TENDER NUMBER: 001/ 2019/21 PROVISION OF PUBLIC ORDER, … · 2.1 Duration of The Assignment The...
Transcript of TENDER NUMBER: 001/ 2019/21 PROVISION OF PUBLIC ORDER, … · 2.1 Duration of The Assignment The...
TENDER NUMBER: 001/ 2019/21
PROVISION OF PUBLIC ORDER, SAFETY, LAW ENFORCEMENT AND
NUISACE ABATEMENT SERVICES
CLOSING DATE: THURSDAY 21st FEBRUARY 2019 @ 12 NOON
NAME OF BIDDER:
………………………………………………………………………………….
Page 2 of 32
TERMS OF REFERENCE
1.0 Background
The Municipal Council of Manzini (MCMz) is a public sector entity established in terms of the Urban
Government Act No. 8 of 1969. The Municipality derives its primary mandate to facilitate the
provision of basic municipal services for the citizens at community level and managing development
within the Manzini local space through the Urban Government Act, 1969. The Manzini City is located
in the central regions of Swaziland, about 35km South-East of Mbabane, along the Main Road (MR3),
sitting on an area size of about 2,447 hectares, with a night population size of about 28,700 (currently
estimated at 40,000) people and day-time population of over 120 000 people.
The organization has an unwavering commitment to serve the people of Manzini and as such has
adopted a service centric approach of utilizing good governance, sound judgment and customer-
centered management to deliver relevant quality services. The Council is guided by its values of being
Innovative, Accountability, Integrity and Inclusion. Our values-based approach to business is an
important element of both our continued success and our organizational culture.
The municipality has four (4) departments namely; Technical Services, Finance, Corporate Services
and Community Services.
OUR VISION
“A vibrant African city that innovatively provides quality service and economic
opportunities to its stakeholders”
MISSION STATEMENT
“To Provide Quality Municipal Services, that add value to all our customers through
governance and partnering with relevant stakeholders”.
2.0 ASSIGNMENT
The municipal Council of Manzini has a mandate to provide public order, safety, Security
and nuisance abatement services to the community and visitors of Manzini urban
jurisdiction. This service is rendered through working in collaboration with the Manzini
Royal Swaziland Police Service (REPS). The municipality provide the public order, safety
and security and nuisance abatement services through an outsourcing model by engaging
private security companies who work with municipality security personnel.
Page 3 of 32
The existing security services contract is coming to an end with the engaged private
security company and as such, the municipal Council of Manzini is seeking to engage a
competent private security company to provide the public order, safety, security and
nuisance abatement service in the city.
2.1 Duration of The Assignment
The duration of the public order, safety, security and nuisance abetment assignment and or the
contract is proposed for two (2) years or twenty-four (24) months period.
3.0 Compulsory Bidding Eligibility Requirement (to be included in the technical bids envelope)
The Bidding Documents must be submitted by the 21st February 2019, Thursday at 12:00pm
sharp, Council Civic Offices, in the Tender Box placed at Reception Area. Upon
depositing the tender document, a register must be signed with the Receptionist by the
person submitting the Bid document.
There shall be a public tender opening on the same day of 21st February 2019 at 12:00pm
sharp, Council Civic Chamber. The bidding companies are required to enclose in their
technical bidding documents the below listed company documents;
Table 3.0 showing compulsory company documents
# Required Certified Copies of Company Documents
1. Original/Valid Tax Compliance Certificate
2. Valid Certificate of Incorporation
3. Valid Trading Licence
4. Valid Labour Compliance Certificate
5. Valid Swaziland National Provident Fund (SNPF) Compliance Certificate
6. Valid Proof of purchase of RFP Document (Council receipt);
7. Valid Form-J and Form C with current date stamp from the Registry of companies
8. Valid Company Profile with amounts of undertaken assignments with company
Organogram / structure and Management Personnel Curriculum Vitaes (CVs) with
Educational Certificates.
9. Valid Signed Joint-Venture Agreement (if in joint venture partnership);
10. Performance Bond/ Guarantee of E100,000.00 (One hundred thousand
Emalangeni)
11. Valid Work Permits (if there are foreign directorates or personnel)
12. Police Clearance or affidavit of non-conviction to company directors or shareholders
Page 4 of 32
4.0 Scope of Work
The work scope is fully in line with Council’s strategy in improving safety and security around
the city to ensure there is proper maintenance of public order, safety, security and nuisance
abatement through enforcement of Council By-Laws, regulation, the Urban Government Act
and other pieces of national legislation.
