TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering...

42
TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY AND A COMPREHENSIVE BUSINESS PLAN FOR THE DEVELOPMENT OF THE CLOTHING AND TEXTILE SPECIAL ECONOMIC ZONE IN KWAZULU-NATAL REFERENCE NUMBER: 3410/2019/01 General Enquiries: Ms. Zodumo Ngidi Tel: 031 368 9600/33 Email:[email protected] Technical Enquiries: Mrs. Fathima Amra Tel: 031 368 9600/32 Email: [email protected] Procurement Enquiries: Mr. Matthew Canham Tel: 031 368 9607 Email: [email protected]

Transcript of TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering...

Page 1: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY AND A COMPREHENSIVE

BUSINESS PLAN FOR THE DEVELOPMENT OF THE CLOTHING AND TEXTILE SPECIAL

ECONOMIC ZONE IN KWAZULU-NATAL

REFERENCE NUMBER: 3410/2019/01

General Enquiries:

Ms. Zodumo Ngidi

Tel: 031 368 9600/33

Email:[email protected]

Technical Enquiries:

Mrs. Fathima Amra

Tel: 031 368 9600/32

Email: [email protected]

Procurement Enquiries:

Mr. Matthew Canham

Tel: 031 368 9607

Email: [email protected]

Page 2: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 2

1. Introduction

Trade & Investment KwaZulu-Natal (TIKZN) is a provincial trade and investment promotion public entity, mandated by the Department of Economic Development, Tourism and Environmental Affairs to promote the province as an investment destination and to promote trade by assisting KwaZulu-Natal (KZN) based companies to identify local and international markets to export their products.

1.1. Project Purpose The purpose of this Request for Proposal (RFP) is to solicit the services of the service provider with the extensive knowledge in property development for the establishment of the proposed Special Economic Zone. Prospective bidders can include a firm or consortium of firms or a consortium of individual experts.

1.2. Consultant’s Terms of Reference It is the intention of TIKZN to enter into a formal Service Level Agreement with the successful Service Provider to provide the services described hereunder. The Terms of Reference (ToR) would serve to guide the process of selecting and appointing a qualified service provider by ensuring a match between the project requirements, knowledge and experience of the service provider. The ToRs clearly outline the scope of service and the deliverables in order to ensure the wellness programme is to the satisfaction of TIKZN. These ToRs and the consultant’s proposal will form the basis of the service level agreement to be entered into between the parties.

1.3. Project Objectives

1.3.1 Background The Provincial Government of KwaZulu-Natal (KZN) has crafted the Provincial Growth Strategy, which aligned to the National Development Plan (NDP) in charting the course into 2030. The province has identified that the realisation of the strategy will best work through the realisation of the Provincial Spatial Economic Development Strategy which incorporates the Special Economic Zones (SEZ) programme. With the announcement by President Cyril Ramaphosa during his February 2019 State of the Nation Address (SONA) that a Special Economic Zone dedicated to Clothing and Textile (CMT) should be established in South Africa. This prompted the already well entrenched work done by the Province that had already been undertaken through research, plans, studies and programmes giving KZN the advantage to applying for this “Sector Development Zone” type SEZ. The establishment of the Clothing and Textile SEZ is in line with the Industrial Policy Action Plan (IPAP) which identifies clothing and textile sector as the priority sector that must be supported by government. In line with the Industrial Policy Action Plan (IPAP), National Growth Path (NGP) and the National Development Plan (NDP), the KwaZulu-Natal Department of Economic Development, Tourism and Environmental Affairs (EDTEA) aims to

Page 3: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 3

continue fostering its efforts to create employment and support clothing and textile manufacturing by establishing a strong industrial base in KwaZulu-Natal. EDTEA believes that the establishment of Special Economic Zone will revitalize the clothing and textile sector by benefiting manufacturers to the incentives associated with the Special Economic Zone. The prime purpose of the CMT SEZ will be to attract export-oriented clothing and textile manufacturing investment that will accelerate economic growth, create new jobs and sustain existing employment. It is envisaged that the proposed SEZ will develop an industrial estate geared to: ➢ Attract local and foreign investors who will beneficiate South Africa's raw materials; ➢ Create production capacity; ➢ Provide services; and ➢ Improve the skills base and create employment ➢ to change the current trading conditions of the local entrepreneurs, create more value chain business

opportunities within the local areas and to create a link between established corporate enterprise and existing small and micro enterprise.

Given the potential positive impact of the proposed SEZ on both the economic and socio-economic development, the need to proceed with the development of the business case should be further explored and business plan for the Special Economic Zone (Ezakheni or Mooi River) be developed based on the project objectives/factors and the broader context of economic development.

1.3.2 Overall Objective

The Clothing and Textile Industry in South Africa and KwaZulu-Natal continues to face immense pressure with regards to its competitiveness levels. This is in relation to high levels of foreign competition; currency volatility; illegal imports or cheaper imports from the East and compliance issues amongst others. These have adversely impacted the employment potential of the clothing and textile industry. While some of the causes may be attributed to the forces of globalization, there may be an opportunity to devise local initiatives such as SEZs to safeguard the industry and protect jobs.

The Special Economic Zone (SEZ) is one of the most important tools used by government to advance its strategic objectives of industrialization, regional development and employment creation. Moreover, the Special Economic Zones can assist in improving attractiveness of KwaZulu-Natal as a destination for local investment and foreign direct investment. In view of this KwaZulu-Natal has developed two Special Economic Zones, Dube Tradeport and Richards Bay Industrial Development Zone.

The Overall Objective of the Project is:

➢ To ensure that the Clothing and Textiles Industry in KZN is protected from forces of globalisation. ➢ To attract foreign direct investment in the value chain of CTFL sector. ➢ To enhance the competitiveness of the industry to support exports. ➢ To stimulate new growth developments related to technology and raw material development. ➢ To ensure sustainable job creation and small businesses development. ➢ To introduce new areas of skills development in the sector. ➢ To ensure that the project enhances the transformation agenda of government.

1.3.3 Specific Objectives

The specific objective of this RFP is to secure the services of suitable and experienced Service Provider to conduct the site audit analysis which will be referred to Phase 1, on two sites Mooi River in the uMgungundlovu region and Ezakheni in the uThukela region, after which the service provider will provide a recommendation as to which

Page 4: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 4

site is most suitable to then develop Phase 11, a feasibility on the preferred site. After which a comprehensive a business plan must be developed in Phase111. All progress will be reported on a regularly basis to the Clothing & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade & Investment (thedti) and other relevant organisations. (Refer 1.6 e). THE dti has specific requirements that will need to be considered in the site analysis, feasibility and business plan model, this information is provided in Annexure 1.

Phase I Site Audit Analysis This phase aims to understand the current status of the two sites identified, surrounding infrastructure and the economic potential of the SEZ, to compare these against a set of critical factors for success. The specific objectives of this phase of the project is: ➢ To conduct site appraisal for specified existing site(s) and availability of such for the proposed

development. ➢ To investigate the zoning requirements that exist and the timeframes if it will need to be converted

to industrial land use. ➢ Ownership of land and easy access for the development must be analysed. ➢ Investigate the environmental analysis for the proposal. ➢ Must indicate the extent to which the land is unencumbered or under the control of project owner

to be considered for designation as a Special Economic Zone. ➢ The size of the land/area that is applied for designation. ➢ Who owns the land earmarked for the SEZ and how will the SEZ entity exercise control over it? ➢ Provide a report to the PSC with the findings and recommended site.

Phase II Feasibility Study

In the development of the feasibility study including the site assessments and specific focus on the preferred site and again taking into consideration thedti’ s criteria (Annexure 1), the following key areas must be considered in the development of the study to further enhance the application for Special Economic Zone status for one of the sites:

➢ Strategic Focus: In the application for a designated area to be given Special Economic Zone status, it must demonstrate that it will further governments industrial development objective.

➢ The application for the SEZ is for the Clothing Textile Leather Footwear Special Economic Zone industrial cluster.

