Acknowledgement of Debt - airports.co.za services tender.pdf · Issue: 1 Template Issue Date:...

91
Issue: 1 Template Issue Date: 28/02/2014 Page 1 REQUEST FOR PROPOSALS FOR THE PROVISION OF OCCUPATIONAL HEALTH SERVICES, EMERGENCY MEDICAL SERVICES, MEDICAL AND EMERGENCY EQUIPMENTS AT AIRPORTS COMPANY OF SOUTH AFRICA’S AIRPORTS FOR A PERIOD OF 5 YEARS. Tender Number: : COR 130/2017 Issue Date : 19 JANUARY 2018 Closing Date : 23 FEBRUARY 2018 Briefing Session Date and Time : 29 JANUARY 2018 02 FEBRUARY 2018 29 January 2018 at 14:00 15:00PM (OR Tambo International Airport, Media Centre room next to the South African Post Office) 30 January 2018 at 11:00 12:00 Cape Town International Airport (Faranani Boardroom) 31 January 2018 King Shaka International Airport 11:00 12:00 02 February 2018 Port Elizabeth Airport 13:00 14:00 Clarification : 16 FEBRUARY 2018 AT 14:00 NB: Bidders may attend any of the compulsory briefing session. It is not compulsory to attend all the briefing sessions. Bidding Company Name Bidding Company Contact Details Representative Name Signature Date

Transcript of Acknowledgement of Debt - airports.co.za services tender.pdf · Issue: 1 Template Issue Date:...

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 1

    REQUEST FOR PROPOSALS FOR THE PROVISION OF OCCUPATIONAL HEALTH SERVICES, EMERGENCY MEDICAL SERVICES, MEDICAL AND EMERGENCY EQUIPMENTS AT AIRPORTS COMPANY OF SOUTH AFRICAS AIRPORTS FOR A PERIOD OF 5 YEARS.

    Tender Number: : COR 130/2017

    Issue Date : 19 JANUARY 2018

    Closing Date : 23 FEBRUARY 2018

    Briefing Session Date and Time : 29 JANUARY 2018 02 FEBRUARY 2018

    - 19 January 2017 at 14:00 15:00PM (ACSA offices,

    Riverwoods Office Park, 24 Johnson Road, Bedfordview - 20 January 2017 at 11:00 12:00 Cape Town

    International Airport - 21 January 2017 King Shaka International Airport

    23 angary 2017 Kimberley Airport

    29 January 2018 at 14:00 15:00PM (OR Tambo International

    Airport, Media Centre room next to the South African Post Office)

    30 January 2018 at 11:00 12:00 Cape Town International Airport (Faranani Boardroom)

    31 January 2018 King Shaka International Airport 11:00 12:00

    02 February 2018 Port Elizabeth Airport 13:00 14:00

    Clarification : 16 FEBRUARY 2018 AT 14:00

    NB: Bidders may attend any of the compulsory briefing session. It is not compulsory to attend all the briefing sessions.

    Bidding Company Name

    Bidding Company Contact Details

    Representative Name

    Signature

    Date

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 2

    1. SECTION 1: INSTRUCTIONS TO BIDDERS

    1.1. Access to RFP documents

    Tenders are available on www.etenders.gov.za. Kindly print and complete.

    1.2. Submission of bid documents

    The envelopes containing bid documents must have on the outside, the bidders return address, the full

    description of the tender, tender number and the details of the Tender Management Office/Procurement

    department where the bid will close. The documents must be signed and completed by a person who has

    been given authority to act on behalf of the bidder. The bottom of each page of the bid documents must be

    signed or stamped with the bidders stamp as proof that the bidder has read the tender documents. Bid

    documents must be submitted STRICTLY on or before 14:00 PM on 23RD of FEBRUARY 2018 at 14:00PM

    using the following method(s):

    1.2.1. Hand delivery:

    The bid document must be delivered to the Tender Management Office located at the address

    below: Bidders can submit at any of the sites convenient to them.

    - Tender Box A at OR Tambo International Airport

    The Tender Box A is located at

    ACSA Offices

    North Wing

    3rd Floor

    - Tender Box at Cape Town International Airport

    Southern Office Block

    Ground Floor

    Reception Area

    - Tender Box at King Shaka International Airport

    Ground Floor

    MSO Building

    Located in the Pickup Area

    - Tender Box at Port Elizabeth International Airport

    Administration Office

    Aeropark Office Complex

    Block A, 1st Floor

    Allister Miller Drive, Walmer,

    http://www.etenders.gov.za/

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 3

    Bids must be in duplicate (an original printed document and one printed copy of the original) together with

    an electronic copy of the bid documents using a memory stick. The document marked as original document

    will be the legal and binding document, in the event of any discrepancies between any of the submitted

    documents; the original document will take precedence.

    1.3. Late Bids

    Bids which are submitted after the closing date and time will not be accepted.

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 4

    1.4. Clarification and Communication

    Name: Onalenna Vilakazi

    Designation: Senior Commodity Specialist

    Tel: 011 723 2778

    Email: [email protected]

    Request for clarity or information on the tender may only be requested until Friday 16 February 2018 at

    14:00 (PM). All responses to queries or for clarity sought by a bidder will also be sent to all other entities

    which have responded to the Request for Bids within forty-eight (48) hours of clarification sought.

    Bidders may not contact any ACSA employee on this tender other than those listed above. Contact will only

    be allowed between the successful bidder and ACSA Business Unit representatives after the approval of a

    recommendation to award this tender. Contact will also be permissible in the case of pre-existing

    commercial relations which do not pertain to the subject of this tender.

    1.5. Compulsory Briefing Session

    A compulsory briefing session shall be held at ACSA Airports on the dates and time stipulated below:

    NB: Bidders may attend any of the briefing session as listed below (it is not compulsory to attend

    all the briefing sessions)

    Briefing Session 1

    Airports Company South Africa (ACSA)

    O.R Tambo International Airport

    Media Room Centre

    Next to the South African Post Office

    Date: 29 JANUARY 2018

    Time: 14:00 15:00PM

    Briefing Session 2

    Airports Company South Africa (ACSA)

    Cape Town International Airport

    Date: 30 JANUARY 2018

    Time: 11:00 12:00

    Faranani Boardroom

    mailto:[email protected]

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 5

    Briefing Session 3

    Airports Company South Africa (ACSA)

    King Shaka International Airport

    Date: 31 JANUARY 2018

    Time: 11:00 12:00

    Cape Town Fish Market

    Briefing Session 4

    Airports Company South Africa (ACSA)

    Port Elizabeth International Airport

    Date: 02 FEBRUARY 2018

    Time: 13:00 14:00

    1.6. Bid Responses

    Bid responses must be strictly prepared and returned in accordance with this tender document. Bidders

    may be disqualified where they have not materially complied with any of ACSAs requirements in terms of

    this tender document. Changes to the bidders submission will not be allowed after the closing date

    and time of the tender. All bid responses will be regarded as offers unless the bidder indicates otherwise.

    No bidder or any of its consortium/ joint venture members may have an interest in any of the other bidder/

    joint venture/ consortium participating in this bid.

    1.7. Disclaimers

    It must be noted that ACSA reserves its right to:

    1.1.1. Award the whole or a part of this tender;

    1.1.2. Split the award of this tender;

    1.1.3. Negotiate with all or some of the shortlisted bidders;

    1.1.4. Award the tender to a bidder other than the highest scoring bidder where objective criteria allow;

    1.1.5. To reject the lowest acceptable tender received; and/or

    1.1.6. Cancel this tender.

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 6

    1.8. Validity Period

    1.8.1. ACSA requires a validity period of one hundred and twenty (120) calendar days calculated from

    the closing date for Bid submission. During the validity period of the tender the prices which have

    been quoted by the bidder must remain firm and valid.

    1.8.2. During the validity period the prices which have been quoted by the bidder must remain firm and

    valid. It is only in exceptional circumstances where ACSA would accommodate a proposal to

    change the price

    1.9. Confidentiality of Information

    1.9.1. ACSA will not disclose any information disclosed to ACSA through this tender process to a third

    party or any other bidder without any written approval form the bidder whose information is sought.

