Southern Region
Other
Not Applicable
CIDB Grade Not Applicable
Southern Region
Other
Not Applicable
CIDB Grade Not Applicable
Closing Date
Project Number
R.411-010-2024/1F-SF
B-BBEE Status
1 or 2
Contract Description
CONTRACT SANRAL R.411-010-2024/1F-SF: SUB-CONTRACT FOR THE PROVISION OF SOCIAL FACILITATION SERVICES FOR THE STRENGTHENING OF NATIONAL ROUTE R411 SECTION 1 FROM N2 I/C (KM0.00) TO COFFEE BAY (KM75.40)
Tender Notice

SANRAL PROJECT WITHIN OR TAMBO DISTRICT MUNICIPALITY

CONTRACT SANRAL R.411-010-2024/1F-SF: SUB-CONTRACT FOR THE PROVISION OF SOCIAL FACILITATION SERVICES FOR THE STRENGTHENING OF NATIONAL ROUTE R411 SECTION 1 FROM N2 I/C (KM0.00) TO COFFEE BAY (KM75.40)

REQUEST FOR QUOTATION FOR POSITION OF SOCIAL FACILITATOR (PRE-CONTRUCTION AND CONSTRUCTION STAGES))

Nathoo Mbenyane Engineers (Pty) Ltd as the Professional Engineering Service Provider appointed by the South African National Roads Agency SOC Ltd (SANRAL), hereby invites experienced professional individuals or entities with professional staff, who reside and operate within the OR Tambo District Municipality, to apply for the contracted position of Social Facilitator for the provision of Social Facilitation services during the pre-construction and construction stages of the above mentioned project.

The intention of the appointment of the Social Facilitator is primarily to provide social facilitation services during the design and construction stages. He/she must ensure sharing of project information with all interested and affected groups and the engagement of local communities, traditional authorities, and government departments on this national road strengthening project within the OR Tambo District Municipality area.

He/she shall identify community issues pertaining to the project and manage stakeholder expectations. He/she must be familiar with the local social dynamics, language, and culture.

  1. QUOTATION RULES

Quotations are to be submitted no later than 11h00 on Friday, 1 August 2025 by email to rudolf@nme.co.za / mischen@nme.co.za

Failure to submit all the requested documents will result in the application not being considered.

Queries relating to issues arising from these documents may also be addressed to Mr. Rudolf Smith / Mischen Naicker by email at rudolf@nme.co.za / mischen@nme.co.za

A quotation’s validity period is 12 weeks.

1.1. Evaluation of Quotations

Quotations will be evaluated in terms of functionality, as well as a price and preference points system. The highest ranked tenders will then be shortlisted for interviews, which will form the final part of the evaluation process for the recommendation of award. The score from each evaluation will be weighted and combined into a total score, which will be the basis for recommendation of award. The weighting for each evaluation is as follows:

 

Evaluation criteria

Weighting

Functionality

20

Price and Preference

25

Interview

55

TOTAL

100

      1. Functionality

The Functionality Criteria below will be applied:

  1. Responsiveness: submission of supporting documentation as specified in this Tender,
  2. Locality: preference will be given to applicants residing within the KSD Local Municipality and OR Tambo District Municipality area,
  3. Experience: a minimum of 5 years relevant experience,
  4. Qualifications:  Social  Science  and  /  or  Community  Development  and  /  or  Public Relations or a similar, relevant qualification.
      1. Price and Preference

The tender will be evaluated in terms of Preferential Procurement Regulations, 2022 in terms of Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000).

http://ocpo.treasury.gov.za/Buyers_Area/Legislation/Pages/PPPFA---Regulations.aspx

i. 80/20 preference point system for acquisition of goods and services for Rand value equal to or above R2 000 and up to R50 million

The following formula will be used to calculate thee points out of 80 for price: Ps =80(1-(Pt-Pm)/Pm)

Where:

Ps is the points scored for price of tender under consideration. Pt is the price of the tender under consideration; and

Pm is the price of the lowest acceptable tender.

ii. 90/10 preference point system for acquisition of goods and services for Rand value above R50 million

The following formula will be used to calculate the points out of 90 for price: Ps =90(1-(Pt-Pm)/Pm)

Where:

Ps is the points scored for price of tender under consideration. Pt is the price of the tender under consideration; and

Pm is the price of the lowest acceptable tender.