➢ Rational for the industrial cluster. ➢ Details of the value chain of the industrial cluster and why? ➢ Analysis of the market of the proposed industrial cluster from the perspective International,

regional and domestic size. ➢ Investigate the current trends and innovation in Textile development, the use of digital and other

latest technology, elements of a research and development component with the SEZ, specialization of textile developments. This exercise can benchmark with countries that have a competitive advantage in Clothing & Textile sector globally.

➢ What is the comparative and competitive advantage of the proposed SEZ with regards to the industrial sector being proposed?

➢ To provide a comprehensive feasibility study that will form the basis of the next phase in the business plan development.

Page 5: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 5

Phase III Business Plan Model ➢ To develop a comprehensive business plan that will clearly articulate the following: ➢ A detailed conceptual model of the elements that could form part of the SEZ that will give KwaZulu-

Natal the competitive edge in the sector at a National and Internationally level. ➢ Identify some of key countries that KZN could work with during the implementation phase. ➢ To provide recommendations on the business model that will be best suited for this development

in line with Annexure 1. ➢ To provide a full financial feasibility for the proposed development.

1.4. Scope of Services In order to accomplish the above objectives, TIKZN envisages the scope of work for the service providers to include the following activities:

1.4.1. Site Appraisal

In terms of criteria for SEZ it is imperative that the land available is unencumber up to 100 hectares or more,

essentially the mandatory requirements are e.g. EIA, zoning to be in place, etc. Should the identified land require

various technical reports a detailed breakdown of these must be provided for each site.

➢ To do a full audit of the two proposed sites i.e. Ezakheni & Mooi River. ➢ Investigate the existing levels of infrastructure and services with respect to the proposed sites in

order to inform the levels of infrastructure required. ➢ Review the proposed sites and make recommendations with respect to zoning and environmental

requirements. ➢ Geo-technical, town planning and traffic analysis for proposed site development. ➢ Regulatory issues, permits and authorizations required for proposed sector development for each

site. ➢ Conduct a primary survey of the area to develop understanding of existing facilities/buildings to

design the best possible use of the area.

1.4.2. Identify Environmental Assessment Interventions ➢ Describe aspects of the environment that may be affected by the proposed facility. ➢ Describe the need and desirability of the proposed SEZ and any reasonable alternatives identified,

including advantages and disadvantages that the proposed site development and alternatives will have to the environment.

➢ Propose any environmental management and mitigation measures in favour of the proposed SEZ facility.

NB: Prior to proceeding with the conduction of 1.4.3. below, recommendation of the most suitable site available for the development of this project must be made to PSC for approval, considering the findings of the above activities.

1.4.3. Conduct Economic and Financial Analysis ➢ Develop a detailed financial plan that incorporates the following: ➢ Capital expenditure detailing the construction costs/upgrade, building layout, water and electricity

and additional infrastructure in terms of SEZs (offices, warehousing, mini factories etc.). ➢ Detailed financial plan to determine whether the proposed development is viable and sustainable

based on realistic budget projections, and projected revenue streams.

Page 6: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 6

➢ Risk analysis of the proposed developments. ➢ Detailed revenue generation model e.g. Rent and Lease Revenue ➢ To develop a design concept for the SEZ including reviewing any existing concepts, reports, layouts

and architectural drawings.

1.4.4. Infrastructure Development ➢ Mechanical, Electrical, Civil and Structural services. ➢ Standard, modular buildings design with flexibility to allow for customised layouts – industrial, retail

and common areas. ➢ Town planning and traffic impact analyses. ➢ Any legal matters related to the project, including spatial planning, construction permits, other

permits and licenses that maybe required by law to implement the project. ➢ Finalisation of technical issues pertaining to length, size, area of infrastructure, location, materials

etc. ➢ Architectural and quantity surveying analyses. ➢ SEZs developmental programme/phasing.

1.4.5. Concept Development ➢ Prepare designs and specifications by Architects on the proposed site, providing recommendations

in terms of the ideal size and composition. ➢ Technical documentation pertaining to infrastructure development such as roads, parking, offices,

conference etc. ➢ Logistics and freight management, freight consolidation, warehousing, truck staging etc. ➢ Centralised services such as research and development, skills development centre, testing

laboratories etc. ➢ Transport and logistics.

1.4.6. Recommended Business Model ➢ Provide a detailed business model that considers all information and alternatives to determine the

feasibility of the sites and provide a rationale to substantiate the recommendation on the whether to proceed with developing a comprehensive business plan for the proposed development.

➢ It is important that the following aspects are addressed: - ➢ Financial model that details the costs and returns to the project; ➢ Operational model that outlines the operational process; ➢ Institutional model that identifies the most suitable institutional and partnership agreement; ➢ Socio Economic model that outlines the impact of the proposed development on the study area i.e.

how will the project uplift local small business; ➢ Risk management model that highlights the risks and mitigating strategies to combat those risks. ➢ Investigate the possibility of setting up a Vertical Mill ➢ Investigate raw materials from plant fibres for textiles – e.g. hemp and other plants. ➢ As a benchmarking exercise a study tour to assess best practice should be part of the

recommendations.

1.4.7. Final Report ➢ The successful Service Provider will prepare a project master plan that will be incorporated into the

final report.

Page 7: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 7

1.5. Outputs and Deliverables

1.5.1. Inception Report A report that will detail the focus of support as well as the associated outputs, the support that will be provided,

the detailed methodology that will be followed, all the logistical arrangements and a detailed activity-based

work-plan with clearly defined deliverables. The proposal would provide phases of work, milestones and

payment schedules linked to phases and milestones of deliverables for the scope of services.

1.5.2. Concept Development Report The conceptual development of the SEZ for sites development, infrastructure development, proposed

developmental phases, business and risk management model.

1.5.3. Feasibility Study – to include market and financial feasibility as per the scope above.

1.5.4. Final Report - must cover all the aspects indicated above.

1.6. Methodology The Service Provider/s proposal must outline the methodology they intend adopting to meet the deliverables specified in 1.5 above. This outline should cover the following questions:

a) Indicate how the key deliverables will be carried out, with guidelines and timelines for rendering the services.

b) Provide a detailed budget for the project which must also outline a sign off and payment schedule. c) The Service Provider is expected to put clearly defined targets in line with the scope of work. The budget

breakdown would therefore be linked to the target and outputs, milestones and timing thereof and the schedule of costs and payments.

d) The Service Provider and related associates should prove affiliation to professional bodies. e) The service provider will report to a TIKZN led Project Steering Committee (PSC) which will be chaired

by TIKZN/EDTEA and comprise of relevant TIKZN officials, DTI officials, ITHALA, EDTEA, Local/District Municipalities and any other entity that TIKZN deems crucial to the implementation of the projects. The Project Steering Committee Meetings will take place on a bi-monthly basis. The appointed service provider is expected to undertake all administrative functions for the meetings viz: Agenda, Meeting Notifications, Attendance Register, Minutes and Reports, etc.”

KINDLY NOTE THAT A FAILURE TO EXPRESSLY COVER THIS IN YOUR PROPOSAL MAY RESULT IN YOUR PROPOSAL BEING REJECTED WITHOUT FURTHER CONSIDERATION.

1.7. Anticipated Timeframes

1.7.1. The proposed timeframe for the project completion, from inception date is 6 months.

1.8. Proposal Requirements, Expertise and Competence 1.8.1 Proposals must be clear and concise, comprehensive and directly address the specifics of the

proposed scope. The Service Provider will, in combination with their capability descriptions and

candidate resumes, demonstrate their experience in providing similar services on prior assignment

by providing references from other clients.

Page 8: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 8

1.8.2 The Service Provider shall describe its approach and plans for accomplishing the work outlined in

Section 1.4 above (Scope of Service). The Technical Proposal must consist of the following:

➢ Cover Letter

The Service Provider must include a cover letter which indicates the full names and address of the firm

that will perform the services described in this RFP. The cover letter should also indicate the state of

incorporation of the Service Provider and list all licenses or accreditation obtained by the firm enabling

it to operate. The cover letter should express the Service Provider’s interest and serve as an executive

summary of the proposal and should also include identification of any and all sub-consultants or

contractors of the Service Provider if any.

