulated in the Claim Form in order to obtain preference points for their B-BBEE status. Note: Failure to submit a valid and original B-BBEE certificate or a certified copy thereof at the Closing Date of this RFP will result in a score of zero being allocated for B-BBEE. Tender document Page 5 Part T1: Tendering Procedures

B-BBEE Joint Ventures or Consortiums Respondents who would wish to respond to this RFP as a Joint Venture [JV] or consortium with B-BBEE entities, must state their intention to do so in their RFP submission. Such Respondents must also submit a signed JV or consortium agreement between the parties clearly stating the percentage [%] split of business and the associated responsibilities of each party. If such a JV or consortium agreement is unavailable, the partners must submit confirmation in writing of their intention to enter into a JV or consortium agreement should they be awarded business by Transnet through this RFP process. This written confirmation must clearly indicate the percentage [%] split of business and the responsibilities of each party. In such cases, award of business will only take place once a signed copy of a JV or consortium agreement is submitted to Transnet. Respondents are to note the requirements for B-BBEE compliance of JVs or consortiums as required by Annexure A [the B-BBEE Preference Point Claim Form] and submit it together with proof of their B-BBEE Status as stipulated in the Claim Form in order to obtain preference points for their B-BBEE status. Note: Failure to submit a valid and original B-BBEE certificate for the JV/Consortium or a certified copy thereof at the Closing Date of this RFP will result in a score of zero being allocated for B-BBEE.B-BBEE Registration Points will be awarded to tenderers based on preferencing using the balanced Department of Trade and Industry (DTI) scorecard. The application of the Broad Based Black Economic Empowerment recognition levels and score preferencing points are as follows: Contribution Level Qualification Points on the generic scorecard Broad-Based BEE Recognition Level Preferencing Points Scored Level 1 Greater than or equal to 100 135% 10 points Level 2 Greater than or equal to 85 125% 9 points but less than 100 points Level 3 Greater than or equal to 75 110% 8 points but less than 85 points Level 4 Greater than or equal to 65 100% 6 points but less than 75 points Level 5 Greater than or equal to 55 80% 4 points but less than 65 points Level 6 Greater than or equal to 45 60% 3 points but less than 55 points Level 7 Greater than or equal to 40 50% 2 points but less than 55 points Level 8 Greater than or equal to 30 10% 1 points but less than 40 points Level 9 Less than 30 points 0% 0 On the basis the tenderer with a BBBEE recognition level of 135% will achieve 10 points, and the points will be allocated accordingly on a pro-rata basis as per the table above. Tender document Page 6 Part T1: Tendering Procedures

Subcontracting Transnet fully endorses Government s transformation and empowerment objectives and when contemplating subcontracting Respondents are requested to give preference to companies which are Black Owned, Black Women Owned, Black Youth Owned, owned by Black People with Disabilities, EMEs and QSEs including any companies designated as B- BBEE Facilitators 1. If contemplating subcontracting, please note that a Respondent will not be awarded points for B-BBEE if it is indicated in its Proposal that such Respondent intends subcontracting more than 25% [twenty-five per cent] of the value of the contract to an entity/entities that do not qualify for at least the same points that the Respondent qualifies for, unless the intended subcontractor is an EME with the capability to execute the contract. A person awarded a contract may not subcontract more than 25% [twenty-five per cent] of the value of the contract to any other enterprise that does not have an equal or higher B- BBEE status level than the person concerned, unless the contract is subcontracted to an EME that has the capability and ability to execute the subcontract. In terms of Returnable Schedule` T2.2-11 of this RFP [Schedule of Proposed Subcontractors / Sub consultants] Respondents are required to indicate the percentage of the contract that will be sub-contracted as well as the B-BBEE status of the sub-contractor/s. 1 The Minister of the Department of Trade and Industry has the power to designate certain Organs of State or Public Entities as B-BBEE Facilitators. For example, the South African National Military Veterans Association (SANMVA) has been designated as a B-BBEE Facilitator. As such they will be treated as having rights of ownership held 100% by Black People, 40% by Black Women and 20% by Black designated groups. Tender document Page 7 Part T1: Tendering Procedures

F.3.11.9 The quality criteria and maximum score in respect of each of the criteria are as follows: Evaluation Criteria Description Scoring principle Returnable Schedule Criteria Weighting Poor (Generic mobilisation plan showing a traffic plan and a layout of how the site will be utilised) (40%) Satisfactory (Generic mobilisation plan showing a traffic plan and a layout of how the site will be utilised, Method of stripping, disassembling and moving of traverser) (60%) Methodology Project Specific documents to indicate how the project will be executed Good (Detailed mobilisation plan, Detailed method statement for stripping, disassembling and moving of traverser, method of cleaning, anti-corrosion painting with detailed method statement for steelwork; showing detail of material, welding procedure being followed and method of construction in detail. Method of assembling of traverser structure stating fixing, levelling and alignment) (80%) T2.2-2 20 Very Good (Detailed mobilisation plan, Detailed method statement for stripping, disassembling and moving of traverser, method of cleaning, anticorrosion painting with detailed method statement for steelwork; showing detail of material, welding procedure being followed and method of construction in detail. Method of assembling of traverser structure stating fixing, levelling and alignment. Including alternative measures for working during inclement weather.)(100%) Poor (Generic schedule with milestones) (40%) Project Schedule Project specific schedule to indicate how the works will be completed within the shutdown Satisfactory (Project specific schedule with milestones, Work Breakdown Structure and Timeframe as per contract data) (60%) Good (Detailed construction schedule that is project specific, showing detailed daily activities, Work Breakdown Structure shown and Timeframe as per contract data, Human Resource Plan provided) (80%) T2.2-1 20 Very Good (Detailed construction schedule that is project specific, with time allotted per activity for the entirety of the project. Work Breakdown Structure shown and Timeframe as per contract data, Human Resource Plan provided) (100%) Environmental Management Plan Compliance with applicable Environmental requirements and legislation. How Environmental Management will be incorporated into the project. Poor (Generic plan) (40%) Satisfactory (Job specific plan, In line with requirements and legislation) (60%) Good (Job specific plan, In line with requirements and legislation, Taking into account by-laws) (80%) Very Good (Job specific plan, In line with requirements and legislation, Taking into account by-laws, waste disposal plan mentioning certificates) (100%) T2.2-17 10 Tender document Page 8 Part T1: Tendering Procedures

