REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and...

47
REQUEST FOR INFORMATION (RFI) FHSFURP_CHBAHBU REQUEST FOR INFORMATION (RFI) TITLE: Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital (CHBAH) Burns Unit, Soweto UNIVERSITY OF THE WITWATERSRAND, JOHANNESBURG (WITS) RFI REFERENCE NUMBER - FHSFURP_CHBAHBU RFI ISSUE DATE - 27 July 2020 @ 10:00 RFI CLOSING DATE - 13 August 2020 @ 23.59 CLOSING DATE TO REGISTER AN INTENT TO BID 31 July 2020 @ 23.59 SELECTED MEDIA PLATFORM - University’s website: https://www.wits.ac.za/about- wits/tenders/ FORM OF CONTRACT NEC4 Engineering and Construction Contract (ECC4) ISSUED BY: CAMPUS PLANNING AND DEVELOPMENT PO BOX 696, WITS 2050 3 JUBILEE ROAD PARKTOWN CONTACT NUMBER: 011 717 9026 CONTACT PERSON: Leah Jiyane

Transcript of REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and...

Page 1: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

REQUEST FOR INFORMATION (RFI)

FHSFURP_CHBAHBU

REQUEST FOR INFORMATION (RFI) TITLE:

Refurbishment, extension and construction of new facilities at the existing

Chris Hani Baragwanath Academic Hospital (CHBAH) Burns Unit, Soweto

UNIVERSITY OF THE

WITWATERSRAND,

JOHANNESBURG

(WITS)

RFI REFERENCE NUMBER - FHSFURP_CHBAHBU

RFI ISSUE DATE - 27 July 2020 @ 10:00

RFI CLOSING DATE - 13 August 2020 @ 23.59

CLOSING DATE TO REGISTER AN INTENT TO BID 31 July 2020 @ 23.59

SELECTED MEDIA PLATFORM - University’s website:

https://www.wits.ac.za/about-wits/tenders/

FORM OF CONTRACT NEC4 Engineering and Construction Contract (ECC4)

ISSUED BY:

CAMPUS PLANNING AND DEVELOPMENT

PO BOX 696, WITS 2050

3 JUBILEE ROAD

PARKTOWN

CONTACT NUMBER: 011 717 9026

CONTACT PERSON: Leah Jiyane

Page 2: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

2 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

PART 1 – INDEX AND INVITATION

Enabled by a generous donation received from the Roy McAlpine Charitable Foundation, the Campus Planning and

Development (CPD) Department of the University of the Witwatersrand, Johannesburg, seeks to invite prospective

tenderers to participate in a two (2) stage tender process with the intention of entering into an Agreement for the

envisaged refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic

Hospital (CHBAH) Burns Unit in terms of the NEC4 Engineering and Construction Contract (“ECC4”).

The first stage is this Request for Information (RFI). Thereafter, shortlisted tenderers will be invited to respond to a

Request for Proposal (RFP).

PART DESCRIPTION

1 INDEX AND INVITATION

2 INTENT TO BID

3 CLARIFICATIONS

4 INFORMATION SESSION

5 PRE-QUALIFICATION

6 SOURCING PROCESS

7 INSTRUCTIONS TO BIDDERS

8 OVERVIEW OF THE SCOPE OF WORK (TECHNICAL DATA)

9 ABOUT WITS

10 ABBREVIATIONS

11 ANNEXURES

Page 3: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

3 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

Only Tenderers who have demonstrated experience in providing similar works; and are able to obtain finance for this

project are eligible to have their submissions evaluated. Tenderers must comply with the requirements stated in the

procurement documentation.

Your response must comply with all the aspects of this RFI and be submitted in strict accordance with the

instructions provided in herein.

Based on the outcomes from the whole (end-to-end) Sourcing Process, as detailed in this document, it is the intention

of WITS to enter into a collaborative Contract [NEC4 contract for Engineering and Construction Services, June 2017

Edition] in line with the Procurement Policy WITS POLICY PR001.

In general WITS executes this tender process; and incorporates tender conditions that are in accordance with the latest

editions of SANS 10845-3 (Standard Conditions of Tender) and SANS 10845-4 (Construction Procurement)- As such

WITS prohibits anti-competitive practices and requires that all Tenderers submits a formal conflict of interest declaration.

SANS 10845-3 Clarification and Exceptions:

1. SANS Part 3 clause 3.5.1:

a. In addition, WITS reserves the right at any time to:

i. Request further information should the tender offer yield insufficient detail and

tenderer differentiation,

ii. Contact any tenderer during the evaluation process, in order to clarify any

information, without informing any other tenderer,

iii. Award only a portion of the tender,

iv. Award portions of the tender to more than one contractor,

v. Withdraw, defer, suspend or reissue the tender in whole or in part at any time,

vi. Share all information and findings with any other higher education entities

worldwide, provided.

2. SANS Part 4:

a. Clause 4.1:

i. Tenderers must have a contractor grading designation of 7GB or higher. Only

tenderers who have suitable experience in providing similar works will be eligible

to have their submissions evaluated.

Page 4: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

4 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

The successful Tenderer will demonstrate outstanding expertise, experience, quality, reliability, compliance with RFP

requirements and best-in-class services for the below detailed Scope of Construction Works.