    Furthermore,

    1.9.2. ACSA will not disclose the names of bidders until the tender process has been finalised and

    awarded and published on National Treasury eTender portal.

    1.9.3. Bidders may not disclose any information given to the bidders as part of this tender process to any

    third party without the written approval from ACSA. In the event that the bidder requires to consult

    with third parties on the tender, such third parties must complete confidentiality agreements, which

    should also be returned to ACSA with the bid.

    1.10. Hot Line

    ACSA subscribes to fair and just administrative processes. ACSA therefore urges its clients, suppliers and

    the general public to report any fraud or corruption to:

    Airports Company South Africa TIP-OFFS ANONYMOUS

    Free Call: 0800 00 80 80

    Free Fax: 0867 261 681

    Email: [email protected]

    1.11. By submitting a bid, the bidder certifies that the information and documents provided are true, correct and

    devoid of any fraudulent misrepresentations. ACSA reserves it right to seek further legal action if the bidder

    fails to comply with this paragraph.

    mailto:[email protected]

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 7

    2. SECTION 2: SPECIAL TERMS AND CONDITIONS

    2.1. The Bidders shall be obliged to adhere to the terms and conditions of the tender as stipulated

    below:

    Bidders must provide the names, physical and postal addresses, telephone and fax numbers of their

    regional or provincial offices and head office;

    Bidders must provide the names, identity numbers and street addresses of all directors, stakeholder

    and members or partners of, their companies or close corporations or partnerships, respectively as

    the case may be;

    The Bidders must be a South African registered entity

    Bidders must provide security clearances of the employees who will be placed at the ACSAs facilities

    as may be requested;

    Bidders must provide proof of school/tertiary, qualifications, professional registration, HPCSA

    accreditations and any relevant body governing the professions. Certificates are to be verified and

    examined by ACSA officials and to be produced for inspection as and when required;

    Bidders must provide consent of their employees that they do not object to signing a Declaration of

    Confidentiality or Oath of Secrecy regarding any of ACSA and/or clients information handled by the

    service provider;

    ACSA has the right to conduct unannounced site visits to all short-listed bidders premises.

    The lowest price does not necessarily mean the bidder will be awarded the contract, all regulatory

    requirements governing the profession inter alia must be adhered to.

    Transformation is key to ACSAs transformation imperatives and empowerment, equity allocation

    (including staff complement at various levels) as determined by ACSA will be considered in the

    evaluation of the quotations.

    The successful service provider will be required to pay back to ACSA a minimum of a percentage %

    (to be agreed) as a rental from service rendered using ACSA equipment and assets to community

    other than ACSA. The parties shall have monthly audit meetings where it will agree what the total

    turnover amounts to and its representatives shall issues and sign a certificate indicating the amount

    due, which amount shall be payable to ACSA within 3 days of date of issue.

    2.2. The scope of services is as detailed in PART A, PART B, PART C, PART D, and PART E (Bidders

    can bid for all the parts or can bid for any part)

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 8

    PART A OCCUPATIONAL HEALTH SERVICES

    3. SECTION 3: BACKGROUND, PURPOSE AND SCOPE OF WORK

    3.1. Background

    3.1.1. Since inception approximately 25 years ago, Airports Company South Africa Limited

    (ACSA) has transformed into a focused, profitable and commercial enterprise that is market-

    driven and customer service oriented. The principal ACSA sites comprise of major

    international airports namely O.R. Tambo (ORTIA), Cape Town (CTIA) and King Shaka

    (KSIA). The other sites are, Bram Fischer (Bram), Upington (UTN), Port Elizabeth (PLZ),

    East London Airport, George Airport, Kimberley Airport and the Corporate Office.

    3.1.2. The sustained growth in traffic over the years, coupled with a creative and performance

    focused management and leadership team have contributed to the Companys excellent

    financial performance over time. This has enabled the Company to transform South Africas

    airports into world-class airports, delivering value for customers, stakeholders, shareholders

    and employees.

    3.1.3. Airports Company South Africa is requesting proposals from qualified medical service

    providers to provide legislative medial and emergency medical services, occupational

    medicals and low cost medical assistance at Airports Company of South Africas Airports

    and Corporate Office, that is 10 Business units, made of the nine (9) Airports and Corporate

    Office based in Bedfordview. This in line with the following regulations and Acts and all

    others not mentioned governing the profession of the services being procured:

    - The South African Civil Aviation Authority (SACAA) Part 139.02.6 & 139.02.24,

    supplemented by the standards contained in the ICAO Doc 9137, Part 7 of the Airport

    Services Manual, Appendix 3, Airport Medical Services

    - The International Health Regulations (2005)

    - The Occupational Health & Safety Act, Act 85 of 1993, as amended

    - The National Health Act of 56 of 1974 as amended

    - The Nursing Act 50 of 78 as amended

    - The Health Profession Act 56 of 1974

    3.1.4. ACSA seeks proposals that provides onsite sustainable, efficient airport medical facilities,

    equipped to provide a continuous service to the airport community including medical

    emergency services, occupational health care and low cost medical assistance, that is not

    only compliant with international and local legislative requirements but minimises against

    the loss of lives at the airport and creates an environment that caters for the wellbeing of

    the employees, and all stakeholders.

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 9

    3.1.5. Airports Company South Africa will constantly review the contractors onsite service

    standards to ensure the highest level of services throughout the organisation.

    3.2. Purpose of this Tender

    3.2.1. Airports Company South Africa (ACSA) currently manages a network of nine airports in

    South Africa, including the three main international gateways of O.R. Tambo International,

    Cape Town International and King Shaka International Airports. As of March 2017, the nine

    airports facilitated nearly 39 million passengers. ACSA at the end of the FY 2017 employs

    approximately 3000 employees, and indirectly created 23505 job opportunities.

    3.2.2. Organizational Context

    Presently, ACSA provides a limited medical service bouquet at each of its airports. The

    infrastructure of the facility and business model for this facility varies. In support of our 2025

    vision and already being recognized as an employer of choice, ACSA would like to progress

    the opportunity to have a resident medical services facility at each of its airports. This size

    of the medical facility will vary depending on various factors such as: staff establishment at

    the airport; the number of contractor staff performing work at the airport; and maturity of the

    aerotropolis at each airport.

    3.2.3. It is also our preference for these medical facilities to have operating agreements

    (partnerships or memorandum of understanding) with one or more local medical facilities

    near the airport to assist when day to day emergencies arise, as well as in cases where

    more persons require treatment simultaneously.

    3.2.4. Our existing medical facilities perform various medical assessments on employees and

    stakeholders based at the airport as per legal requirements.

    3.2.5. The preferred selected Service Provider will be required on appointment to have an

    appointed Aviation Medical Practitioner available on request.

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 10

    3.3. Scope of works

    OR Tambo International Airport Resources / Manpower

    Airport Operating hours 24hrs

    NB: Clinic operating hours 06:00 17:00

    Cape Town International Airport Resources / Manpower

    Airport Operating hours 24hrs

    NB: Clinic operating hours 08:00 16:30

    King Shaka International Airport Resources / Manpower NB: ONLY FROM YEAR 2020

    Airport Operating hours 24hrs

    1. Occupational and primary care services consisting of the minimum requirements of: two (2) Registered Occupational Nurse, - Shift one 1 x registered occupational nurse with 5 years of experience in occupational and administrator Shift two 1 x registered occupational nurse to man clinic until last commercial flight a) b) One (1) Administrator (Technician), c) An Occupational Doctor (6 hours per week minimum and as

    required by ACSA) - To provide the following services:

    Baseline (pre-and exit employment) health examination as per man-job-specifications

    - Ill-health medical examinations and case management - Risk Based Medical Surveillance for various licensing

    activities and early detection of adverse exposure for Risk Based activities

    - Health Risk Assessments - Treatment and referral of Injury on Duty (IOD) cases - Administration all IOD cases (including Occupational

    Health Diseases) - Participation in disaster management activities - Participate in audits conducted by ACSA when required - Render Primary Healthcare Services and medication in

    accordance to the 22A (12) Permit list, this includes HIV/Aids first level counselling and referral, Health education, STD Management within limitations of the 22A (12) permit and or medical aid benefits)

    - Attendance at relevant Operations meetings - Make presentations to the Health, Safety and