➢ References

The Service Provider must provide at least three (3) client references applicable to the scope of

services, with contact names, telephone number and email addresses.

➢ Description of the Service Provider’s Prior Experience

Through a response to the specific requests below, the Service Provider should clearly state its skills

and experience in a manner that demonstrates its capability to complete the service required. If

applicable also highlight projects in which members of your proposed project team have worked

together. Please indicate for each project which you list, the scope of the project, value of the contract

and the location of the project.

➢ Management Overview and Approach

The Service Provider shall set forth its overall technical approach and plans to meet the requirement

of the RFP in a narrative format covering key issues. This narrative should convince TIKZN that the

Service Provider understands the objectives that the engagement is intended to meet, the nature of

the required work and the level of effort necessary to successfully complete the engagement.

The Service Provider shall also set forth a detailed work plan indicating how each task in the service

required, timelines and how the major milestones will be accomplished. Mere reiterations of the tasks

and subtasks set forth in the terms of reference are strongly discouraged, as they do not provide insight

into the service provider’s ability to complete the engagement. The Service Provider response to this

section should be designed to convince the Bid Committee’s that the Service Providers’ detailed plans

and proposed approach to complete the scope of service are realistic, attainable and appropriate and

the Service Provider’s proposal will lead to successful completion of the engagement to provide the

services requested pursuant to this RFP.

➢ Key Team Member List

The organization chart must include all Key Team Members, their levels or category and titles for this

engagement and the organisation they represent in the event of the “Joint Venture”. The Service

Provider must list each Key Team Member and the percentage of time each Key Team Member will

spend on this engagement.

Page 9: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 9

➢ Resume of Key Team Members

The Team Members are requested to provide the following information as detailed below:

▪ The Service Provider is requested to provide number and type of employees with technical expertise dedicated to the proposed work-plan.

▪ Sample Curriculum Vitae for all proposed personnel who will be assigned to perform the scope of services contained in this RFP. The information provided from the resumes will be used as a key consideration in the section process.

▪ The team should also be managed by the Lead Consultant and the team should have the necessary skills and experience including time to complete the assignment satisfactorily.

▪ The team should demonstrate in their resumes to have the following expertise but not limited to: - ❖ Sector Specialists – Clothing & Textiles and specialist in Special Economic Zones

Development ❖ Property Development Economist ❖ Town Planner ❖ Environmental Consultant ❖ Geotechnical Engineer ❖ Land Surveyor ❖ Architecture ❖ Quantity Surveyor ❖ Electrical and Mechanical Engineer ❖ Civil and Structural Engineer

1.8.3 Proposed Technical Team Profile The qualifications, skills and experience of the proposed experts will be assessed in three ways:

➢ Qualifications and Professional Registration – which includes all the formal recognised qualifications and professional registration the proposed experts have achieved.

➢ General Professional Experience – referring to the totality of professional working experience and the positions held and;

➢ Specific Professional Experience – referring to the specific experience of the experts in a sector, field and/or subject that is related to the scope of work and the proposed role of the experts.

For each Proposed Expert a concise CV must be submitted.

NOTE: Approach to the replacement of personnel when TIKZN is dissatisfied with the performance of an individual assigned by the Service Provider.

1.8.4. All the above items must be addressed in the submission in the same order as stated above. Each Service Provider’s Technical Proposal will be evaluated based upon the Evaluation Criteria enumerated in the Functionality Criteria below.

1.8.5. Proposed Technical Team Profile – the qualifications, skills and experience of the proposed team will be assessed, and each expert must submit a concise CV.

1.9 Instruction to Service Providers

Page 10: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 10

The services required by Trade & Investment KwaZulu-Natal are described in these Terms of Reference and therefore all applicable annexures which are listed as mandatory must be comprehensively covered in your proposal.

1.10 Alterations or Withdrawal of Proposals Service Providers may withdraw their proposals by written notification on or before the closing date.

1.11 Costs for Preparation of RFP / RFQ Proposal The costs incurred by the Service Provider in respect of the attendance of any briefing or presentation meetings or costs incurred in preparing any proposal will be borne by the Service Provider and Trade & Investment KwaZulu-Natal shall in no way be liable to reimburse the Service Provider for such costs incurred.

1.12 Ownership of RFP / RFQ and Presentations Trade & Investment KwaZulu-Natal shall on receipt of any proposal relating to this RFP / RFQ and submitted in accordance with this RFP / RFQ procedure, become the owner thereof and Trade & Investment KwaZulu-Natal shall not be obliged to return any proposals to Service Providers who request such a return.

1.13 Confidentiality The entire process of calling for proposals as initiated by Trade & Investment KwaZulu-Natal in terms of its procurement policy is confidential. All deliberations in respect of the acceptability or otherwise of the proposals shall be conducted in closed sessions and members of the Evaluation, Bid Adjudication and Procurement Committee is bound by confidentiality. 1.14 Ethics Any attempt by a Service Provider to obtain confidential information, or enter into unlawful agreements with competitors or influence the Evaluation and / or the Bid Adjudication and / or Procurement Committee of Trade & Investment KwaZulu-Natal during the process of examining, evaluating and comparing proposals will lead to the rejection of its proposal in its entirety. The Service Provider must declare any business or other interests it has with Trade & Investment KwaZulu-Natal or any employee of Trade & Investment KwaZulu-Natal, failing which the Service Provider shall be automatically disqualified from further participation in the RFP / RFQ. 1.15 Cancellation of Bid Procedure TIKZN shall be entitled, within its sole and entire discretion, to cancel this RFP / RFQ at any time and shall notify the Service Providers accordingly. TIKZN shall in no way be liable for any damages whatsoever, including, without limitation, damages for loss of profit, in any way connected with the cancellation of this RFP / RFQ procedure. The publication of an invitation to call for proposals does not commit TIKZN to appoint any of the qualifying Service Providers.

2. Required Expertise and Competencies

The Service Providers proposal must outline the expertise and competencies on offer and should expressly detail their previous experience with similar projects of this nature. This may be supported by the CV’s of the team or

Page 11: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 11

management. To achieve the scope of work, the service provider/s appointed to undertake this project, should demonstrate the following key competencies:

a) Comprehensive knowledge and proven track record of expertise and experience; b) Capacity, expertise and applicable resources to render the services throughout the contract period; c) Key personnel on programme must be suitably qualified relevant to the professional capacity in

which they are engaged by the service provider KINDLY NOTE THAT FAILURE TO FULLY COVER THIS IN YOUR PROPOSAL MAY RESULT IN YOUR PROPOSAL BEING REJECTED WITHOUT FURTHER CONSIDERATION.

3. Supporting Documentation

Service Providers are required to submit the following documents:

a) An original valid Tax Clearance Certificate must be submitted with the bid proposal. (Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of the bid proposal. Certified copies of the Tax Clearance Certificate will not be acceptable). In bids where Consortia /Joint Ventures/Subcontractors are involved each party must submit a separate valid Tax Clearance Certificate.

b) Verifiable references. c) B-BBEE Verification Certificate (would be an advantage). d) Annexure A - STANDARD BID DOCUMENT FORM (SBD1). e) Annexure B - DECLARATION OF INTEREST FORM (SBD4). f) Annexure C - PREFERENTIAL POINTS CLAIM FORM (SBD6.1). g) Annexure E - PRICING SCHEDULE FOR PROFESSIONAL SERVICES FORM (SBD3.1). h) Annexure F - CONTRACT FORM – RENDERING OF SERVICES (SBD 7.2) i) Annexure G - CERTIFICATE OF INDEPENDANT BID DETERMINATION FORM (SBD9). j) Annexure H - AUTHORITY TO SIGN A BID FORM. k) Annexure I - DECLARATION OF BIDDERS PAST SUPPLY CHAIN MANAGEMENT PRACTICES (SBD8).