4.1 Assignment Scope
The scope of service for the provision of the public order, safety, security and nuisance
abatement include but not limited to eradication, arrests, illegal goods confiscation and
collaborating /reporting to Manzini Police of criminal activities, like;
Table 4.1 showing assignment scope activities
i) Theft, fights & pickpocketing;
ii) Illegal trading, illegal public displays, and illegal goods;
iii) Public indecency, noise pollution, blocking city streets & illegal parking
iv)Parks & open spaces patrol for illegal activities i.e drug activities
v) Remove illegal mechanics/ bush mechanics operating within the city.
vi) Identification and giving warning notice to noise pollution offenders.
4.2 Specific area coverage will entail the below areas;
The specific assignment scope area coverage is the Central Business District (CBD) of the
Manzini city, patrol of townships and attendance of observable and or reported incidents.
Amongst other city areas, the main streets to be fully covered include but not limited to the
below listed;
Table 4.2 showing list of public streets in the assignment scope
1. Ngwane Street (From Traffic Circle Traffic Lights to Khoza /MR3 Traffic Lights)
2. The Manzini Main Bus Rank and Immediate Surroundings
3. Mentjies Street, Central Distributor Road, Mbandzeni Street & Mahleka Street
4. Esser Street, Du-toit Street (From intersection with Ngwane Street to Mbhabha Street)
5. Mbhabha Street
6. Masalesikhundleni Street (From Mbhabha Street to intersection with Ngwane Street)
7. Martin Street (From Magistrate Court to Intersection with Ngwane Street)
8. Louw Street (From Main Bus rank to Intersection with Nkoseluhlaza Street)
Page 5 of 32
9. Sandlane Street (From Intersection with Ngwane Street to Intersection with Nkoseluhlaza
Street)
10. Mhlakuvane Street (From Intersection with Ngwane Street to intersection with Nkoseluhlaza
Street)
11. Nkoseluhlaza Street (From intersection with Ngwane Street to Moneni/ MR3)
12. Dr. Hynd Road and Mancishane Street
13. Kelly Street, Tenbergen Street, Villiers Street, Esselen Street, Stanley Street, & Mapheka Street.
14. Mhlakuvane Street (From intersection with Nkoseluhlaza street to Southern Disrtibutor Street)
15. Sandlane Street (From intersection with Nkoseluhlaza street to Esselen Street
16. Louw Street (From intersection with Nkoseluhlaza Street to Tenbergen Street
17. Martin street (From intersection with Ngwane street to Tenbergen Street)
18. Masalesikhundleni street (From intersection with Ngwane Street to Tenbergen street)
19. Du-Toit street (From Intersection with Ngwane Street to Kelly Street)
20. Du-Toit street (From Intersection with Ngwane Street to Kelly Street)
21. Tikhuba Street
4.3 Nuisance Abatement
The nuisance abatement scope of service entails enforcing the municipality building /buildings
regulation, environmental management and fire safety regulation, animal control and
impounding and other activities found to be contravening municipality regulations and By-Laws.
4.4 Pound Operations
The municipality requires security personnel to man the pound and impounded animals as
indicated below;
To drive the impounded stray animals to dip-tank for disinfection once a week;
To herd and maintain and or keep records of all impounded stray animals;
4.5 Support Services for Environmental Health Management
Identification of overgrown plots /properties and other nuisances;
Identification, reporting and serving of notices to non-complying properties to the city laws,
policies and bylaws;
Identification of Illegal dumpsites;
Conduct general investigations of illegal dumpers and arrests.
Identification of waste /liquid waste and water spillages on pavements.
Page 6 of 32
6.0 Required Skills and Competencies
The required private security company service provider bidding on this assignment must security
expertise and experience of at least five (5) years minimum with a team consisting of the following skills
and competencies;
i) Team of security guards with minimum educational level of Grade 7/ Standard
five
ii) Team of security guards with professionalism & good communication and
interpersonal skills
iii) Energetic and fit team of security guards
iv) Company personnel must have integrity with no criminal conviction record
v) Senior personnel with training Certificates in security
8. Evaluation Criteria
The bidder must submit one (1) original and two (2) copies of Technical Proposal in sealed
envelopes. The bidder must separately submit (1) original and two (2) copies of Financial
Proposal in sealed envelopes. The Financial Proposal and or bid price must be inclusive of
Value Added Tax. All Bids must be enclosed in big envelope clearly marked outside as follows;
“Bid Submission for Municipal Council of Manzini Tender No.001 of 2019/21 Provision of
Public Order, Safety, Law enforcement and nuisance abatement Services”.