    Environmental Committee - Compile monthly reports and submit before the 4th of

    every month - Weekly reports to the Safety Department before 08:00

    very Monday 2. Provide Travel Medicine Services 3. Chronic illness management (this excludes provision of

    medication)

    1. Occupational and primary care services consisting of the minimum requirements of: a) One (1) Registered Occupational Nurse b) One (1) Administrator (Technician), c) An Occupational Doctor (Once a week 3 hrs minimum and

    as required by ACSA) - To provide the following services:

    Baseline (pre-and exit employment) health examination as per man-job-specifications

    - Ill-health medical examinations and case management - Risk Based Medical Surveillance for various licensing

    activities and early detection of adverse exposure for Risk Based activities

    - Health Risk Assessments - Treatment and referral of Injury on Duty (IOD) cases - Administration all IOD cases (including Occupational

    Health Diseases) - Participation in disaster management activities - Participate in audits conducted by ACSA when required - Render Primary Healthcare Services and medication in

    accordance to the 22A (12) Permit list, this includes HIV/Aids first level counselling and referral, Health education, STD Management within limitations of the 22A (12) permit and or medical aid benefits)

    - Attendance at relevant Operations meetings - Make presentations to the Health, Safety and

    Environmental Committee - Compile monthly reports and submit before the 4th of

    every month - Weekly reports to the Safety Department before 08:00

    very Monday 2. Provide Travel Medicine Services 3. Chronic illness management (this excludes provision of

    medication) 4. NB: The service provider to keep in mind that there is anticipated

    growth for this Airport and therefore shall be in a position to increase the number of nurse as the client deems necessary.

    1. Occupational and primary care services consisting of the minimum requirements of: a) one (1) Registered Occupational Nurse b) An Occupational Doctor (6 hours per week

    minimum and as required by ACSA) - To provide the following services:

    Baseline (pre-and exit employment) health examination as per man-job-specifications

    - Ill-health medical examinations and case management

    - Risk Based Medical Surveillance for various licensing activities and early detection of adverse exposure for Risk Based activities

    - Health Risk Assessments - Treatment and referral of Injury on Duty (IOD)

    cases - Administration all IOD cases (including

    Occupational Health Diseases) - Participation in disaster management

    activities - Participate in audits conducted by ACSA

    when required - Render Primary Healthcare Services and

    medication in accordance to the 22A (12) Permit list, this includes HIV/Aids first level counselling and referral, Health education, STD Management within limitations of the 22A (12) permit and or medical aid benefits)

    - Attendance at relevant Operations meetings - Make presentations to the Health, Safety and

    Environmental Committee - Compile monthly reports and submit before

    the 4th of every month - Weekly reports to the Safety Department

    before 08:00 very Monday 2. Provide Travel Medicine Services 3. Chronic illness management (this excludes provision of

    medication)

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 11

    Port Elizabeth International Airport Resources / Manpower George Airport Resources / Manpower East London Airport Resources / Manpower

    1. Occupational and primary care services consisting of the minimum requirements of: a) one (1) Registered Occupational Nurse, 8 hrs 3 times a

    week b) An Occupational Doctor (once a week 2 hrs minimum

    and as and when required by ACSA) - To provide the following services:

    Baseline (pre-and exit employment) health examination as per man-job-specifications

    - Ill-health medical examinations and case management

    - Health Risk Assessments - Risk Based Medical Surveillance for various

    licensing activities and early detection of adverse exposure for Risk Based activities

    - Treatment and referral of Injury on Duty (IOD) cases

    - Administration all IOD cases (including Occupational Health Diseases)

    - Participation in disaster management activities - Participate in audits conducted by ACSA when

    required - Render Primary Healthcare Services and

    medication in accordance to the 22A (12) Permit list, this includes HIV/Aids first level counselling and referral, Health education, STD Management within limitations of the 22A (12) permit and or medical aid benefits)

    - Attendance at relevant Operations meetings - Make presentations to the Health, Safety and

    Environmental Committee - Compile monthly reports and submit before the 4th

    of every month - Weekly reports to the Safety Department before

    08:00 very Monday 2. Provide Travel Medicine Services 3. Chronic illness management (this excludes provision of

    medication)

    1. Occupational and primary care services consisting of the minimum requirements of: c) one (1) Registered Occupational Nurse, 8 hrs 3 times a

    week d) An Occupational Doctor (once a week 2 hrs minimum

    and as and when required by ACSA) - To provide the following services:

    Baseline (pre-and exit employment) health examination as per man-job-specifications

    - Ill-health medical examinations and case management

    - Health Risk Assessments - Risk Based Medical Surveillance for various

    licensing activities and early detection of adverse exposure for Risk Based activities

    - Treatment and referral of Injury on Duty (IOD) cases

    - Administration all IOD cases (including Occupational Health Diseases)

    - Participation in disaster management activities - Participate in audits conducted by ACSA when

    required - Render Primary Healthcare Services and

    medication in accordance to the 22A (12) Permit list, this includes HIV/Aids first level counselling and referral, Health education, STD Management within limitations of the 22A (12) permit and or medical aid benefits)

    - Attendance at relevant Operations meetings - Make presentations to the Health, Safety and

    Environmental Committee - Compile monthly reports and submit before the 4th

    of every month - Weekly reports to the Safety Department before

    08:00 very Monday 2. Provide Travel Medicine Services 3. Chronic illness management (this excludes provision of

    medication)

    1. Occupational and primary care services consisting of the minimum requirements of: e) one (1) Registered Occupational Nurse, 8 hrs 3 times a

    week f) An Occupational Doctor (once a week 2 hrs minimum

    and as and when required by ACSA) - To provide the following services:

    Baseline (pre-and exit employment) health examination as per man-job-specifications

    - Ill-health medical examinations and case management

    - Health Risk Assessments - Risk Based Medical Surveillance for various

    licensing activities and early detection of adverse exposure for Risk Based activities

    - Treatment and referral of Injury on Duty (IOD) cases

    - Administration all IOD cases (including Occupational Health Diseases)

    - Participation in disaster management activities - Participate in audits conducted by ACSA when

    required - Render Primary Healthcare Services and

    medication in accordance to the 22A (12) Permit list, this includes HIV/Aids first level counselling and referral, Health education, STD Management within limitations of the 22A (12) permit and or medical aid benefits)

    - Attendance at relevant Operations meetings - Make presentations to the Health, Safety and

    Environmental Committee - Compile monthly reports and submit before the 4th

    of every month - Weekly reports to the Safety Department before

    08:00 very Monday 2. Provide Travel Medicine Services 3. Chronic illness management (this excludes provision of

    medication)

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 12

    Bram Fischer International Airport Resources / Manpower Kimberley Airport Resources / Manpower Upington Airport Resources / Manpower

    1. Occupational and primary care services consisting of the minimum requirements of: g) one (1) Registered Occupational Nurse, 8 hrs 3 times a

    week h) An Occupational Doctor (once a week 2 hrs minimum

    and as and when required by ACSA) - To provide the following services:

    Baseline (pre-and exit employment) health examination as per man-job-specifications

    - Ill-health medical examinations and case management

    - Health Risk Assessments - Risk Based Medical Surveillance for various

    licensing activities and early detection of adverse exposure for Risk Based activities

    - Treatment and referral of Injury on Duty (IOD) cases

    - Administration all IOD cases (including Occupational Health Diseases)

    - Participation in disaster management activities - Participate in audits conducted by ACSA when

    required - Render Primary Healthcare Services and

    medication in accordance to the 22A (12) Permit list, this includes HIV/Aids first level counselling and referral, Health education, STD Management within limitations of the 22A (12) permit and or medical aid benefits)

    - Attendance at relevant Operations meetings - Make presentations to the Health, Safety and

    Environmental Committee - Compile monthly reports and submit before the 4th

    of every month - Weekly reports to the Safety Department before

    08:00 very Monday 2. Provide Travel Medicine Services 3. Chronic illness management (this excludes provision of

    medication)

    1. Occupational and primary care services consisting of the minimum requirements of: i) one (1) Registered Occupational Nurse, 8 hrs 3 times a

    week j) An Occupational Doctor (once a week 2 hrs minimum

    and as and when required by ACSA) - To provide the following services:

    Baseline (pre-and exit employment) health examination as per man-job-specifications

    - Ill-health medical examinations and case management

    - Health Risk Assessments - Risk Based Medical Surveillance for various

    licensing activities and early detection of adverse exposure for Risk Based activities

    - Treatment and referral of Injury on Duty (IOD) cases

    - Administration all IOD cases (including Occupational Health Diseases)

    - Participation in disaster management activities - Participate in audits conducted by ACSA when

    required - Render Primary Healthcare Services and

    medication in accordance to the 22A (12) Permit list, this includes HIV/Aids first level counselling and referral, Health education, STD Management within limitations of the 22A (12) permit and or medical aid benefits)

    - Attendance at relevant Operations meetings - Make presentations to the Health, Safety and

    Environmental Committee - Compile monthly reports and submit before the 4th

    of every month - Weekly reports to the Safety Department before

    08:00 very Monday 2. Provide Travel Medicine Services 3. Chronic illness management (this excludes provision of

    medication)

    1. Occupational and primary care services consisting of the minimum requirements of: k) one (1) Registered Occupational Nurse, 8 hrs 3 times a

    week l) An Occupational Doctor (once a week 2 hrs minimum

    and as and when required by ACSA) - To provide the following services:

    Baseline (pre-and exit employment) health examination as per man-job-specifications

    - Ill-health medical examinations and case management

    - Health Risk Assessments - Risk Based Medical Surveillance for various

    licensing activities and early detection of adverse exposure for Risk Based activities

    - Treatment and referral of Injury on Duty (IOD) cases

    - Administration all IOD cases (including Occupational Health Diseases)

    - Participation in disaster management activities - Participate in audits conducted by ACSA when

    required - Render Primary Healthcare Services and

    medication in accordance to the 22A (12) Permit list, this includes HIV/Aids first level counselling and referral, Health education, STD Management within limitations of the 22A (12) permit and or medical aid benefits)

    - Attendance at relevant Operations meetings - Make presentations to the Health, Safety and

    Environmental Committee - Compile monthly reports and submit before the 4th

    of every month - Weekly reports to the Safety Department before

    08:00 very Monday 2. Provide Travel Medicine Services 3. Chronic illness management (this excludes provision of

    medication)

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 13

    CORPORATE Resources / Manpower

    Minimum Requirement of: 1. Occupational and primary care services consisting of the minimum requirements of:

    a) Sick Bay equipped with emergency response equipment b) Medical will be done at OR Tambo c) Health Risk Assessments d) Service Provider to enter to an MOU to attend to emergencies from Corporate office

    NB: The service provider to note that the secondary services to be rendered which are not primary to ACSA however are required by other airport users are as follows;

    - Provide Travel Medicines Services - Handling of emergency medical cargo - Medical Consultation with Transit patients. - Temporary hosting of medically booked passengers

    In the situations the service provider will make direct arrangements with the user

    3.3.1. In conjunction with these medical services, ACSA would also like to also perform additional

    medical testing such as substance abuse, drug and alcohol screening for its employees as

    per company policy requirements.

    3.3.2. Note that tests to assess whether an employee is under the influence of alcohol will also be

    performed on ACSA tenants, contractors entering the airports from time to time. The nature

    of services here should be to perform the clinical test as well as having systems and

    processes in place for reporting and handling grievances.

    3.3.3. It is ACSAs intent that provision of the medical services described above be the

    responsibility of the appointed service provider. ACSA is also open to the new service

    provider using such a facility to provide service airport passengers, visitors and contractors

    that perform work at the airport at a cost to the patient or company requesting the service.

    3.3.4. It would be the responsibility of the service provider to develop/solicit business from the

    Airport Community.

    3.3.5. Presently, ACSA has a shared ambulance facility at some of its airports. It is our intent to

    provide such a facility at all airports where an ambulance is unavailable within a response

    time of 7 (seven) minutes.

    3.3.6. ACSA has identified designated areas at its airports for such facilities (clinic) and where

    necessary will undertake to assist with furnishing such facilities and make it available to the

    service provider/s. Rental cost will be applicable when additional revenue is generated by

    the Service Provider using ACSA equipment to service the Airport community other than

    ACSA employees.

    3.3.7. The Service Provider will be responsible for payment of utilities

    3.3.8. It will be expected that the service provider will maintain the facility per its standard

    occupancy guideline and as per legislative requirements.

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 14

    The table below lists occupational medicals required by ACSA.

    Basic Medicals Required (Further Tests to be Determined by The Service Provider Through Health Risk Assessments

    1. Periodic Medicals and or Airside Vehicle Operators Permit medicals (inclusive of physical examination, Audiograms, Spirometry (lung function), Titmus vision screening for AVOP, blood pressure and urine dipstick.(For various departments as per Health Risk Assessments)

    2. SACAA Security Medical in addition to above periodic medicals

    3. Biological monitoring

    4. Shift work inclusive of medical history, physical examination, vision screening, urine dipstick, blood pressure and audiogram

    5. Working at height exam (Physical examination and questionnaire)

    6. Musculo-skeletal Questionnaire

    7. Transfer medicals when transferring between departments and or Airports inclusive of physical examination, vision screening, urine dipstick, blood pressure and audiogram

    8. Exit medicals inclusive of physical examination, vision screening, urine dipstick, blood pressure and audiogram

    9. Vaccination for contact personnel (Service Provider to advise)

    NB: Service Provider to provide price list for individual medical tests

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 15

    ACSA Information (this numbers are estimates and fluctuates monthly)

    Information JNB CPT DUR PLZ GRJ ELS BFN UTN KIM COE

    Operating Hours 24hrs 24 hours 24 hours Monday to Sunday

    05:00 to 10:00

    Monday to Sunday

    06:00 to 19:00

    Monday to Friday

    06:00 -20:30.

    Saturday 08:00 to 18:00

    Sunday

    08:00 20:00

    Monday to Sunday

    05:30 - 20:00

    Monday to Friday

    06:30 to 19:00

    Saturday

    08:00 to 14:00

    Sunday

    09:30 to 18:00

    Monday to Sunday

    05:45 to 20:00

    Monday to Friday

    07:00 to 17:00

    ACSA Staff Compliment

    1200 543 426 118 72 74 74 30 39 440

    Airport Stakeholder Staff Compliment (estimate based on average permits issued)

    35000 6000 5000 746 378 320 450 233 N/A

    Estimate foot traffic per month

    18258 7855 4531 4659 3079 1902 1514 699 771

    Medical Emergency Services

    approximately 160 call-outs per month

    approximately 40 call-outs per month

    approximately 20 call outs per month

    approximately 5 call outs per month

    approximately 2 call outs per month

    approximately 2 call outs per month

    approximately 2 call outs per month

    approximately 2 call outs per month

    approximately 2 call outs per month

    approximately 2 call outs per month

    Occupational Health Medicals

    As per attachment

    As per attachment

    As per attachment

    As per attachment

    As per attachment

    As per attachment

    As per attachment

    As per attachment

    As per attachment

    As per attachment

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 16

    3.4. Minimum Requirements Only bidders meeting the following criteria will be considered for this tender:

    a) Supplier must have a minimum of three (3) years experience within the past five (5) years in

    occupational health and emergency medical service environment/industry or a similar service such

    as designing Occupational Health and Safety services for corporate industry servicing the both

    employees and the public, and / or medical assistance provision

    b) The service provider must provide contactable references for previous work done

    c) Bidder to be registered on the National Treasurys Central Supplier Database (www.csd.gov.za).

    Please attach proof of registration

    d) Bidder to have a valid Tax Clearance Certificate & Tax Compliance Status Pin or Proof of

    application

    e) Bidders to have a valid letter of good standing issued by the Department of Labour / F.E.M or RMA

    f) Qualifications and accreditation by the Health Profession Council of South Africa

    g) Public Liability Insurance for medical professional

    h) Audited/Verified/Prepared financial statements of the bidder for the previous 3 (three) financial years or to the extent that such statements are not available, for the last year

    i) COIDA original certificate of good standing issued by the Compensation fund (COID) or a licensed compensation insurer

    http://www.csd.gov.za/

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 17

    4. SECTION 4: PREFERENCE POINTS AND PRICE

    4.1. Preference Points Claims

    4.1.1. In terms of the PPPFA and its regulations only a maximum of 20 points may be awarded for

    preference. The preferential point systems are as follows:

    4.1.1.1. The 80/20 system for requirements with a Rand value of up to R50 000 000 (all

    applicable taxes included); and

    4.1.1.2. The 90/10 system for requirements with a Rand value above R50 000 000 (all

    applicable taxes included).