KINDLY NOTE THAT FAILURE TO SUBMIT THE MANDATORY DOCUMENTS LISTED IN ANNEXURES (A, B, E, F,G, H, AND I) WITH THE PROPOSAL WILL RESULT IN YOUR PROPOSAL BEING REJECTED WITHOUT FURTHER CONSIDERATION.

4. Preferential Procurement

In compliance with the preferential public procurement laws applicable to TIKZN and in terms of TIKZN’s procurement policy, preferential points will be awarded to Service Providers who demonstrate BEE in its management and ownership structures. In this regard Service Providers are required to expressly cover this in their proposals and state their BEE management and ownership status. Service providers should al so include specific accreditation information where applicable. NB: Companies must define whether they comply with the following categories of targeted groups:

a) Black African owned and percentage owned b) Women owned entities and percentage owned c) Youth owned entities and percentage owned

Page 12: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 12

5. Service Level Agreement

The acceptance of any proposal shall only be confirmed with the conclusion of a written service level agreement between TIKZN and the Successful Service Provider, in terms of which the rights and duties of the parties are recorded, which agreement shall regulate the relationship between TIKZN and the Successful Service Provider. Until such time that an appropriate service level agreement has been concluded between TIKZN and successful Service Provider, no rights shall be conferred nor, shall any legitimate expectations be conferred to the successful Service Provider to carry out the works or services provided for in this call for proposals.

6. Submission of Proposals

6.1 Bidders must respond to the RFP as follows: a) Submit the RFP response and all documents (attachments) for Part 1 to 2 (see 7.5 below) b) Submit hard copies and electronic copy at the Tender box situated at the Ground Floor, TIKZN Offices. c) Submit any RFP queries via email to [email protected] /[email protected]

6.2 Bidders must submit the RFP to TIKZN in the following format:

a) One (1) original hard copy clearly marked as “original”; b) One (1) duplicate hard copy clearly marked as “copy”; c) One (1) duplicate electronic copy (Part 1 to Part 2) to be PDF format on either a CD/ DVD/Memory

stick to the TIKZN tender box by the closing date (on Page 11) and time (12h00) of the bid invitation. Non-compliance with 6.1 and 6.2 above may invalidate the bidder’s RFP response.

6.3 Any discrepancies between the electronic bid (Part 1 to 2) and the hard copy (Part 1 to 2) may invalidate the RFP bid response for the above-mentioned goods and services in question. All CDs/DVDs/Memory sticks should be clearly marked with the Tender reference number and bidder’s name.

6.4 Bidders’ attention is also drawn to the sequential format in which their RFP bid response must be

submitted:

Part 1 ADMINISTRATIVE COMPLIANCE Completed bid documents and all bid returnables

Part 2 TECHNICAL FUNCTIONALITY

• Part 2a: Functional Requirements (as per 10.2 below)

• Part 2b: Capability and Capacity Requirements (as per 10.2 below)

• Part 2c: Pricing

7. Fee Structure

Page 13: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 13

TIKZN reserve the right to negotiate any aspect of the proposed fees and disbursements with the preferred Service Provider and shall not to bind to the fees and disbursements submitted by any Service Provider.

8. Evaluation Criteria

Evaluation will be carried out on the Functionality and the Preferential Point System (B-BBEE Status Level of Contribution and Price). The following preference point systems are applicable to all bids: a) The 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes included). b) The 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).

9. Value of Bid

The value of this bid is estimated not to exceed R50 000 000 (all applicable taxes included) and therefore the 80/20 system shall be applicable.

10. Preference Points

The preference points awarded for this bid shall be for: a) Price and B-BBEE status level of contribution. b) The maximum 100 points which includes the Price and the B-BBEE status level of contribution.

11. Adjudication Using a Point System

a) The bidder obtaining the highest number of total points will be awarded the contract. b) Preference points shall be calculated after prices have been brought to a comparative basis considering all factors of non-firm prices and all unconditional discounts. c) Points scored must be rounded off to the nearest 2 decimal places. d) In the event that two or more bids have scored equal total points, the successful bid must be the one scoring the highest number of preference points for B-BBEE. e) However, when functionality is part of the evaluation process and two or more bids have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality. f) Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots.

12. The Awarding of Points

For the 80/20 or the 90/10 preference point systems, the awarding of points will be done for Price, Functionality and B-BBEE status level of contribution.

13. Points Awarded for Price

For the 80/20 or the 90/10 preference point systems, a maximum of 80 or 90 points is allocated for price on the following basis:

Page 14: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 14

80/20 90/10 Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid

14. Functionality

The below mentioned criteria will guide the evaluation of functionality / technical phase and bidders who score less than 70% in this phase will be disqualified for the next phase of evaluation.

FUNCTIONALITY ASSESSMENT SCORING CRITERIA Weight Score Total

1. Understanding of the Project (30/100):

• Demonstrated understanding of the Brief (10)

• Knowledge and insight of Sectors within the Clothing and High-tech manufacturing industry as well as in South Africa (10)

• Knowledge and insight of Special Economic Zones within the global as well as South African contexts, inclusive of proposals on how to maximize investment opportunities into South African located SEZs (10). Comprehensive Proposal to be submitted addressing all the requirement as per tender scope including details of previous work done.

10

10

10

(Rating score values for understanding of the project is allocated as follows: Unsatisfactory = 1; Satisfactory = 2; Good = 3; Very Good = 4 and Excellent = 5. The maximum score value which can be awarded is 5 per technical approach category).

2. Experience of Key Personnel & Qualifications for resources assigned to undertake the work (10/100): Please provide detailed CVs of proposed team, copies of qualifications and affiliations with relevant professional bodies: a) Sector Specialists – Clothing & Textiles and specialist in Special Economic Zones Development b) Property Development Economist c) Town Planner d) Environmental Consultant e) Geotechnical Engineer f) Land Surveyor g) Architecture h) Quantity Surveyor i) Electrical and Mechanical Engineer j) Civil and Structural Engineer

10

Ps = 80 1 Pt — P min

Pmin

P min

Ps = 90 1 Pt — P min

Pmin

P min

Page 15: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 15

(Rating score values for Experience of key personnel is allocated as follows : Over five (5) similar assignments undertaken = 5 points; Three (3) to Five (5) similar assignments undertaken = 3 points; Less than three (3) similar assignments undertaken = 1 point. The Evaluation Committee may, at its own discretion, consider the total years of experience of the combined team who will be working on the project. The maximum score value which can be awarded is 5).

3. Experience of the Bidding entity (10/100):

• Detailed Company Profile with reference letters of completion of assignments of a similar nature This must be supported by the submission of a list of all assignments successfully completed, as well as letters of completion and references from current/previous clients.

10

(Rating score values for Experience of the Bidding entity is allocated as follows: Over five (5) similar assignments undertaken = 5 points; Three (3) to Five (5) similar assignments undertaken = 3 points; Less than three (3) similar assignments undertaken = 1 point. The maximum score value which can be awarded is 5).

4. Rationale and Work Programme (50/100):

• Proposal on how to approach the assignment (20 )

• Evaluation of the limitations and risks as well as the proposed mitigations to ensure successful implementation of the assignment (15)

• Proposed work programme with clearly defined sub activities, outputs, allocated resources and corresponding timelines (10)

• Proposed framework of the required reports (5) Provide detailed Work Plan/ Programme which covers all activities as per scope of this tender

20

15

10

5

(Rating score values for the Rationale & Work programme is allocated as follows: No rationale for assignment & programme = 0; Poor rationale for assignment & programme (insufficient information provided) = 1; Adequate rationale for assignment & programme (work items shown) = 2; Good rationale for assignment & programme (all necessary work items shown) = 3; Very good rationale for assignment & programme (all necessary and major work items shown) = 4 and Excellent rationale for assignment & programme (all necessary work items shown, including links between tasks and additional information) = 5. The maximum score value which can be awarded is 5).

TOTAL 100

15. B-BBEE Status Level of Contribution

In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BEE status level of contribution Number of points (90/10) system Number of points (80/20)

system

1 10 20

2 9 18

Page 16: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 16

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

15.1 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a sworn affidavit issued by the EME representative and attested by a Commissioner of Oaths.

15.2 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate.