There will be a compulsory project brief meeting and site inspection on Friday the 01st
February 2019, at 09:00am, Council’s Civic Chamber.
The criteria, sub-criteria, and point system for the evaluation of Full Technical Proposals are:
Points
(i) Specific Experience of the Firm Relevant to the Assignment with values of undertaken
similar work: ( 20)
(ii) Adequacy of the proposed Methodology and Work plan in responding to the Terms of
Reference;
a) Understanding and Comments on the Terms of Reference (10)
b) Technical Approach & Methodology (30)
Page 7 of 32
Only offers determined to be substantially responsive to the technical specifications will qualify
for financial evaluation.
9.0 BID PRICE
(a) Bidders shall not be permitted to alter their bids once their bids have been submitted with
the exception of arithmetical errors which shall be adjusted at line item level based on the
offered unit price. The total bid price will be amended accordingly for the purposes of the
evaluation.
c) Operational/work plan (20)
(iii) Qualification & Experience of Proposed Staff;
a) The director and or operations manager must have security training certificate, security
supervisory skills, and a background or experience in Police or any security forces will be an
added advantage. (10)
b) Supervisors must have minimum 5-years’ continuous experience in undertaking similar
assignments and certificate in security management will be an added advantage.
(5)
c) Support Technical staff must have minimum continuous experience of 5-years in security.
(5)
Total points for the criteria : (100)
The minimum technical score required to pass is : 70 Points
The single currency for price conversions is : Emalangeni
The source of official selling rates is: Central Bank of Swaziland
The date of exchange rates is: March 2019
The formulas of determining the financial score is the following; Sf = 100 x Fm/F, in which Sf is
the financial score; Fm is the lowest price and F the price of proposal under consideration.
The weights given to the Technical and Financial Proposals are:
Technical =0.7 or 70%
Financial =0.3 or 30%
Page 8 of 32
(b) The purchaser reserves the right to accept the whole or part of any tender.
(c) The Vendor who meets the specifications would be acceptable.
(d) The Purchaser would not necessarily accept the lowest price
10.0 Data Sheet
10.1. Name of the Client: The Municipal Council of Manzini
10.2 Method of Selection: Quality and Cost Based Selection
10.3 Name of Assignment: Provision of Public Order, Safety, Law
Enforcement and nuisance abatement Services.
10.4 Address: P.O. Box 418, Manzini, M200, Manzini
Tel: 25085000 Fax: 2505 3992
10.4 Bids must remain valid for 90 days after the submission date
10.6 Training is a specific component of this assignment: Yes
10.7 Allowable reimbursable expenses:
i. Labour costs during exercise implementation
ii. Transportation costs
iii. Other administration costs such as telephone, facsimile for purposes of
the services
10.8 Amount to be payable by the Client to the Service Provider is subject to
local taxation: Yes
10.9 The Service provider to state all costs in local currency
11.0 VALIDITY OF THE OFFER
Your Proposal should be valid for 90 days from date of submission.
12.0 OTHER INFORMATION REQUIREMENTS
(a) Written confirmation authorizing the signatory of the Bid to commit the Bidder (Power of
Attorney)
(b) Bid Securing Declaration (See ANNEX 1 for template)
13.0 STANDARD TECHNICAL PROPOSAL FORMS
Please fill in/SUBMIT the following forms WITH YOUR TECHNICAL PROPOSAL
Proposal Submission Form (FORM TECH 1)
Organization’s Specific Experience relevant to the assignment (FORM TECH 2)
Page 9 of 32
Comments/suggestions on Terms of Reference (FORM TECH 3)
Description of the Approach, Methodology and Work plan for Performing the
Assignment (FORM TECH 4)
Work Schedule (FORM TECH 5)
Failure to meet any of the above listed requirements will result in immediate disqualification.
14.0 ESSENTIAL REQUIREMENTS FOR FINANCIAL PROPOSAL
The selected Organization will be awarded a twenty four-month contract which will be
renewable subject to performance evaluation. Organizations are therefore requested to make a
specific twelve-month proposal and make costs estimates for periods after the initial twelve
months.
The proposal must be denominated in local Swazi currency (SZL).