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

Scoring preference (Specific Goals):

Points for specific goals will be awarded according to the table below:

Specific goals

Criteria

10 points

20 points

Point

allocation

Max

points

Point

allocation

Max

points

B-BBEE level scorecard of the tendering entity.

B-BBEE Level 1

1,00

 

 

 

 

1

2.00

 

 

 

 

2

B-BBEE Level 2

0,90

1.80

B-BBEE Level 3

0,60

1.20

B-BBEE Level 4

0,50

1.0

B-BBEE Level 5

0,40

0.80

B-BBEE Level 6

0,30

0.60

B-BBEE Level 7

0,20

0.40

B-BBEE Level 8

0,10

0.20

Non-compliant contributor

0

0

*Percentage                                 black ownership of the tendering entity.

< 51 % black ownership

0

 

 

5

0

 

 

10

51 to < 70 % black

ownership.

1

2

70 to < 100 % black

ownership.

2

4

100 % black ownership

5

10

B-BBEE          size      of                  the tendering entity

Exempted                                    Micro Enterprise (EME)

4

4

8

8

 

Points for specific goals will be awarded according to the table below:

    1. The tenderer’s and each member’s scorecard of the JV shall be a B-BBEE Certificate issued in accordance with:
      • the amended Construction Sector Codes published in Notice 931 of 2017 of Government Gazette No. 41287 on 1 December 2017 by the Department of Trade and Industry; or
      • in the event that the Measured Entity operates in more than one sector or a sub-sector, the scorecard for the sector or sub-sector in which the majority of its core activities (measured in terms of annual revenue) are located will be acceptable. The tenderer must comply with the annual revenue thresholds for EME or QSE or Generic in accordance with the amended Construction Sector Codes; and
  1. The scorecard shall be submitted as a certificate attached to Returnable Schedule Form C1; and
  2. The certificate shall:
      • be valid at the tender closing date; and
      • have been issued by a verification agency accredited by the South African National Accreditation System (SANAS); or
      • be in the form of a sworn affidavit or a certificate issued by the Companies and Intellectual Property Commission in the case of an Exempted Micro Enterprise (EME) with a total annual revenue of less than R3 million if issued in accordance with the amended Construction Sector Codes published in Notice 931 of 2017 of Government Gazette No. 41287 on 1 December 2017 by the Department of Trade and Industry; and
      • have a date of issue less than 12 (twelve) months prior to the original advertised tender closing date (see Tender Data C.2.15); and
  3. A valid BBBEE Certificates shall contain:
      • Name of enterprise as per enterprise registration documents issued by CIPC, and enterprise business address.
      • Value-Added Tax number, where applicable.
      • The B-BBEE Scorecard against which the certificate is issued, indicating all elements and scores achieved for each element. The actual score achieved must be linked to the total points as per the relevant Codes.
      • B-BBEE status with corresponding procurement recognition level.
      • The relevant Codes used to issue the B-BBEE verification certificate.
      • Date of issue and expiry (e.g. 9 June 2018 to 8 June 2019). Where a measured entity was subjected to a re-verification process, due to material change, the B-BBEE Verification Certificate must reflect the initial date of issue, date of re-issue and the initial date of expiry. Re- verification does not extend the lifespan of the B-BBEE Verification Certificate.
      • Financial period which was used to issue the B-BBEE Verification Certificate.
  1. A valid Sworn Affidavit shall contain:
    • Name/s of deponent as they appear in the identity document and the identity number.
    • Designation of the deponent as either the director, owner or member must be indicated in order to know that person is duly authorised to depose of an affidavit.
    • Name of enterprise as per enterprise registration documents issued by the CIPC, where applicable, and enterprise business address.
    • Percentage black ownership, black female ownership and whether they fall within a designated group.