    4.1.2. The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included)

    and therefore the 80/20 system shall be applicable. Preference points for this bid shall be

    awarded for:

    4.2. The maximum points for this bid are allocated as follows:

    Points

    4.2.1. Price ______80_________

    B-BBEE Status Level of Contribution ______20_________

    Total Points for Price and B-BBEE must not Exceed 100

    4.2.2. Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification

    Certificate from a Verification Agency accredited by the South African Accreditation System

    (SANAS) or an affidavit in the case of Qualifying Small Enterprises and an Emerging Micro

    Enterprises together with the bid, will be interpreted to mean that preference points for B-BBEE

    status level of contribution are not claimed.

    4.2.3. ACSA 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

    ACSA.

    4.3. Definitions

    4.3.1. B-BBEE means broad-based black economic empowerment as defined in section 1 of the

    Broad -Based Black Economic Empowerment Act;

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 18

    4.3.2. B-BBEE status level of contributor means the B-BBEE status received by a measured

    entity based on its overall performance using the relevant scorecard contained in the Codes of

    Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-

    Based Black Economic Empowerment Act;

    4.3.3. Black Designated Groups has the meaning assigned to it in the codes of good practice

    issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

    4.3.4. Black People has the meaning assigned to it in the codes of good practice issued in terms

    of section 9(1) of the Broad-Based Black Economic Empowerment Act;

    4.3.5. Broad-Based Black Economic Empowerment Act means the Broad-Based Black

    Economic Empowerment Act 53 of 2003);

    4.3.6. Designated Group means:

    4.3.6.1. Black Designated Groups;

    4.3.6.2. Black People;

    4.3.6.3. Women;

    4.3.6.4. People with disabilities; or

    4.3.6.5. Small enterprises, as defined in section 1 of the national Small Enterprise Act 102 of

    1996;

    4.3.7. Consortium or Joint Venture 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;

    4.3.8. EME means an exempted micro enterprise in terms of the codes of good practice issued in

    terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;;

    4.3.9. Functionality means the ability of tenderer to provide goods or services in accordance with

    specifications as set out in the tender documents;

    4.3.10. Military Veteran has the meaning assigned to it in section 1 of the Military Veterans Act 18

    of 2011;

    4.3.11. People with disabilities has the meaning assigned to it in section 1 of the Employment

    Equity Act, 55 of 1998;

    4.3.12. Person includes a juristic person;

    4.3.13. PPPFA means the Preferential Procurement Policy Framework Act 5 of 2000 and its

    Regulations published on 20 January 2017;

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 19

    4.3.14. Price means all applicable axes less all unconditional discounts;

    4.3.15. QSE means a qualifying small business enterprises in terms of the codes of good practice

    issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act

    4.3.16. Rand Value means the total estimated value of a contract in South African currency,

    calculated at the time of bid invitations, and includes all applicable taxes and excise duties;

    4.3.17. Rural Area means:

    4.3.17.1. a sparsely populated area in which people farm or depend on natural resources

    including villages and small towns that are dispersed through the area; or

    4.3.17.2. an area including a large settlement which dee ds a on migratory labour and

    remittances and govern social grants for survival, and may have a traditional land

    tenure system;

    4.3.18. Total Revenue bears the same meaning assigned to this expression in the Codes of Good

    Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-

    Based Black Economic Empowerment Act and promulgated in the Government Gazette on

    9 February 2007;

    4.3.19. Township means an urban living area that any time from the late 19th century until 27 April

    1994, was reserved for black people, including areas developed for historically disadvantaged

    individuals post 27 April 1994;

    4.3.20. Trust means the arrangement through which the property of one person is made over or

    bequeathed to a trustee to administer such property for the benefit of another person;

    4.3.21. Trustee means any person, including the founder of a trust, to whom property is

    bequeathed in order for such property to be administered for the benefit of another person;

    and

    4.3.22. Youth has the meaning assigned to it in section 1 of the National Youth Development

    Agency Act 54 of 2008

    All terms not defined herein have the meanings assigned to them in the PPPFA.

    4.4. Adjudication Using A Point System

    4.4.1. The bidder obtaining the highest number of total points will be awarded the contract, unless

    objective criteria exist justifying an award to another bidder or ACSA exercises one or more of

    its disclaimers.

    4.4.2. Preference points will be calculated after prices have been brought to a comparative basis

    taking into account all factors of non-firm prices and all unconditional discounts

    4.4.3. Points scored will be rounded off to the nearest 2 decimal places.

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 20

    4.5. Award of Business where Bidders have Scored Equal Points Overall

    4.5.1. In the event that two or more bids have scored equal total points, the successful bid will be the

    one scoring the highest number of preference points for B-BBEE.

    4.5.2. 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 will be

    the one scoring the highest score for functionality.

    4.5.3. Should two or more bids be equal in all respects, the award will be decided by the drawing of

    lots.

    4.6. Points Awarded for Price

    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 comparative price of bid under consideration

    Pt = Comparative price of bid under consideration

    Pmin = Comparative price of lowest acceptable bid

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 21

    4.6.1. Points Awarded for B-BBEE Status Level of Contribution

    4.6.1.1. 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

    4.6.1.2. Bidders who qualify as EMEs in terms of the B-BBEE Act must submit an affidavit

    stating its annual turnover, certificate issued by a Verification Agency accredited by

    SANAS.

    4.6.1.3. Bidders other than EMEs must submit their original and valid B-BBEE status level

    verification certificate or a certified copy thereof, substantiating their B-BBEE rating

    issued by a Verification Agency accredited by SANAS. QSEs have an additional option

    of submitting a sworn affidavit as its B-BBEE certificate in terms of the amendments to

    the B-BBEE Codes of Good Practice in 2013.

    4.6.1.4. 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.

    4.6.1.5. 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.

    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

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 22

    4.6.1.6. 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.

    4.6.1.7. 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.

    4.6.1.8. A person awarded a contract may not sub-contract more than 25% of the value of the

    contract to any other enterprise that does not have an equal or higher B-BBEE status

    level than the person concerned, unless the contract is sub-contracted to an EME that

    has the capability and ability to execute the sub-contract.

    4.7. Bid Declaration

    Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete

    the following:

    (B-BBEE Status Level of Contribution Claimed in Terms of Paragraphs 4.2.1)

    B-BBEE Status Level of Contribution: ____________ = ____________(maximum of 10 or 20 points)

    (Points claimed in respect of paragraph 0must be in accordance with the table reflected in paragraph

    4.6.1.1and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency

    accredited by SANAS).

    4.8. Sub-Contracting

    4.8.1. Will any portion of the contract be sub-contracted? YES / NO (*Delete whichever is not

    applicable)

    4.8.2. If yes, indicate:

    4.8.2.1. The sub-contracted percentage is:______%

    4.8.2.2. The type of ownership is as follows in terms of percentage out of 100:

    4.8.2.2.1. black ownerships is: __________

    4.8.2.2.2. black youth ownership is: ___________

    4.8.2.2.3. black women ownership is: __________

    4.8.2.2.4. black people with disabilities ownerships is: ____________;

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 23

    4.8.2.2.5. black people in rural areas, underdeveloped areas or townships

    ownerships is: ___________

    4.8.2.2.6. black ownership of the co-operative is:_________

    4.8.2.2.7. black people who are military veteran ownership is: __________

    4.8.2.2.8. Combined ownership of any of the above is: ______________.

    4.8.3. The tendering condition must specify that the tenderer may only subcontract to a QSE listed

    above if the QSE has a B-BBEE status level that is equal to or more than that of the

    tenderer/bidder.