Financial Proposal Standard Forms shall be used for the preparation of the Financial
Proposal. These are;
Financial Proposal Submission Forms (FORM FIN 1)
Summary Costs (FORM FIN 2)
Breakdown of Costs by Activity (FORM FIN 3)
Failure to meet any of the essential requirements will result in immediate disqualification.
15.0 TECHNICAL PROPOSAL FORMS
FORM TECH-1: TECHNICAL SUBMISSION FORM
We the undersigned offer to provide the services for public order, safety, Security, and nuisance
abatement in accordance with your request for proposal dated (date) and our proposal. We are
submitting our Proposal in association with.............................................. (Insert a list with full
name and address of each associated organization).
We are hereby submitting our Proposal, which includes a Financial Proposal sealed under a
separate envelope.
We hereby declare that all the information and statements made in this Proposal are true and
accept that any misinterpretation contained in it may lead to our disqualification.
If negotiations are held during the period of validity of the Proposal, i.e. before the date indicated
in paragraph 1.12 of the data sheet we undertake to negotiate on the basis of the proposed staff.
Our proposal is binding upon us subject to the modifications resulting from Contract negotiations.
We undertake, if our Proposal is accepted, to initiate the management services related to the
assignment no later than indicated in Paragraph 4.7 of the data sheet.
Page 10 of 32
We understand you are not bound to accept any Proposal you receive.
Yours faithfully
Name and Address of organisation Amount and Currency
...................................................... .....................................
..................................................... .....................................
...................................................
Authorised Signature: .................................................................................
Name and title of Signatory: ......................................................................
Page 11 of 32
FORM TECH-2
A. ORGANIZATION’S BACKGROUND (provide a brief description of the background
and organization of your entity and each associate for this assignment)
Page 12 of 32
B. ORGANIZATION’S EXPERIENCE
(Using the format below, provide information on each assignment for which your organization was
legally contracted for providing similar services to the ones requested under this assignment)
Assignment Name: Approximate value of the contract (
in currency (US$ OR SZL):
Country:
Location within country:
Duration of Assignment (months):
Name and address of
Client:
Total number of staff-months of the
assignment:
Start Date (Month/year): Approximate value of the services
provided by your organization under
the contract (in Currency US$ or
SZL):
Name of Associate
organizations, if any:
Number of senior professional staff
of your organization involved and
functions performed (indicate most
significant profiles such as Project
Director/Coordinator, Team leader):
Number of professional
Staff-months provided by
associated Organizations:
Narrative description of Project:
Description of actual services provided by your staff within the
assignment:
Page 13 of 32
FORM TECH-3: COMMENTS/SUGGESTIONS ON THE TERMS OF REFERENCE (Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, adding another or proposing a different phasing of the activities) Such suggestions should be concise and to the point, incorporated in your proposal)
Page 14 of 32
FORM TECH-4: DESCRIPTION OF APPROACH, METHODOLOGY AND WORKPLAN FOR
PERFORMING THE ASSIGNMENT
Page 15 of 32
FORM TECH-5: WORK SCHEDULE
N0
. Activity
Months
1 2 3 4 5 6 7 8 9 10 11 12
1
2
3
4
5
6
7
8
Page 16 of 32
FINANCIAL PROPOSAL FORMS
FORM FIN-1: FINANCIAL SUBMISSION FORM
We the undersigned offer to provide the services for provision of public order, safety, security
and nuisance abatement in accordance with your request for proposal dated (Date). Our
attached Financial Proposal is for the sum of...................................... (in words and figures).
This amount is exclusive of the local taxes.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations up to expiration of the validity period of the proposal, i.e. before the date
indicated in paragraph 1.12 of the data sheet.
Name and Address of organisation Amount and Currency
...................................................... .....................................
..................................................... .....................................
.....................................................
.....................................................
...................................................
We understand you are not bound to accept any Proposal you receive
Yours faithfully
Authorised Signature: .................................................................................
Name and Title of Signatory: ....................................................................
Page 17 of 32
Form FIN-2: Costs Summary
ITEM Costs
Currency (...............) Currency (..............)
Total Cost of Financial
Proposal
Page 18 of 32
Form FIN 3: Breakdown of Cost by Activity
Group of
Activities
Description (Short description of activities costs breakdown is provided in this form):
............................................................................................................................................................................................................
.......................................................................
............................................................................................................................................................................................................
...................................................................