- Indicate total revenue for the year under review and whether it is based on audited financial statements or management accounts.

    • Financial year-end as per the enterprise’s registration documents, which was used to determine the total revenue. The valid format of the Financial Year-End is Day/Month/Year
    • B-BBEE status level. An enterprise can only have one status level.

- Date deponent signed and date of Commissioner of Oath must be the same.

    • Commissioner of Oath cannot be an employee or ex officio of the enterprise because, a person cannot by law, commission a sworn affidavit in which they have an interest, and
  1. Compliance with any other information requested to be attached to Returnable Schedule Form C1; and
  2. In the event of a Joint Venture (JV), a project-specific consolidated (SANRAL project number indicated) valid B-BBEE verification certificate in the name of the JV, issued by a verification agency accredited by the South African National Accreditation System (SANAS) shall be submitted.
    1. Black ownership
  1. The bidder must complete Form C1.3: Black ownership declaration.
  2. *Verification of ownership will be based on share certificate. SANRAL reserves the right to engage with the shareholders.
    1. Sub-contracting

i)          Tenderers must complete Form C1.4: Sub-contracting declaration.

Sub-contracting

If the tender documents indicate that the tenderer intends sub-contracting more than 25% of the value of the contract to any other person not qualifying for at least the status level that the tenderer qualifies for, 0 (zero) points for B-BBEE level (under Specific Goals) shall be awarded, unless the intended sub- contractor   is   an   EME   that   has   the   capacity   to   execute   the   sub-contract.

Criteria for breaking deadlock

If two or more tenders score the same number of points and these tenders are also the highest ranked tenders, the tender with the highest preference points will be recommended for award.

If functionality is part of the evaluation process and two or more tenders score equal total points and equal preference points, the tender that scored the highest points for functionality will be recommended for award.

If two or more tenders score the same number of financial points and preference points and these tenders are also the highest ranked tenders, the tenderer to be recommended for award will be decided by the drawing of lots.

      1. Interviews

The highest ranked tenders will be shortlisted to go through an interview process, whereby the Service Provider’s fulfilment of key requirements will be assessed. The scoring of the assessment will be according to the table below:

 

Assessment

Score

Poor answers, does not grasp Social Facilitator roles and responsibilities, does not show understanding of questions.

1-4

Average answers, shows some insight into Social Facilitator roles and responsibilities, but not able to fully explain.

5-7

Answers questions with confidence, giving full details of understanding of Social Facilitator requirements.

8-10

  1. SUBMISSION OF QUOTATION/RETURNABLE DOCUMENTS                                                  The following documents shall be submitted for consideration of the quotation:
  • A detailed company profile (CV) and / or abbreviated CV of the individual submitting a quotation for the Social Facilitator position. It is compulsory that the items listed under key requirements are all included in this profile / CV. Adequate referencing of previous work completed would be advantageous.
  • Certified copies of ID and Qualifications
  • Driver’s license
  • Form of Quotation: Annexure A;
  • Schedule of Quantities with rates and amounts filled in: Annexure B;
  • B-BBEE verification certificate;
  • Tax Clearance Certificate. Where such certificates are no longer issued by SARS (as described in National Treasury Instruction Number 3 of 2014/2015 Tax compliance measures for persons conducting business with the State), the Service Provider shall submit a Tax Compliance Status Document (PIN).
  • Certificate of compliance with COMPENSATION FOR OCCUPATIONAL INJURIES AND DISEASE ACT, 1993 (ACT NO. 130 OF 1993)

The tenderer shall provide a scanned copy in .pdf of the Active Supplier Listing on the National Treasury Central Supplier Database (www.treasury.gov.za).