15.3 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid.

15.4 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

15.5 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub-contract.

15.6 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprises that does not have 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 execute the sub-contract.

16. B-BBEE Status Level of Contribution Claimed

Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete Annexure C: Preferential Points Claim Form. (Points claimed must be in accordance with the table reflected in paragraph 9.3. and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS).

17. Contractual Obligations

Page 17: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 17

The acceptance of any proposal shall only be confirmed with the conclusion of a written service level agreement between Trade & Investment KwaZulu-Natal and the Successful Service Provider, in terms of which the rights and duties of the parties are recorded, which agreement shall regulate the relationship between the Trade & Investment KwaZulu-Natal and the Successful Service Provider. Until such time that an appropriate service level agreement has been concluded between Trade & Investment KwaZulu-Natal and successful Service Provider, no rights shall be conferred, nor shall any legitimate expectations be conferred to the successful Service Provider to carry out the works or services provided for in this call for proposals.

18. Intellectual Property Rights

Copyright, patent rights and other similar rights in any works or products created as a result of the performance of this tender and its assignments shall vest in and are hereby transferred to TIKZN, unless specifically agreed otherwise, in the form of individual written Agreement signed by both parties. For this purpose, only, all works created in terms of this tender and the assignments thereof shall be deemed to have been created under the control and direction of TIKZN. All information documents, records and books provided by TIKZN to any service provider in connection with the proposal or otherwise are strictly private and confidential. Any proposer to any third party shall not disclose them, except with the express consent of TIKZN, which shall be granted in writing prior to such disclosure. TIKZN however reserves the right to disclose any information provided by any service provider to any of the members of TIKZN.

19. Termination of Contract

TIKZN reserves the right to terminate the award of any tender to any party if there are reasonable grounds for considering that there is non-performance by the contractor in terms of the contract. TIKZN also reserves the right to curtail the scope of any tender awarded or to curtail any aspect of any tender. In the event of any such cancellation or curtailment, the tenderer shall have no claim or recourse against TIKZN, of whatsoever nature, save the recoupment of the tenderer’s actual and reasonable costs already expended on the project.

20. Submission of Proposals

The sealed envelope must be placed in the tender box at the Reception of the Trade and Investment House, 1

Arundel Close, Kingsmead Office Park, Durban by no later than Friday, 29th November 2019. before 12 noon. Any proposal not in the tender box at the time of the proposal closing, such a proposal will be regarded as a late proposal. Late proposal will not be considered. No proposal received by telegram, telex, e-mail, facsimile or similar medium will be considered. Bids may be addressed to the following: The Procurement Officer Trade and Investment House 1 Arundel Close Kingsmead Office Park Durban 4000

OPTIONAL OR MANDATORY ANNEXURES

Page 18: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 18

ANNEXURES

ANNEXURE DESCRIPTION

OPTIONAL OR MANDATORY

ANNEXURE A

INVITATION TO BID DOCUMENTATION FORM (SBD1)

MANDATORY

ANNEXURE B

DECLARATION OF INTEREST FORM (SBD 4)

MANDATORY

ANNEXURE C

PREFERENTIAL POINTS CLAIM FORM (SBD 6.1)

OPTIONAL

ANNEXURE E

PRICING SCHEDULE FOR PROFESSIONAL SERVICES FORM (SBD 3.1)

MANDATORY

ANNEXURE F

CONTRACT FORM – RENDERING OF SERVICES (SBD 7.2)

MANDATORY

ANNEXURE G

CERTIFICATE OF INDEPENDANT BID DETERMINATION FORM (SBD 9)

MANDATORY

ANNEXURE H

AUTHORITY TO SIGN A BID FORM

MANDATORY

ANNEXURE I

DECLARATION OF BIDDERS PAST SUPPLY CHAIN MANAGEMENT PRACTICES (SBD 8)

MANDATORY

ANNEXURE 1

The DTI Criteria

MANDATORY

ANNEXURE A PART A SBD1 INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE TRADE & INVESTMENT KWAZULU-NATAL

BID NUMBER: CLOSING DATE: CLOSING TIME:

DESCRIPTION

BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT Trade & Investment House, 1 Arundel Close, Kingsmead Office Park, Durban

SUPPLIER INFORMATION

NAME OF BIDDER

POSTAL ADDRESS

STREET ADDRESS

Page 19: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 19

TELEPHONE NUMBER CODE NUMBER

CELLPHONE NUMBER

FACSIMILE NUMBER CODE NUMBER

E-MAIL ADDRESS

VAT REGISTRATION NUMBER

SUPPLIER COMPLIANCE STATUS

TAX COMPLIANCE SYSTEM PIN:

OR

CENTRAL SUPPLIER DATABASE No: MAAA

B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE

TICK APPLICABLE BOX]

Yes No

B-BBEE STATUS LEVEL SWORN AFFIDAVIT

[TICK APPLICABLE BOX]

Yes No [A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]

ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No [IF YES ENCLOSE PROOF]

ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No [IF YES, ANSWER THE QUESTIONNAIRE BELOW]

QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO

DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO

DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO

DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO

IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.

PART B

TERMS AND CONDITIONS FOR BIDDING 1. BID SUBMISSION: 1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE

ACCEPTED FOR CONSIDERATION. 1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED – (NOT TO BE RE-TYPED) OR IN THE

MANNER PRESCRIBED IN THE BID DOCUMENT. 1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE

PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.

1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7). 2. TAX COMPLIANCE REQUIREMENTS 2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS. 2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS

TO ENABLE THE ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS.

Page 20: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 20

2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE WWW.SARS.GOV.ZA.

2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID. 2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED; EACH PARTY MUST

SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER. 2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD),

A CSD NUMBER MUST BE PROVIDED. 2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS

WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE STATE.”

NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID

INVALID. SIGNATURE OF BIDDER: …………………………………………… CAPACITY UNDER WHICH THIS BID IS SIGNED: …………………………………………… (Proof of authority must be submitted e.g. company resolution) DATE: ………………………………………...

Page 21: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 21

ANNEXURE B: DECLARATION OF INTEREST FORM (SBD 4)

Any legal person, including persons employed by the state', or persons having a kinship with persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes an advertised competitive bid, a limited bid, a proposal or written price quotation). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where: -

❖ the bidder is employed by the state; and/or ❖ the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who

are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.

In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. 1. Full Name of bidder or his or her representative: ................................................................................. 2. Identity Number:............................................................................................................................................ 3. Position occupied in the Company (director, trustee, shareholder, member):.......................................... 4. Registration number of company, enterprise, close corporation, partnership agreement or trust: ........ 5. Tax Reference Number:.................................................................................................................... 6. Vat Registration Number:..................................................................................................................

7. The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference

numbers and, if applicable, employee / PERSAL numbers must be indicated in the paragraph below. "State" means —

(a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999);

(b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of Entities; or (e) Parl iament.

“Shareholder means” – a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over the enterprise.

8. Are you or any person connected with the bidder presently employed by the state? YES/NO If so, furnish the following particulars:

(a) Name of person / director / trustee/shareholder/ member: ................................................................... (b) Name of state institution to which the person is connected: .................................................................. (c) Position occupied in the state institution: ............................................................................................... (d) Any other particulars: ..............................................................................................................................

9. If you are presently employed by the state, did you obtain the appropriate authority to undertake remunerative work outside employment in the public sector? YES/NO

If yes, did you attach proof of such authority to the bid document? YES/NO (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid)

Page 22: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 22

if no, furnish reasons for non-submissions of such proof: ................................................................................. 10. Did you or your spouse, or any of the company’s directors/ trustees/shareholders / members of their spouses conduct

business with the stat in the previous twelve months? YES/NO If so, furnish particulars: ....................................................................................................................................

11. Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid? YES/NO If so, furnish particulars: ......................................................................................................................................

12. Are you, or any person connected with the bidder, aware of any relationship, family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid? YES/NO If so, furnish particulars: .......................................................................................................................................