    4.8.3.1. The name of the sub-contractor is:

    __________________________________________

    4.8.3.2. The B-BBEE status level of the sub-contractor is: _____________________

    4.8.3.3. The sub-contractor is an EME: YES / NO (*Delete whichever is not applicable)

    4.8.4. A bidder may not sub-contract any portion of the tender after award without the written approval

    a delegated ACSA representative.

    4.9. Declaration with Regard to the Bidder

    4.9.1. Name of bidding

    entity

    4.9.2. VAT Registration

    4.9.3. number:

    4.9.4. Company

    registration

    number:

    4.9.5. Type of company /

    firm:

    Partnership/Joint Venture / Consortium

    One person business/sole propriety

    Close corporation

    Company

    (Pty) Limited

    [TICK APPLICABLE BOX]

    4.10. Describe principal business activities

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 24

    4.11. Company Classification

    Manufacturer

    Supplier

    Professional service provider

    Other service providers, e.g. transportation, etcetera.

    [TICK APPLICABLE BOX]

    4.12. Total numbers of years the company / firm has been in business:

    ___________________________________________

    4.13. 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-BBEE status level of contribution indicated in this bid

    of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we

    acknowledge that:

    4.13.1. The information furnished is true and correct;

    4.13.2. The preference points claimed are in accordance with the General Conditions as

    indicated in this Section;

    4.13.3. In the event of a contract being awarded as a result of points claimed, the contractor

    may be required to furnish documentary proof to the satisfaction of ACSA that the

    claims are correct;

    4.13.4. If the B-BBEE status level of contribution has been claimed or obtained on a

    fraudulent basis or any of the conditions of contract have not been fulfilled, ACSA

    may, in addition to any other remedy it may have:

    4.13.4.1. Disqualify the person from the bidding process;

    4.13.4.2. Recover costs, losses or damages it has incurred or suffered as a result of that

    persons conduct;

    4.13.4.3. 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;

    4.13.4.4. Restrict the bidder or contractor, its shareholders and directors, or only the

    shareholders and directors who acted on a fraudulent basis, from obtaining business

    from ACSA for a period not exceeding 10 years, after the audi alteram partem (hear

    the other side) rule has been applied; and

    4.13.4.5. Forward the matter for criminal prosecution.

    Witnesses:

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 25

    1. ______________________________

    __________________________ Signature(s) of bidder(s)

    2. ______________________________

    Date : ______________________________

    Address: ____________________________________________

    ____________________________________________________

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 26

    5. SECTION 5: EVALUATION CRITERIA

    5.1. Evaluation Criteria

    5.1.1. ACSA will use a pre-determined evaluation criterion when considering received bids. The evaluation

    criteria will consider the commitment made for mandatory returnable document/functionality/ Price

    and B-BBEE/Objective criteria. During the evaluation of received bids ACSA will make an assessment

    whether all the bids comply with set minimum requirements and whether all returnable

    documents/information have been submitted. Bidders which fail to meet minimum requirements,

    thresholds or have not submitted required mandatory documents will be disqualified from the tender

    process.

    5.1.2. The requirements of any given stage must be complied with prior to progression to the next stage.

    ACSA reserves the right to disqualify bidders without requesting any outstanding

    document/information.

    5.2. A staged approach will be used to evaluate bids and the approach will be as follows:

    Stage 1 Stage 2 Stage 3 Stage 4 Stage 5

    Ch

    eck

    if

    all

    the

    (man

    dato

    ry

    retu

    rnab

    le

    do

    cu

    men

    ts

    hav

    e

    been

    re

    ceiv

    ed

    Evalu

    ate

    on

    fu

    ncti

    on

    ality

    or

    the

    tech

    nic

    al

    asp

    ect

    of

    the b

    id

    Evalu

    ate

    pri

    ce a

    nd

    Pre

    fere

    nce

    (B-B

    BE

    E)

    Po

    st

    ten

    der

    neg

    oti

    ati

    on

    s

    Ch

    eck f

    or

    ob

    jecti

    ve c

    rite

    ria

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 27

    5.2.1. Mandatory Requirements

    A list of mandatory returnable documents must be consulted to understand which documents are

    required at the closing date and time. Further, to the mandatory returnable documents/information

    ACSA will only consider bidders which have:

    5.2.1.1. Supplier must have a minimum of three (3) years experience within the past five (5) years in

    occupational health and emergency medical service environment/industry or a similar

    service such as designing Occupational Health and Safety services for corporate industry

    servicing the both employees and the public, and / or medical assistance provision

    5.2.1.2. The service provider must provide contactable references for previous work done

    5.2.1.3. Bidder to be registered on the National Treasurys Central Supplier Database

    (www.csd.gov.za). Please attach proof of registration

    5.2.1.4. Bidder to have a valid Tax Clearance Certificate & Tax Compliance Status Pin or Proof of

    application

    5.2.1.5. Bidders to have a valid letter of good standing issued by the Department of Labour / F.E.M

    or RMA

    5.2.1.6. Qualifications and accreditation by the Health Profession Council of South Africa

    5.2.1.7. Public Liability Insurance for medical professional

    5.2.1.8. Audited/Verified/Prepared financial statements of the bidder for the previous 3 (three)

    financial years or to the extent that such statements are not available, for the last year

    5.2.1.9. COIDA original certificate of good standing issued by the Compensation fund (COID) or a

    licensed compensation insurer

    http://www.csd.gov.za/

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 28

    5.2.2. Functionality

    The functionality evaluation will be conducted by the end-user/operations/the Bid Evaluation

    Committee which comprises of various skilled and experienced members from diverse professional

    disciplines. The evaluation process will be based on prequalification/threshold criteria. The criteria

    will be as follows:

    Threshold

    The functional evaluation criteria will be based on a threshold, where bidders which fail to achieve a

    minimum of 70 points on the functional stage will not be considered further in the evaluation process.

    The thresholds on each element of the evaluation are as below table.

    NB: Functionality phase require full compliance of 70 Points to prevent elimination from the Bid. It

    should be further noted that a Minimum Qualifying Score per criteria must be fully met as set out.

    Failure to achieve any of the minimum score will result in the elimination for further consideration

    even if the overall minimum score has been achieved.

    FUNCTIONAL EVALUATION CRITERIA MIN MAX

    1. Profile of key staff members assigned as lead to the project

    - Medical Staff attach CVs, Certified copy of IDs and relevant Qualification ( Dr, and Nursing Staff) = 5 points

    - Registration with professional bodies) = 5 points - Dispensing licences = 5 points

    NB: Please provide criminal record clearance for each staff member

    15 15

    2. Previous relevant experience A minimum of 3 years experience in service analysis and customer needs within the occupational health and emergency medical service environment/industry or a similar service such as designing Occupational Health and Safety services for corporate industry servicing the both employees and the public. NB it needs to be specific to a similar environment,

    - 3 to 4 years = 5 points - 5 years and above = 10 points

    Attach written proof of References on official letterheads of the reference company and signed by authorized person (a minimum of 2 reference is required)

    - 2 latest contactable reference letters = 5 points - 3 latest contactable reference letters = 10 points - 4 latest contactable reference letters = 15 points

    10 30

    3. Detailed Proposal

    - Proposal Model to demonstrate how ACSA can ensure compliance to the various legislation that governs airports and employers responsibility towards employees and stakeholders = 5 points

    - Detailed proposal on service offering based on the scope of services in the tender document = 5 points

    10 15

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 29

    - Proposal model to demonstrate how ACSA can ensure compliance to the various legislation that governs airports and employers responsibility towards employees and stakeholders. The proposal should show; understanding of legislation that governs airports

    - Understanding of operational requirements for all stakeholders at the airport and corporate office = 5 points

    4. Relationship with Medical Aids - Service provider to have a link to a minimum of three medical aids proof

    to be submitted

    5 5

    5. Project Plan/Implementation - The service provider shall provide a detailed project plan. Proposed

    implementation plan starting 1 April 2018 = 10 points - Proposed Interim solution before full implementation = 5 points

    10 15

    6. Information Management System - Accessible to ACSA to monitor number of None ACSA visits to the clinics

    (this is to determine the number of visits service provider will be liable to pay back to ACSA in a form of rental based on a percentage to be negotiated after award) = 10 points

    NB: it should be noted that the data and information as contained for the duration of the Agreement with the selected Bidder will be ACSA IP including patients data and will be made available on conclusion or termination of contract.