............................................................................................................................................................................................................
..................................................................
Cost
component Costs
Indicate currency Indicate Currency
Page 19 of 32
16. CONFIDENTIALITY
Following receipt of bids within the stipulated bid closing date, information relating to
the award of Contract shall not be disclosed until the successful bidder has been
notified of the award of Contract.
17.0 OWNERSHIP OF TENDERS
The purchaser retains ownership of all tenders received under this tender procedure.
Consequently, tenderers have no right to have their tenders returned to them.
18.0 CANCELLATION MAY OCCUR WHERE:
When no tender has been submitted within the specified deadline
When it is established that the tender documents contain terms or technical
specifications that cannot be met by any of the tenderers
The tender procedure has been unsuccessful, namely where no qualitative or financially
worthwhile tenders have been received or there has been no response to the invitation
The economic or technical parameters of the project have been fundamentally altered
Exceptional circumstances or force majeure render normal performance by the Program
under the contract impossible
All technically compliant tenders exceed the financial resources available
There have been irregularities in the procedure, in particular where these have
prevented fair competition
When the prices of all tenders meeting the terms and the technical requirements of the
tender documents are unrealistic or appear to be the product of collusion between the
tenderers, resulting in the circumvention of healthy competition,
19.0 COST OF BIDDING:
The Bidder shall bear all costs associated with the preparation and submission of its bid,
and the Municipality will in no circumstances be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
20. QUERIES AND CLARIFICATION
Queries pertaining to this tender should be addressed to the Director Corporate Services
[email protected] or [email protected] one week before the closing date
Page 20 of 32
i.e. before 21st February 2019 at 12:00pm Eswatini time. Bidders who send their queries
after this deadline will not be entertained. Responses will be made to all bidders who have
purchased the document. A prospective bidder requiring any clarification of the bidding
documents shall notify Municipal Council of Manzini in writing. Council will respond in
writing to any request for clarification of the bidding documents not later than four (4) days
prior to the deadline for the submission of bids. Written copies of the Council response
(including an explanation of the query) will be sent to all prospective bidders. Requests for
clarification and the response(s) shall form part of any final contract.
21.0 THE BIDDING DOCUMENTS
21.1 CONTENT OF BIDDING DOCUMENTS
The Bidder is expected to examine all instructions, forms, terms and specifications in
the Bidding Documents. Failure to furnish all information required by the bidding
documents or submission of a bid not substantially responsive to the Bidding
documents in every respect will result in the rejection of its bid.
21.2 AMENDMENT OF BIDDING DOCUMENTS.
a) At any time prior to the deadline for submission of bids, the municipality for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective bidder, may modify the tender documents through an amendment.
b) All prospective bidders will be notified of the amendment in writing, and the
amendment will be binding on them.
c) In order to allow prospective bidders reasonable time in which to take the
amendment into account in preparing their bids, the Municipality, at its discretion,
may extend the deadline for the submission of bids.
21.3 LANGUAGE OF BIDS
a) The bid prepared by the bidder, as well as all correspondence and documents
relating to the bid, exchanged by the bidder and the municipality, shall be in the
English language. Supporting documents and printed literature provided by the
bidder may be in another language provided they are accompanied by an accurate
and certified translation of the relevant passages in the English language, in which
case, for the purposes of interpretation of the bid, the English translation shall
prevail.
Page 21 of 32
b) Package labels, inserts etc., must be provided in the English language.
21.4 LATE BIDS
Late bids will be rejected and shall be returned unopened.
21.5 INCOMPLETE BIDS
Failure to complete and return a full set of documents may result in your bid not
being considered. Any additional costs incurred by the Municipality which result from
any inaccuracies or any declarations in respect of the Goods or the bidder’s failure to
conform to the requirements of a resulting Contract will be charged to the bidder.
21.6 FAILURE TO MEET REQUIREMENTS
Failure to meet the above requirements will result in the bid being considered non-
responsive & disqualified.
21.7 INTENTION OF NOTICE TO AWARD
The intention to award contract shall be published in the SPPRA website 10 days before
the contract award.
21.8 Award of contract
After completing negotiations the Client shall award the Contract to the selected bidder, and
promptly notify all bidders who have submitted proposals. After Contract signature, the
Client shall return the unopened Financial Proposals to the unsuccessful bidders.
21.9 TERMS AND CONDITIONS OF CONTRACT
The service provider warrants that all services supplied under the Contract will be at least
two years.