13. Do you or any of the directors /trustees /shareholders/members of the company have any interest in any other related companies whether or not they are bidding for this contract? YES/NO If so, furnish details of directors /trustees /members /shareholders:

DECLARATION I, THE UNDERSIGNED CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ............................................................... ............................................................... Name of Bidder Signature of Bidder ................................................................ ............................................................... Position Date

Full Name Identity Number

Personal Income Tax Reference Number State Employee Number / Persal Number

Page 23: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 23

Page 24: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 24

ANNEXURE C SBD 6.1 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017 This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND

DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

❖ the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); and

❖ the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).

1.2 The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and therefore the ………….. preference point system shall be applicable; or

b) 80/20 preference point system will be applicable to this tender (delete whichever is not applicable for this tender).

1.3 Points for this bid shall be awarded for:

(a) Price; and (b) B-BBEE Status Level of Contributor.

1.4 The maximum points for this bid are allocated as follows:

POINTS

PRICE

B-BBEE STATUS LEVEL OF CONTRIBUTOR

Total points for Price and B-BBEE must not exceed 100

1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.6 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.

2. DEFINITIONS (a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based

Black Economic Empowerment Act; (b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good

practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

(c) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of goods or services, through price quotations, advertised competitive bidding processes or proposals;

(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

Page 25: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 25

(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.

(g) “prices” includes all applicable taxes less all unconditional discounts;

(h) “proof of B-BBEE status level of contributor” means:

1) B-BBEE Status level certificate issued by an authorized body or person; 2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice; 3) Any other requirement prescribed in terms of the B-BBEE Act;

(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;

3. POINTS AWARDED FOR PRICE

3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10

−−=

min

min180

P

PPtPs or

−−=

min

min190

P

PPtPs

Where

Ps = Points scored for price of bid under consideration Pt = Price of bid under consideration Pmin = Price of lowest acceptable bid

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR 4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference points

must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

5. BID DECLARATION

5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

Page 26: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 26

6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1

6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20 points) (Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.

7. SUB-CONTRACTING

7.1 Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

7.1.1 If yes, indicate:

i) What percentage of the contract will be subcontracted............…………….…………% ii) The name of the sub-contractor………………………………………………………….. iii) The B-BBEE status level of the sub-contractor......................................…………….. iv) Whether the sub-contractor is an EME or QSE

(Tick applicable box)

YES NO

v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of Preferential Procurement Regulations,2017:

Designated Group: An EME or QSE which is at last 51% owned by: EME

√ QSE

Black people

Black people who are youth

Black people who are women

Black people with disabilities

Black people living in rural or underdeveloped areas or townships

Cooperative owned by black people

Black people who are military veterans

OR

Any EME

Any QSE

8. DECLARATION WITH REGARD TO COMPANY/FIRM

8.1 Name of company/firm:……………………………………………………………………….

8.2 VAT registration number:…………………………………….…………………………………

8.3 Company registration number:…………….……………………….…………………………….

8.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited [TICK APPLICABLE BOX] DESCRIBE PRINCIPAL BUSINESS ACTIVITIES ……………………………………………………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………………………………………………

Page 27: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 27

…………………………………………………………

8.5 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX]

8.6 Total number of years the company/firm has been in business:…………………………

8.7 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that the points claimed, based on the B-BBE status level of contributor indicated in paragraphs 1.4 and 6.1 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

i) The information furnished is true and correct;

ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form;

iii) In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1.4 and 6.1, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

iv) If the B-BBEE status level of contributor has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

(d) recommend that the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution.

……………………………………….

SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

WITNESSES

1. ……………………………………..

2. …………………………………….

Page 28: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 28

ANNEXURE E PRICING SCHEDULE (Professional Services)

NAME OF BIDDER: …………………………………………………………………………………BID NO.: …………………… CLOSING TIME 12:00 ……………………………………………………………………………CLOSING DATE…………

OFFER TO BE VALID FOR …………DAYS FROM THE CLOSING DATE OF BID.

ITEM DESCRIPTION BID PRICE IN RSA CURRENCY NO **(ALL APPLICABLE TAXES INCLUDED)

1. The accompanying information must be used for the formulation of proposals. 2. Bidders are required to indicate a ceiling price based on the total estimated time for completion of all phases and including all expenses inclusive of all applicable taxes for the project. R………..…………………………………………………... 3. PERSONS WHO WILL BE INVOLVED IN THE PROJECT AND RATES APPLICABLE (CERTIFIED INVOICES MUST BE RENDERED IN TERMS HEREOF) 4. PERSON AND POSITION HOURLY RATE DAILY RATE -------------------------------------------------------------------------------------- R------------------------------ ---------------------------------

-------------------------------------------------------------------------------------- R------------------------------ ---------------------------------

-------------------------------------------------------------------------------------- R------------------------------ ---------------------------------

-------------------------------------------------------------------------------------- R------------------------------ ---------------------------------

-------------------------------------------------------------------------------------- R------------------------------ ---------------------------------

5. PHASES ACCORDING TO WHICH THE PROJECT WILL BE COMPLETED, COST PER PHASE AND MAN-DAYS TO BE SPENT ------------------------------------------------------------------------------- R------------------------------ -------------------------- days

------------------------------------------------------------------------------- R------------------------------ -------------------------- days

------------------------------------------------------------------------------- R------------------------------ -------------------------- days

------------------------------------------------------------------------------- R------------------------------ -------------------------- days 5.1 Travel expenses (specify, for example rate/km and total km, class of airtravel, etc). Only actual costs are recoverable. Proof of the expenses incurred must accompany certified invoices. DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT -------------------------------------------------------------------------------- ………………. …………….. R………………..

-------------------------------------------------------------------------------- ………………. …………….. R………………..

-------------------------------------------------------------------------------- ………………. …………….. R………………..

-------------------------------------------------------------------------------- ………………. …………….. R……………….. TOTAL: R………………………………………………….

”all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance

contributions and skills development levies.

Page 29: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 29

TRADE & INVESTMENT KWAZULU-NATAL TRADE & INVESTMENT HOUSE 1 ARUNDEL CLOSE, KINGSMEAD OFFICE PARK DURBAN Tel: 031- 368 9600 Or for technical information – (MATTHEW CANHAM) Tel: SAME AS ABOVE

Page 30: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 30

ANNEXURE F SBD 7.2

CONTRACT FORM - RENDERING OF SERVICES THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE SERVICE PROVIDER (PART 1) AND THE PURCHASER (PART 2). BOTH FORMS MUST BE SIGNED IN THE ORIGINAL SO THAT THE SERVICE PROVIDER AND THE PURCHASER WOULD BE IN POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR THEIR RESPECTIVE RECORDS.

PART 1 (TO BE FILLED IN BY THE SERVICE PROVIDER) 1. I hereby undertake to render services described in the attached bidding documents to (name of the

institution) ……………………………………. in accordance with the requirements and task directives / proposals specifications stipulated in Bid Number………….……….. at the price/s quoted. My offer/s remain binding upon me and open for acceptance by the Purchaser during the validity period indicated and calculated from the closing date of the bid .

2. The following documents shall be deemed to form and be read and construed as part of this agreement:

(i) Bidding documents, viz - Invitation to bid; - Tax clearance certificate; - Pricing schedule(s); - Filled in task directive/proposal; - Preference claims for Broad Based Black Economic Empowerment Status Level of

Contribution in terms of the Preferential Procurement Regulations 2011; - Declaration of interest; - Declaration of bidder’s past SCM practices; - Certificate of Independent Bid Determination; - Special Conditions of Contract;

(ii) General Conditions of Contract; and (iii) Other (specify)

3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the price(s) and rate(s) quoted cover all the services specified in the bidding documents; that the price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and calculations will be at my own risk.

4. I accept full responsibility for the proper execution and fulfilment of all obligations and conditions

devolving on me under this agreement as the principal liable for the due fulfillment of this contract. 5. I declare that I have no participation in any collusive practices with any bidder or any other person

regarding this or any other bid. 6. I confirm that I am duly authorised to sign this contract.

NAME (PRINT) ……………………………. CAPACITY …………………………….