    10 10

    7. Airside and Landside insurance requirements excess (Bidders to submit proof / consider undertaking) = 10 points

    10 10

    70 100

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 30

    5.3. Price and B-BBEE

    This is the final stage of the evaluation process and will be based on the PPPFA preference point

    system of 80/20 Price will amount to 80 points, whilst preference will be 20 points. The award of

    business will be made to a bidder which has scored the highest overall points for this stage of the

    evaluation, unless objective criteria exists, justifying an award to another bidder or ACSA splits the

    award or cancels the tender, etcetera. The pricing schedule to be completed is as follows:

    List of Services Per Month Minimum number of staff required Total cost per month

    1. OR Tambo International Airport 4

    2x Registered Occupational Nurse

    1x Occupational Medical Practitioner

    1x Technician (administrator)

    2. Cape Town International Airport 4

    2x Registered Occupational Nurse

    1x Occupational Medical Practitioner

    1x Technician (administrator)

    3. Port Elizbeth International Airport 2

    1x Registered Occupational Nurse

    1x Occupational Medical Practitioner

    4. Upington International Airport 2

    1x Registered Occupational Nurse

    1x Occupational Medical Practitioner

    5. Bram Fischer International Airport 2

    1x Registered Occupational Nurse

    1x Occupational Medical Practitioner

    6. East London Airport 2

    1x Registered Occupational Nurse

    1x Occupational Medical Practitioner

    7. Kimberley Airport 2

    1x Registered Occupational Nurse

    1x Occupational Medical Practitioner

    8. George Airport 2

    1x Registered Occupational Nurse

    1x Occupational Medical Practitioner

    Management Fee

    Total R

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 31

    Bidders must only price in accordance with the pricing schedule above, this will enable ACSA to

    compare priced offers. Failure to submit a priced offer using the prescribed schedule will make the

    bid liable for disqualification.

    5.4. Objective Criteria (Post Evaluation)

    In terms of the PPPFA, the application of objective criteria may be a valid and justifiable reason why

    a tender is not awarded to the highest scoring/higher ranked supplier, after application of the 80:20

    preference points system (post evaluation). The objective criteria for this transaction is in accordance

    with section (2) (1) (f) of the PPPFA and will be used in awarding the tender. i.e. ACSA reserves the

    right to award to a supplier who may not be the highest scoring or ranked supplier, in line with section

    (2) (1) (f) of the PPPFA and consist of the following:

    - Transformation of this sector by the appointment of a Black Owned Firm(s) that meet the

    functionality requirements. This will be in line with the Ownership priority element of the Revised

    Codes of Good Practice that came into full effect on 01 May 2015

    - ACSA will give preference to African Owned EMEs who score a minimum total of 60 points on

    Price and B-BBEE. ACSA may award this bid to more than one supplier

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 32

    6. SECTION 6: RETURNABLE DOCUMENTS

    6.1. Mandatory Returnable documents

    ACSA will disqualify from the tender process any bidder that has failed to submit mandatory

    returnable documents and information on the closing date and time. Bidders should therefore ensure

    that all the mandatory returnable documents and information have been submitted. In order to assist

    bidders, ACSA has also included a column next to the required mandatory document and information

    to enable bidders to keep track of whether they have submitted or not. The mandatory documents

    and information are as follows:

    6.2. Other Returnable Documents and information

    MANDATORY RETURNABLE DOCUMENTS AND INFORMATION SUBMITTED

    [Yes or No]

    Acceptance of Request for Proposal Terms & Conditions and Bidders Particulars

    Company background & Executive Summary

    Names and identity numbers of Directors

    Certificate of Incorporation (CIPC Documents)

    Joint Venture (JV) Agreement (If Applicable)

    Bidders relevant Experience, Bidders References and/or List of References

    Valid Original/certified copy of the B-BBEE Certificate from approved certification

    body (SANAS accredited verification agency)

    Valid Tax Clearance Certificate/Tax Compliance Status PIN/Proof of application

    Declaration of Insolvency or Liquidation, Latest Audited Financial Statements, Credit

    References and Banking Reference

    Declaration of conflict of interest and Declaration Form

    Declaration of forbidden practises

    Registration of the National Treasury CSD

    6.3. These types of documents and information are required but are not mandatory or are only mandatory

    at specific stages of the process. ACSA may request bidders to submit these documents or

    information after the closing date and time or might already have them on the system. Where a

    document or information is only mandatory at a specific stage in the process, ACSA may only

    disqualify a bidder for non-submission at that stage and after reasonable efforts were made to request

    the document from the bidder. The documents are as follows:

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 33

    MANDATORY RETURNABLE DOCUMENTS AND INFORMATION SUBMITTED

    [Yes or No]

    Tax Clearance Certificate (ACSA many not award a tender to a bidder whose

    tax affairs have not been declared to be in orders by SARS)

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 34

    6.4. Validity of submitted information

    Bidders must ensure that any document or information which has been submitted in pursuance to

    this tender remains valid for the duration of the contract period. The duty is on the bidder to provide

    updated information to ACSA immediately after such information has changed.

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 35

    7. SECTION 7: DECLARATION FORM

    7.1. Making a Declaration

    Any legal person or persons having a relationship with persons employed by ACSA, including a blood

    relationship, may submit a bid in terms of this tender document. In view of possible allegations of

    unfairness, should the resulting bid, or part thereof, be awarded to persons connected with or related

    to ACSA employees, it is required that the bidder or his/her authorised representative declare his/her

    position in relation to ACSA employees or any member of the evaluation or adjudication committee

    which will consider bids. Furthermore, ACSA requires all bidders to declare that they have not acted

    in any manner inconsistent with the law, policy or fairness.

    7.2. All bidders must complete a declaration of interest form below:

    Full name of the bidder or representative of

    the bidding entity

    Identity Number

    Position held in the bidding entity

    Registration number of the bidding entity

    Tax Reference number of the bidding entity

    VAT Registration number of the bidding entity

    I/We certify that there is a / no relationship between the bidding entity or any of its shareholders /

    directors / owner / member / partner with any ACSA employee or official.

    Where a relationship exists, please provide details of the ACSA employee or official and the extent of the

    relationship below

    7.3. Full Names of Directors / Trustees / Members / Shareholders of the bidding entity

    Full Name Identity Number Personal Income Tax Reference Number

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 36

    7.4. I/We declare that we have not acted in any manner which promotes unfairness, contravenes any law

    or is against public morals. We further certify that we will in full compliance of this tender terms and

    conditions as well as ACSA policies in the event that we are successful in this tender.

    Declaration:

    I/We the undersigned ____________________________________________________ (Name)

    herby certify that the information furnished in this tender document is true and correct. We further

    certify that we understand that where it is found that we have made a false declaration or statement

    in this tender, ACSA may disqualify our bid or terminate a contract we may have with ACSA where

    we are successful in this tender.

    ___________________________ _________________________________

    Signature Date

    ____________________________ __________________________________

    Position Name of bidder

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 37

    8. SECTION 8: BRIEFING SESSION FORM

    This is to certify that:

    Bidder Name _____________________________________________________________

    Attended a briefing / site inspection meeting which was held on ________ of ___________________ 2018. Bidder was represented by:

    Name:

    Designation:

    This certification is made on behalf of ACSA by:

    Name:

    Designation:

    Signature:

    Date:

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 38

    9. SECTION 9: DECLARATION OF FORBIDDEN PRACTICES

    I/We hereby declare that we have not/been found guilty of any illegal activities relating to corruption, fraud,

    B-BBEE fronting, anti-competitive practices and/or blacklisted by an organ of State Owned Company, etc.

    and/or any other forbidden practices.

    I/We declare the following:

    Description Penalty Organ of State / State Owned

    Company

    a)

    b)

    Furthermore, I/We declare that to the best of my/our knowledge there is /are no further practices to be

    declared or which are in the process of being finalised. The following are alleged practices which have not

    yet been finalised.

    Description Organ of State / State Owned Company

    a)

    b)

    This declaration was signed on _______ of ____________________________ 201_____

    Name:

    Designation:

    Signature:

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 39

    APPENDIX A ACCEPTANCE OF RFP TERMS AND CONDITIONS

    TO: The Supply Chain General Manager

    Airports Company South Africa Ltd.