The Purchaser shall promptly notify the Vendor in writing of any claims arising under this
warranty.
Upon receipt of such notice, the service provider shall, with all reasonable speed, do the
needful regarding the unaccepted service without cost to the Purchaser.
If the service provider, having been notified, fails to correct the unacceptable service within
a reasonable period, the Purchaser may proceed to take such remedial action as may be
Page 22 of 32
necessary, at the service provider’s risk and expense and without prejudice to any other
rights which the Purchaser may have against the service provider under the Contract.
21.10 PAYMENT
Payment will be made after receipt by the purchase of the service provider’s invoice
together with all required documents confirming satisfactory service has been rendered.
Payment for the Services shall be made: Thirty (30) days after delivery and acceptance of
the services rendered;
21.11 SIGNATURE OF CONTRACT AND AMENDMENT OF THE CONTRACT
No variation in or modification of the terms of the Contract shall be made except by written
amendment by the parties. At the same time as Municipality notifies the successful bidder
that its bid has been accepted, Municipality will send the bidder the Acceptance list
indicating all the items, unit prices, extended prices and lead times. As soon as practically
possible, but not more than five (5) days following receipt of the Contract, the successful
bidder shall sign and date the Contract and return it to the Municipality.
21.12 SUBCONTRACTORS
The Supplier shall notify the Purchaser in writing of all subcontracts awarded under the
Contract if not already specified in its bid. Such notification, in the original bid or letter, shall
not relieve the Supplier from any liability or obligation under the Contract.
21.13 DELAYS IN THE SUPPLIER’S PERFORMANCE
Delivery of the Services shall be made by the Vendor in accordance with the Agreement
that would be agreed upon by all parties.
An unexplained delay by the vendor in the performance of obligations shall render the
vendor liable to any or all of the following sanctions: imposition of liquidated damages,
and/or termination of the contract for default. The purchaser can also procure the service
from other sources and charge the supplier for any excess costs.
21.14 TERMINATION FOR DEFAULT
The Purchaser may, without prejudice to any other remedy for breach of contract, by written
notice of default sent to the Vendor, terminate the Contract in whole or in part:
Page 23 of 32
(i) If the Vendor fails to deliver a service within the time specified in the Contract or any
extension thereof granted by the Purchaser; or
(ii) If the Vendor persistently fails to deliver a good service
(iii) If the Vendor fails to perform any other obligation(s) under the Contract; or
(iv) If the Vendor, in the opinion of the Purchaser, has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract. For the purpose of this clause:
“corrupt practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of an official in the procurement process or in contract execution; and
“fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the Purchaser, and
includes collusive practice among Bidders (prior to or after bid submission) designed to
establish bid prices at artificial non-competitive levels or levels to deprive the Purchaser of
the benefits of free and open competition”.
(v) In the event that the Purchaser terminates the Contract in whole or in part, the
Purchaser may seek similar services to those not delivered, and the Vendor shall be
liable to the Purchaser for any excess costs for such similar services till a contract with
another Vendor has been issued. If the Vendor fails to reimburse the Purchaser for such
excess costs within a reasonable period, the Purchaser may seek specific performance of
the Contract.
21.15 TERMINATION FOR INSOLVENCY
The Purchaser may at any time terminate the Contract by giving written notice to the
Supplier, without compensation to the Supplier, if the Supplier becomes bankrupt or
otherwise insolvent, provided that such termination will not prejudice or affect any
right of action or remedy which has accrued or will accrue thereafter to the Purchaser.
21.16 TERMINATION FOR CONVENIENCE
The Purchaser may, by written notice sent to the Vendor, terminate the Contract, in whole
or in part, at any time for its convenience. The notice of termination shall specify that
termination is for the Purchaser’s convenience, the extent to which performance of the
Contract is terminated, and the date upon which such termination becomes effective.
Page 24 of 32
21.17 RESOLUTION OF DISPUTES
The Purchaser and the Supplier shall make every effort to resolve amicably by direct
informal negotiation any disagreement or dispute arising between them under or in
connection with the Contract. If, after thirty (30) days from the commencement of such
informal negotiations, the Purchaser and the Supplier have been unable to resolve
amicably a Contract dispute, either party may require that the dispute be referred for
resolution to the formal mechanisms specified below:
(i) In the case of a dispute between the Purchaser and a Supplier, the dispute
shall be referred to adjudication/arbitration in accordance with the Appropriate Act
(ii) In the case of a dispute between the Purchaser and a foreign Supplier, the
dispute shall be settled by arbitration in accordance with the provisions of the United
Nations Commission on International Trade Law (UNCITRAL) Arbitration
Rules.