SIGNATURE ……………………………. NAME OF FIRM …………………………….

DATE …………………………….

WITNESSES

1 …….…………………………….

2 ……….………………………….

DATE: ……………………………..

Page 31: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 31

CONTRACT FORM - RENDERING OF SERVICES

PART 2 (TO BE FILLED IN BY THE PURCHASER)

1. I………………………………………in my capacity as……………………...……………………………….. accept your bid under reference number ………………dated………………………for the rendering of services indicated hereunder and/or further specified in the annexure(s).

2. An official order indicating service delivery instructions is forthcoming. 3. I undertake to make payment for the services rendered in accordance with the terms and conditions of

the contract, within 30 (thirty) days after receipt of an invoice.

DESCRIPTION OF SERVICE

PRICE (ALL APPLICABLE TAXES INCLUDED)

COMPLETION DATE

B-BBEE STATUS LEVEL OF CONTRIBUTION

MINIMUM THRESHOLD FOR LOCAL PRODUCTION AND CONTENT (if applicable)

4. I confirm that I am duly authorised to sign this contract.

SIGNED AT ………………………………………ON………………………………..

NAME (PRINT) ………………………………………….

SIGNATURE ………………………………………

OFFICIAL STAMP

WITNESSES

1 ….…………………………….

2 …..…………………………….

DATE: ……………………………..

Page 32: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 32

ANNEXURE G: CERTIFICATE OF INDEPENDENT BID DETERMINATION FORM (SBD 9) 1. This Standard Bidding Document (SBD) must form part of all bids' invited.

2. Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between, or

concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).2 Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds.

3. Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable

steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to: a) Disregard the bid of any bidder if that bidder or any of its directors have abused the institution's supply chain

management system and or committed fraud or any other improper conduct in relation to such system. b) Cancel a contract awarded to a supplier of goods and services if the supplier committed any corrupt or

fraudulent act during the bidding process or the execution of that contract.

4. This SBD serves as a certificate of declaration that would be used by institutions to ensure that, when bids are considered, reasonable steps are taken to prevent any form of bid-rigging. a) In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be completed

and submitted with the bid:

• Includes price quotations, advertised competitive bids, limited bids and proposals.

• Bid rigging (or collusive bidding) occurs when businesses that would otherwise be expected to compete secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and/or services through a bidding process.

• Bid rigging is, therefore, an agreement between competitors not to compete. I, the undersigned, in submitting the accompany bid (Bid number and Description): ................................... In response to the invitation for the bid made by Trade and Investment KwaZulu-Natal, do hereby make the following statements that certify to be true and complete in every respect. I certify, on behalf (Name of Bidder): .............................................................. that:

1. I have read and I understand the contents of this Certificate; 2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and

complete in every respect; 3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the

bidder; 4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to

determine the terms of, and to sign the bid, on behalf of the bidder; 5. For the purposes of this Certificate and the accompanying bid, I understand that the word "competitor" shall

include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:

a) has been requested to submit a bid in response to this bid invitation; b) could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or

experience; and c) provides the same goods and services as the bidder and/or is in the same line of business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However, communication between partners in a joint venture or consortium' will not be construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding:

a) prices;

Page 33: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 33

b) geographical area where product or service will be rendered (market allocation); c) methods, factors or formulas used to calculate prices; d) the intention or decision to submit or not to submit, a bid; e) the submission of a bid which does not meet the specifications and conditions of the bid; or f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or

indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract.

Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive

practices related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

........................................................................... ............................................................... Signature Date

........................................................................... ............................................................... Position Name of Bidder

Page 34: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 34

ANNEXURE H: AUTHORITY TO SIGN A BID FORM

1. If a Bidder is a company, a certified copy of the resolution by the board of directors, personally signed by the chairperson of the board, authorising the person who signs this bid to do so, as well as to sign any contract resulting from this bid and any other documents and correspondence in connection with this bid and/or contract on behalf of the company must be submitted with this bid, that is before the closing time and date of the bid in the following format:

AUTHORITY BY BOARD OF DIRECTORS by resolution passed by the Board of Directors on .............20….

Mr/Mrs (whose signature appears below) has been duly authorised to sign all documents in connection with this bid on behalf of (Name of Company): ............................................................................................

IN HIS/HER CAPACITY AS: ..................................................................................................................................

SIGNED ON BEHALF OF COMPANY (PRINT NAME): ................................................................................

SIGNATURE OF SIGNATORY: ...................................................... DATE: ......................................................

WITNESSES:

1. ............................................................

2. ...........................................................

2. If a Bidder is a sole proprietor (One-Person Business) the person who signs the bid to do so, as well as to sign any

contract resulting from this bid and any other documents and correspondence in connection with this bid and/or contract on behalf of the sole proprietor must be submitted with this bid, that is before the closing time and date of the bid in the following format: I, the undersigned ...............................................................................................................................hereby confirm that I am the sole owner of the business trading as ......................................................................

SIGNATURE OF SIGNATORY: ...................................................... DATE: ..........................................................

WITNESSES: 1. .............................................................

2. .............................................................

Page 35: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 35

3. If a Bidder is a partnership, the following particulars in respect of every partner must be furnished and signed by

every partner:

Name of Partner

Residential Address

Signature

We, the undersigned partners in the business trading as...................hereby authorise............ to sign this bid as well as any contract resulting from the bid and any other documents and correspondence in connection with this bid and / or contract on behalf of

........................................................................... ...................................................................... SIGNATURE DATE

4. In the case of a close corporation submitting a bid, a certified copy of the Founding Statement of such corporation shall be included with the bid, together with the resolution by its members authorising a member or other official of the corporation to sign the documents on their behalf.

By resolution of members at a meeting on .................20.....at......Mr/Ms, whose signature appears below, has been authorised to sign all documents in connection with this bid on behalf of (Name of Close Corporation)................

SIGNED ON BEHALF OF CLOSE CORPORATION: ........ (PRINT NAME) IN HIS/HER CAPACITY AS.........

DATE:...........................................

SIGNATURE OF SIGNATORY:

WITNESSES: 1. ................................................

2. ................................................

Page 36: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 36

5. If the Bidder is a Co-operative, A certified copy of the Constitution of the co-operative must be included with the bid, together with the resolution by its members authoring a member or other official of the co-operative to sign the bid documents on their behalf. By resolution of members at a meeting on............................. 20........... at...................Mr/Ms..................whose signature appears below, has been authorised to sign all documents in connection with this bid on behalf of (Name of cooperative): ..............................................................................................................................

SIGNATUREOF AUTHORISED REPRESENTATIVE/SIGNATORY: .....................................................................

IN HIS/HER CAPACITY AS: .............................................DATE: ...............

SIGNED ON BEHALF OF CO-OPERATIVE: .........................................................................................................

NAME IN BLOCK LETTERS: .............................................................................................................................

WITNESSES: 1. ................................................... 2. ...................................................

Page 37: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 37

6. If a bidder is a joint venture, a certified copy of the resolution/agreement passed/reached signed by the duly authorised representatives of the enterprises, authorising the representatives who sign this bid to do so, as well as to sign any contract resulting from this bid and any other documents and correspondence in connection with this bid and/or contract on behalf of the joint venture must be submitted with this bid, before the closing time and date of the bid.

AUTHORITY TO SIGN ON BEHALF OF THE JOINT VENTURE By resolution / agreement passed / reached by the joint venture partners on: ................20........................

Mr/Mrs............................................................................................................................................................

Mr/Mrs.............................................................................................................................................................

Mr/Mr........................................................................................................................................................and

Mr/Mrs............................................................................................................................................................

(whose signatures appear below) have been duly authorised to sign all documents in connection with this bid on behalf of: (Name of Joint Venture): ....................................................................................................

IN HIS/HER CAPACITY AS:.................................................................................................................................

SIGNED ON BEHALF OF (COMPANY NAME): ...................................................................................................

SIGNATURE:.....................................................................DATE:.................................................................................

IN HIS/HER CAPACITY AS: ..................................................................................................................................

SIGNED ON BEHALF OF (COMPANY NAME): .............................................................................................................