Health and Safety Plan Compliance with applicable Health and Safety requirements and legislation. How Health and Safety will be incorporated into the project. Poor (Generic plan) (40%) Satisfactory (Job specific plan, In line with bid requirements and OHS Act, In line with Construction regulations) (60%) Good (Job specific plan, In line with bid requirements and OHS Act, In line with Construction regulations, Control and Monitoring Plan) (80%) Very Good (In line with bid requirements and OHS Act, In line with Construction regulations, Control and Monitoring Plan, Incorporated Health and Safety aspects into the method statements, Contingency plans, Audit plan) (100%) T2.2-18 10 Poor (Generic plan without QMS Accreditation (e.g. ISO or any certificate accreditation by a recognised body) (40%) Quality Plan Compliance with applicable Quality requirements and legislation. How quality will be incorporated into the project. Satisfactory (Activity specific quality plan with QMS Accreditation) (e.g. ISO or any certificate accreditation by a recognised body) (60%) Good (Detailed quality plan showing examples of documents for approvals) QMS Accreditation (e.g. ISO or any certificate accreditation by a recognised body) (80%) Very Good (Detailed activity specific quality plan, Control and Monitoring plans with examples of documentation to be used, Document Control measures, QMS Accreditation (e.g. ISO or any certificate accreditation by a recognised body)) (100%) T2.2-16 20 Tenderer s experience Tenderer s experience with respect to specific aspects of the project / comparable projects Poor (Minimum 1 written reference; 1-2 projects successfully carried out similar to the works) (40%) Satisfactory (Minimum 2 written reference; 3-4 projects successfully carried out similar to the works) (60%) Good (Minimum 3 written reference; 5-6 projects successfully carried out similar to the works) (80%) Very Good (Minimum 3 written reference; =>7 projects successfully carried out similar to the works) (100%) T2.2-20 20 TOTAL 100 Transnet reserves the right to lower the threshold for Quality from 60% to 50% if no Bidders pass the predetermined minimum threshold Each evaluation criteria will be assessed in terms of a point systems as per the Technical Score Card. The scores of each of the evaluators will be averaged, weighted and then totalled to obtain the final score for quality. The minimum number of evaluation points for quality is 60. Tender document Page 9 Part T1: Tendering Procedures

F.3.13.1 Tender offers will only be accepted if: a) the tenderer submits an original valid Tax Clearance Certificate issued by the South African Revenue Services or has made arrangements to meet outstanding tax obligations; b) the tenderer submits a letter of intent from a financial institution acceptable to Transnet SOC Ltd with a long term international credit rating (International Institutions) and long term national credit rating (local institutions) undertaking to provide the Performance Bond to the format included in returnable document T2.2-15 of this procurement document c) the tenderer is registered with the Construction Industry Development Board in an appropriate contractor grading designation; d) the tenderer or any of its directors/shareholders 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; e) the tenderer has not: i) abused the Employer s Supply Chain Management System; or ii) failed to perform on any previous contract and has been given a written notice to this effect; f) the tenderer has completed the Compulsory Enterprise Questionnaire and there are no conflicts of interest which may impact on the tenderer s ability to perform the contract in the best interests of the Employer or potentially compromise the tender process and persons in the employ of the state are permitted to submit tenders or participate in the contract; g) the tenderer is registered and in good standing with the compensation fund or with a licensed compensation insurer; h) the Employer is reasonably satisfied that the tenderer has in terms of the Construction Regulations, 2003, issued in terms of the Occupational Health and Safety Act, 1993, the necessary competencies and resources to carry out the work safely. F.3.17 The number of paper copies of the signed contract to be provided by the Employer is 1 (one). The additional conditions of tender are: 1 2 The Tenderer is deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the works and of the prices stated in the priced bill of quantities. The prices (except in so far as otherwise provided in the Tender) collectively cover full payment for the discharge of all his obligations under the Contract and all the matters and things necessary for the proper completion of the works. The Employer reserves the right to request audited financial statements for the purposes of a due diligence exercise. A financial due diligence exercise will be performed on the preferred tenderer or shortlist of preferred tenderers before an award is made. Tender document Page 10 Part T1: Tendering Procedures