21.18 COLLUSIVE BEHAVIOUR
A bidder must not (and shall ensure that its directors, employees, subcontractors,
consortium members, advisers or companies within its group do not):
a. fix or adjust any element of the bid by agreement or arrangement with any
other Person; or
b. communicate with any person other than the Municipality the value, price or
rates set out in the bid or information which would enable the precise or
approximate value, price or rates to be calculated by any other person; or
c. enter into any agreement or arrangement with any other person that such
other person shall refrain from submitting a bid; or
d. share, permit or disclose to another person, access to any information relating
to the bid (or another bid to which it is party) with any other person; or
e. enter into any agreement or arrangement with any other person as to the
amount of any bid submitted; or
f. offer or agree to pay or give or does pay or give any sum or sums of money,
inducement or valuable consideration directly or indirectly to any other person
for doing or having done or causing or having caused to be done, in relation to
any other bid or proposed bid, any act or omission
Page 25 of 32
ANNEXURE 1
Form of Bid-Securing Declaration
[The Bidder shall fill in this Form on their letterhead and in accordance with the
instructions indicated.]
Date: [date (as day, month and year)]
Bid No.: [number of bidding process]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To: The MUNICIPAL COUNCIL OF MANZINI Tender Board
MUNICIPAL COUNCIL OF MANZINI
NGWANE /NKOSELUHLAZA STREET
P. O. BOX 418
MANZINI
ESWATINI
We, the undersigned, declare that:
We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration.
We accept that we will automatically be suspended from being eligible for bidding in any contract with the Purchaser for the period of time of [number of months or years] starting on [date], if we are in breach of our obligation(s) under the bid conditions, because we:
(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid; or
(b) having been notified of the acceptance of our Bid by the Purchaser during the period of bid validity, (i) fail or refuse to execute the Contract; or (ii) fail or refuse to furnish the Performance Security, if required, in accordance with the ITB.
We understand this Bid Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of our Bid.
Name of the Bidder*
Name of the person duly authorized to sign the Bid on behalf of the Bidder** _______
Title of the person signing the Bid ______________________
Signature of the person named above ______________________
Page 26 of 32
Date signed ________________________________ day of ___________________, _____
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as
Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder attached to
the Bid
[Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all
members to the Joint Venture that submits the bid.]
Page 27 of 32
ANNEXURE 2
MONITORING AND EVALUATION
OBJECTIVES
As it is highlighted in the introduction of the RFP, Council’s objective is to effectively and
efficiently provide public order, safety, security and nuisance abatement for improved
quality of life in the city.
Briefly, monitoring involves the routine process of data collection and measurement of
progress towards programme objectives and or goals while evaluation involves a process
that attempts to determine systematically and objectively as possible, the relevance,
effectiveness and impact of activities and projects in the light of objectives. In addition to the
terms and reference as well as duties mentioned, this serves to provide a guide for the
private security company in executing its duties in terms of the expectations. As monitoring
and evaluation is concerned, this would help the security company in improving the
efficiency and effectiveness of their work, by being able to identify problems and challenges
and their causes as well as suggest possible solutions to problems.
The monitoring and evaluation guide would be structured according to the following
categories which are first defined / explained;
Activities – refers to the actual duties or activities that are supposed to be carried out as
well as other matters related to carrying out these duties effectively.
Indicators – refers to set standards or ways as well as expectations that would indicate or
can show evidence that the activities / duties are carried out.
Monitoring Methodologies – refers to the methods or instruments as well as data sources
that would help verify the indicators.
Page 28 of 32
ACTIVITIES INDICATORS (EXPECTATIONS) MONITORING METHODOLOGIES
(DATA SOURCE)
ILLEGAL STREET VENDING
Illegal street vendors carrying
business in undesignated zones
without valid permits issued by
Council.
- Number of arrests indicated in
daily/monthly reports & police
records
- Decline in number of illegal
vendors
- Review of records/reports
- Direct observations
- Field visits/ inspections
Dealing with legal vendors conducting
catering business using paraffin flame
stoves within the bus rank.
- Offenders being reported to
Council and police
- Arrests and impounded materials
- Observations
- Site visits & inspections
Dealing with those illegal vendors
selling wares from vehicles/bakkie
stationed on public parking bays.