    Proposal No: COR130/2017

    1. Bidders Name and Contact Details

    Bidder:

    Physical Address:

    Correspondence to be addressed to:

    Fax Number:

    Phone numbers:

    Email Address:

    Contact Person:

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 40

    2. Bid Certification

    We hereby submit a Bid in respect of the tender COR130/2017 at Airports Company South Africas

    Corporate Offices.

    We acknowledge that ACSAs terms and conditions (as amended and mutually agreed between

    the parties if necessary) shall apply to the agreement with the successful Bidder,

    We have read, understand and agree to be bound by the content of all the documentation provided

    by ACSA in this Request for Bid.

    We accept that ACSAs Tender Boards decision is final and binding.

    We certify that all forms of Proposal as required in the Proposal document are included in our

    submission.

    We certify that all information provided in our Proposal is true, accurate, complete and correct.

    This Proposal is specific to this Bid only; it has no impact, influence or effect on any other project

    for which a Bid may be submitted.

    The undersigned is/are authorized to submit and sign the Bid that shall be binding on closure of

    the Bid submission.

    The Bid is binding on this Bid for a period which lapses after one hundred and twenty (120) days

    calculated from the closing date of Bid submission.

    Thus done and signed at on this the day of 2018

    Signature:

    Name:

    For and behalf of:

    Tendering entity name:

    Capacity:

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 41

    APPENDIX B COVER LETTER (Attach a cover letter here)

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 42

    APPENDIX C COMPANY REGISTRATION DOCUMENTS (Attach CIPC documents here)

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 43

    APPENDIX D JOINT VENTURE (JV) AGREEMENT (IF APPLICABLE)

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 44

    APPENDIX E 3 (THREE) YEARS AUDITED FINANCIAL STATEMENTS

    3 Years Verified/Prepared Financial Statements of the Bidder for the previous three financial years (start-up

    enterprises established and in operation for a period of 1 year to submit bank verified 12 months statements).

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 45

    APPENDIX F TAX CLEARANCE CERTIFICATE (Attach a Tax Compliance Status or PIN)

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 46

    APPENDIX G ORIGINAL OR CERTIFIED COPY OF B-BBEE CERTIFICATE (Attach Original or Certified copy of BBBEE here)

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 47

    APPENDIX H COMPANY PROFILE (Attach your Company profile here)

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 48

    APPENDIX I PRICING SCHEDULE

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 49

    APPENDIX J CENTRAL SUPPLIER DATABASE REPORT

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 50

    PART B: SUPPLY OF EMERGENCY MEDICAL ASSISTANCE AND

    EMERGENCY MEDICAL TRANSPORTATION

    NB: FULLY EQUIPED AMBULANCES WILL BE SUPPLIED BY ACSA, SERVICE PROVIDER WIL ENSURE ON

    IMPLEMENTATION THEY ARE MAINTAINED AND REPLENISHED TO THE APPLICABLE STANDARDS

    THE SERVICES PROVIDER TAKING RESPONSIBILITY FOR STAFFING AND PROVIDING MEDICAL SUPPLIES

    FOR THE AMBULANCE SERVICES AS REQUIRED BY LEGISLATION INCLUDING INTER-ALIA LICENSING AND

    REGISTRATION.

    - A Service Provider shall on need have a response vehicle (Private Vehicle) on call to attend to

    emergency

    - A system to manage emergency calls to enable quick response where applicable

    1. BACKGROUND

    - The Scope of Work comprises the provision for the supply of emergency medical

    assistance services and emergency medical transportation services as needed by ACSA

    as further detailed herein.

    - The Supplier therefore agrees that it shall perform the Supply in accordance with the

    requirements of all applicable laws and the standards stipulated by the Health Professions

    Council of South Africa and to a standard which is in accordance with its knowledge,

    experience and expertise in regard to emergency medical services and emergency

    medical transportation.

    2. SCOPE OF WORK CONSISTS OF THE FOLLOWING BUT NOT LIMITED TO:

    2.1 Emergency Medical Care:

    a) The Supplier is required to provide first line emergency medical care for airport

    community (comprising of ACSA employees, stakeholders, contractors, airport

    users, Cargo and remote sites where applicable)

    b) Continuous primary emergency service, provision of qualified EMS personnel to

    manage the primary ambulance service by road to the nearest appropriate medical

    facility, from an identified ambulance station at OR Tambo International Airport on

    a 24 (twenty-four) hour basis, 7 (seven) days per week with at least 2 (two) BAA

    (Basic Ambulance Attendant, Basic Life Support) personnel at the base station.

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 51

    OR Tambo International Airport requirements

    Service Provider to recommend shift pattern

    1 (one) x Ambulance [Ambulance No 1]

    1 (one) x AEA (Ambulance Emergency Assistant, Intermediate Life Support)

    1 (one) x BAA

    2 (two) x Ambulance [Ambulance No 2]

    1 (one) x AEA (Ambulance Emergency Assistant, Intermediate Life Support)

    1 (one) x BAA

    3 (three) x Ambulance [Ambulance No 3]

    1 (one) x AEA (Ambulance Emergency Assistant, Intermediate Life Support)

    1 (one) x BAA

    1 (one) x Advanced Ambulance Support per shift resident at the Airport during day shift and on call during night shift and response time of 5 minutes

    Note: At any time per each shift there would be 3 (three) x AEA and 3 (three) x BAA

    Cape Town International Airport requirements

    (one) x Ambulance [Ambulance No 1]

    - 1 (one) x AEA (Ambulance Emergency Assistant, Intermediate Life Support)

    - 1 (one) x BAA

    2 (two) x Ambulance [Ambulance No 2]

    - 1 (one) x AEA (Ambulance Emergency Assistant, Intermediate Life Support)

    - 1 (one) x BAA

    Note: At any time per each shift there would be 2 (two) x AEA and 2 (two) x BAA

    NB: it should be noted that for the Regional Airports there are currently MOU in place, and it is

    expected that the preferred Service Provider takes over and ensures services remains

    available.

    2.2 Time of the Essence

    2.2.1 Time shall be of the essence with regards to the performance of the preferred

    Service Provider to its obligations. Rapid response must be within 7 (seven)

    minutes maximum from time of call.

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 52

    2.1. Mandatory Requirements Only bidders meeting the following criteria will be considered for this tender:

    a) Supplier must have a minimum of three (3) years experience within the past five (5) years in

    medical emergency response and assistance experience in the Aviation environment will be an

    added advantage

    b) The service provider must provide contactable references for previous work done (3 references)

    c) Bidder to be registered on the National Treasurys Central Supplier Database (www.csd.gov.za).

    Please attach proof of registration

    d) Bidder to have a valid Tax Clearance Certificate & Tax Compliance Status Pin or Proof of

    application

    e) Bidders to have a valid letter of good standing issued by the Department of Labour / F.E.M or RMA

    f) Qualifications and accreditation by the Health Profession Council of South Africa for EMS

    g) Public Liability Insurance for medical professional

    2.2. Price and B-BBEE

    This is the final stage of the evaluation process and will be based on the PPPFA preference point system

    of 80/20 Price will amount to 80 points, whilst preference will be 20 points. The award of business will be

    made to a bidder which has scored the highest overall points for this stage of the evaluation, unless objective

    criteria exists, justifying an award to another bidder or ACSA splits the award or cancels the tender, etcetera.

    The pricing schedule to be completed is as follows:

    OR Tambo International Airport requirements Monthly cost

    Staff requirements

    X 6 EMS (BLS&ILS)

    X 1 EMS (ALS)

    Cape Town International Airport requirements Monthly cost

    Staff requirements

    X 4 EMS (BLS&ILS)

    King Shaka International Airport requirements Monthly cost

    Staff requirements

    X 2 EMS (BLS&ILS)

    Management Fee

    MOU Regional Airports

    Total R

    http://www.csd.gov.za/

  • Issue: 1 Template Issue Date: 28/02/2014

    Page 53

    2.3. Objective Criteria (Post Evaluation)

    In terms of the PPPFA, the application of objecti