SIGNATURE: ....................................................................... DATE:.........................................................................

IN HIS/HER CAPACITY AS: ..................................................................................................................................

SIGNED ON BEHALF OF (COMPANY NAME): ............................................................................................................

SIGNATURE:..............................................................................DATE: ......................................................................

Page 38: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 38

7. If a bidder is a consortium, a certified copy of the resolution/agreement passed/reached signed by the duly authorised representatives of concerned enterprises, authorising the representatives who sign this bid to do so, as well as to sign any contract resulting from this bid and any other documents and correspondence in connection with this bid and/or contract on behalf of the consortium must be submitted with this bid, before the closing time and date of the bid.

AUTHORITY TO SIGN ON BEHALF OF THE CONSORTIUM By resolution/agreement passed/reached by the consortium: on:.......................................................................20.........................Mr/Mrs.................................................... (whose signature appear below) have been duly authorised to sign all documents in connection with this bid on behalf of:....................................................................(Name of Consortium)

IN HIS/HER CAPACITY AS: .............................................................................................................................................

SIGNATURE:..............................................................................DATE:.......................................................................

Page 39: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 39

ANNEXURE I: DECLARATION OF BIDDER'S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (SBD 8)

1. This Standard Bidding Document must form part of all bids invited. 2. It serves as a declaration to be used by institutions in ensuring that when goods and services are being procured;

all reasonable steps are taken to combat the abuse of the supply chain management system. 3. The bid of any bidder may be disregarded if that bidder, or any of its directors have-

a. abused the institution's supply chain management system;

b. committed fraud or any other improper conduct in relation to such system; or

c. failed to perform on any previous contract. 4. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item Question Yes No

4.1. Is the bidder or any of its directors listed on the National Treasury's Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury's website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

Yes ❑

No ❑

4.1.1. If so, furnish particulars:

4.2. Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury's website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

Yes ❑

No ❑

4.2.1. If so, furnish particulars:

4.3. Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?

Yes ❑

No ❑

4.3.1. If so, furnish particulars:

4.4. Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes ❑

No ❑

4.4.1. If so ,furnish particulars:

CERTIFICATION I, THE UNDERSIGNED (FULL NAME)........................................................................................................................... CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ......................................................................... ............................................................... Signature Date ........................................................................... ............................................................... Position Name of Bidder

Page 40: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 40

ANNEXURE 1: The Special Economic Zone Application Evaluation Framework considered in the development of the study for a Clothing & Textile industrial cluster as a Special Economic Zone:

SEZ Application Evaluation Framework 1. Strategic Focus

Does the application meet the minimum requirements of the Special Economic Zones Act, S23 (2)

"In its application, the applicant must demonstrate that the designation of the area as a Special Economic

Zone will further national government’s industrial development objectives"

The application must clearly demonstrate the following:

- Which industrial clusters is the proposed SEZ seeking to develop?

- What is the rationale for the selection and prioritization of those industrial clusters?

- Are the prioritized cluster activities excluded/not excluded in terms of the National Treasury

Regulations?

- Which value-chains of the prioritized industrial clusters is targeted by the proposed SEZ, and why?

- What is the size of the market of the targeted industrial clusters - international; regional and domestic

perspectives?

- What is the comparative and competitive advantage of the proposed SEZ with regards to the

prioritized/targeted clusters?

- Was feasibility Study undertaken for the proposed SEZ?

2. Land

Does the application comply with S (23) (3) (c) of the Special Economic Zones Act "The Applicant must indicate

the extent to which it owns or controls the area to be considered for designation as a Special Economic Zone"

The application must clearly demonstrate the following:

- What is the size of the land/area that is applied for designation?

- Who owns the land earmarked for SEZ & how will the SEZ entity exercise control over it?

- Is there a lease agreement/protocol in place between the landowner and Applicant?

2.1 Environmental Impact Assessment

- Has the identified land undergone EIA process?

- If yes, what steps of EIA have been undertaken?

- Has the Applicant listed “specialist studies” undertaken on the land as per EIA requirements?

3. Infrastructure

- Does the Application have an infrastructure Master Plan?

- What is the bulk infrastructure level of development of the land earmarked for SEZ?

- Is bulk infrastructure provision confirmed by the responsible authority?

Page 41: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 41

- What is the bulk infrastructure requirement of the proposed SEZ?

- Is there a gap between the existing and bulk infrastructure requirement?

- What is the cost of the required bulk infrastructure?

4. Support Services

- Has the application identified support services for the proposed SEZ?

- Are there plans in place to ensure delivery of the support services?

- Are there challenges identified that threatens such a plan?

- What are the strategies to address the identified challenges?

5. Investment Pipeline

- Does the Application have a credible investment pipeline?

- What is the size of the investment pipeline?

- What is the quantum of the investment pipeline?

- Is the investment pipeline aligned with the proposed SEZ's strategic focus?

- Are there credible commitments from investors?

- How quick do committed investors plan to break ground?

- Are there urgent interventions/expectations from the committed investors?

6. SMME/ENTERPRIZE DEVELOPMENT

- Does the proposed SEZ have an SMME/Enterprise Development Strategy /plan?

- Which value-chains have been identified for integration of SMMEs in the SEZ development?

- Are the prioritized value-chains global/regional/ domestic?

- What support measures/plans are in place to ensure integration of SMMEs to value-chains?

- Are investors aware of the need to integrate local/regional SMMEs in their supply-chain?

- Are the local/regional SMMEs prioritized in the supplier-park development within the SEZ?

- Are there any incubation programs/ strategy planned for the SEZ?

7. Job-creation

- What is the projected number of direct job opportunities for the proposed SEZ?

- What is the projected number of indirect job opportunities for the proposed SEZ?

- Are projected job opportunities aligned to the investment pipeline?

- What is the percentage of managerial vs technical jobs?

8. Skill requirements

- What is the number of technical jobs that will be sourced from outside the region?

- Is there a skills-gap between the projected jobs and skills-base in the region?

- Are there plans to close the identified skills-base gap and job skills requirements?

- What is the timeframes to ensure that the skills-gap is addressed?

Page 42: TO CONDUCT A SITE AUDIT AND ANALYSIS, FEASIBILITY STUDY ...€¦ · & Textile project steering committee which comprises of TIKZN, EDTEA, Ithala and National Department of Trade &

REFERENCE NUMBER 3210/2019/01: APPOINTMENT OF A MULTIDISCIPLINARY TEAM : CLOTHING & MANUFACTURING SEZ Page 42

- Is there any skills development program aligned for the proposed SEZ?

9. Research and Development

- Is R&D an integral part of the proposed SEZ?

- Are there any collaborations or partnerships between the proposed SEZ and R & D institutions/

Agencies/Departments?

- Is R & D an integral part of the SEZ's Strategic Focus?

10. Financial Model

- Is there a financial model for the proposed SEZ?

- Is the financial model aligned to the investment pipeline and infrastructure masterplan?

- What is the duration of the financial model, (preferably a 20-year projection)?

- How is the NPV of the proposed SEZ during the first 10 years?

- At which year does the proposed SEZ break-even?

11. Capex

- What is the Capex of the proposed SEZ?

- Is the Capex aligned with the infrastructure Masterplan?

- Is the Capex aligned with the investment pipeline?

12. Opex

Has the Applicant made relevant provisions for the operating costs of the proposed SEZ, in line with S 23(3) (a)

of the Special Economic Zones Act, "The applicant must have sufficient access to financial resources and

expertise for the development, operation, management and administration of a Special Economic Zone".

- What is the Opex of the proposed SEZ , as per the financial model?

- Are there adequate provisions for Opex?

13. Governance

- What is the governance structure of the proposed SEZ?

- Is there clarity on the Licensee; Operator?

14. Key Stakeholders

- Who are key stakeholders to the development of the proposed SEZ?

- Are the key stakeholders’ part of the proposed SEZ Application process?

15. Risks

- Has risks assessment of the proposed SEZ been done?

- What are the major potential risks for the proposed SEZ?

- Are there any mitigation strategies in place as part of the Application?