- Offenders being stopped
operating and reported to police
- No vehicle/bakkie found selling on
parking bays
- Site visits & inspections
Dealing with people
conducting/operating car-washing
illegal mechanics businesses without
permits.
- Arrests
- No illegal people doing car-
washing businesses
- Direct observations during site visits
and inspections
Dealing with vendors who are not up
to date with payments of permit fees.
- Closure of stalls
- Payment of debts
- Schedule updates
- Comments from vendors
Enforcement of law; Helping in curbing
pick pocketing in the city, public
indecency and other criminal activities.
- Number of arrests - Daily / monthly status reports
- Interviews of service providers
- Police records
Patrolling of streets, parks, public
places and townships
-Visibility of security personnel Spontaneous site patrols
Public indecency Number of arrests
Decline in number of offenders
Status reports
Direct observations
Joint operations to raid hot spots for
illegal drug selling.
Number of operations Joint operations with Royal Eswatini
Police
NUISANCE ABATEMENT ARREST
Dealing with shops displaying goods
outside and playing loud music.
- Controlling of noise nuisance in
- Number of shop owners warned
and arrested.
- No shops displaying goods
- Interaction with service providers
- Practical observations
Page 29 of 32
townships outside
- No property owners playing loud
music, especially during the night
Dealing with illegal advertising
banners put up without Councils
authority.
- Bringing down illegal
advertisements.
- Number of pulled down banners
and posters
- Site visits and inspections
Effectiveness in response to
instructions and attending to other
issues
- Response in other duties and
emergency situations even outside
scope of work
- Observations of post-actions
- Comments and interaction with other
stakeholders
Communication, working in
cooperation and in liaison with Council
officers.
- Monthly review meetings
- Daily strategic meetings
- Review meetings minutes
- Effectiveness of daily strategic
meetings minutes
- Interactions and one-on-one
discussions
CONTROL OF STRAY ANIMALS
The controlling of stray animals/
livestock within the city to the Council
Pound.
- Impounding of livestock
-Patrolling and identification of stray
animals within the townships and
city center.
- Site visits, observations and
inspections.
- Site patrols
Controlling of stray dogs Developed and implementation of a
plan to deal with stray dogs
Number of stray dogs impounded
or eliminated.
Spontaneous community visitations
CONTROL OF ILLEGAL DUMPING
The controlling of littering in public
places
Number of cases of arrests made
for illegal dumping
Site patrols
Monitor there be no display of litter
before schedule time
Number of offenders arrested for
putting litter in public places
Number of identified areas of litter
displayed in public places
Site patrols
MAINTANANCE OF PUBLIC ORDER
Ensure all public gatherings are
permitted.
Public gathering reports Site patrols
Collect intelligence on public meetings
and gatherings planned
Reports on planned illegal meetings
and gatherings
Reports received from company
Page 30 of 32
OPERATIONAL MANAGEMENT
Reports on updates on operations Reports Receive reports on operations
Arranged Meetings Minutes Have arranged meetings
Maintain good Work performance Spontaneous feedbacks reports Spontaneous patrols
Competent personnel Academic credentials records for
personnel
Spontaneous Academic track record
audit
Staff deployment - Security patrolling the entire city
- Actual number of guards deployed
- Observations during checks
(management by walking around)-
Council security supervisors checking
morning parades
- Signed deployment sheets
Maintaining proper records of all daily
occurrences and preparing reports.
- Daily/weekly and monthly reports - Submission of daily/ weekly and
monthly reports
SUPPORT SERVICES FOR ENVIRONMENTAL HEALTH MANAGEMENT
Identification of overgrown plots
/properties and other nuisances;
Number 0f plots/properties
identified for overgrowth
Patrols, submitted reports;
daily/weekly or monthly
Identification, reporting and serving of
notices to non-complying properties to
the city laws, policies and bylaws;
-Number of notices served per
month
Site Patrols, reports
Identification of Illegal dumpsites; Number of identified dumpsites Site patrols, reports
Conduct general investigations of
illegal dumpers and arrests.
Number of arrests made per month Reports
Identification of waste /liquid waste
and water spillages on pavements
Number of notices and arrests
made for people causing spillages.
Site patrols
Page 31 of 32
ANNEXURE 3
An attachment of the map of the Municipal boundaries to be covered during the course of
service
Page 32 of 32