This RFI is the first step in the full Sourcing Process.

Page 5: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

5 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

PART 2 – INTENT TO BID

All prospective Tenderers that intend to submit an RFI must submit an Intent to Bid by no later than 23h59 on Friday 31

August 2020 ; confirming with an email that you intend to participate in this RFI process and undertake to make a submission

before the RFI closing date.

Your email shall be subject to the following:

(i) A completed Intent to Bid shall be included, the form of which is attached as a Returnable Document

(Annexure6).

(ii) Return the completed and signed Intent to Bid to both email addresses below: :

[email protected] and [email protected]

(iii) Please note that all correspondence and clarifications during the RFI period will only be communicated to

Tenderers that completed and returned the Intent to Bid.

(iv) Ensure the correct contact details are provided in the Intent to Bid.

Page 6: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

6 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

PART 3 – RFI CLARIFICATIONS

(i) Should any part or parts of this RFI or the Sourcing Process described hereinbelow require further explanation,

be ambiguous or contradictory, clarification prior to submission of your Proposal can be obtained in writing to the

nominated person(s) below.

(ii) Email will be used for clarifications during the RFI period. The Tenderer shall in all written correspondence identify

itself by complete company name and RFI reference number.

(iii) Telephonic clarifications are discouraged, but in the event that it does occur, it must promptly be confirmed by

email by the enquiring party for acknowledgement by the responding party.

(iv) Upon receipt of any request to clarify elements of the RFI, an email to clarify the points in question shall be issued

by WITS to all Tenderers that submitted an Intent to Bid, provided that the clarification is not of a confidential

nature, broadly applicable and justified.

(v) All RFI clarifications or addenda shall be issued formally to Tenderers by means of a Tender Addendum unless

the information is of a confidential nature.

(vi) No Tenderer may communicate with any person connected with this document on any matter affecting this

document between initial date of issue of the document and the dispatch of the written notification of the selected

Tenderers, except via the contact person(s) listed in the Queries Table:

QUERIES PERTAINING TO THIS RFI MUST BE DIRECTED IN WRITING TO THE DESIGNATED AND

APPOINTED TENDER ADMINISTRATOR AT BOTH EMAIL ADDRESSES PROVIDED BELOW-

Tender

Administrator

Leah Jiyane E-MAIL

[email protected]. [email protected]

TEL 011 717 9026

Page 7: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

7 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

PART 4 – INFORMATION SESSION

(i) In view of and aligned with the estrictions imposed under the current COVID19 Lockdown and applicable Social

Distancing Measurements, WITS will host an Information Session as detailed below for all Tenderers which intend

to submit a Proposal in response to this RFI.

(ii) Only Tenderers who submit their Intent to Bid by the submission deadline, will be invited to the Information

Session. WITS will limit the number of participants per company to two (2).

(iii) Participants will be requested to submit clarifications questions before the Information Session (details of which

will be included in the invitation email); thus, to ensure that answers are prepared to the most pertinent questions

and addressed during the Information Session.

(iv) The details on the portal and/or web-address will be provided in the forthcoming invitation email.

(v) Due to the number of anticipated participants, the Information Session may not be interactive. The participants

will be provided with a presentation explaining the project background and relevant technical information, as well

as clarification answers to all the questions received from participants prior to the webinar. Subject to number of

participants, no questions may be allowed during the webinar. Any additional questions may be submitted through

Part 3 above, RFI CLARIFICATIONS. We will repeat this option during the webinar.

(vi) Only Tenderers who have submitted an Intent to Bid by the stated deadline will be allowed to submit proposals

for the RFI.

An Information Session with representatives of WITS will take place via webinar on 06 August 2020 starting

at 10h00 and ending at 12h00.

The information to access the webinar will be communicated with all Tenderers who have submitted an Intent

to Bid. Only two (2) participant log-ins per Tenderer will be allowed. All participants shall be confirmed in the

attendance register prior to the webinar.

Page 8: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

8 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

PART 5 – PRE-QUALIFICATION

Only those Tenderers who satisfy the following eligibility criteria and who provide the required evidence in their submissions

will have their Proposals accepted for evaluation:

COMMERCIAL

No Description Scoring

Description

1 The Tenderer is registered in terms of the Companies Act, 2008 (Act 71 of 2008) or the Close

Corporation Act, 1984 (Act No. 69 of 1984). Required to

Quality

2 Share Certificates:

(i) The Tenderer should demonstrate that they do not have any of their

directors/shareholders listed on the Register of Tender Defaulters in terms of the

Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited

from doing business with the public sector or on National Treasury’s List of Restricted

Suppliers; and

(ii) They have completed the Compulsory Enterprise Questionnaire1 and who are

considered by WITS not to have any conflicts of interest which may impact on their

ability to perform the proposed contract in the best interests of WITS or potentially

compromise the tender process; will have their submissions scored.

Required to

Qualify

CIDB

3 Tenderer must have a CIDB contractor grading designation of 7GB or higher. Only Tenderers

who can demonstrate suitable experience in providing similar works will be eligible to have their

submissions evaluated

Required to

Qualify

EXPERIENCE AND CAPABILITY

4 (i) The Tenderer has experience in the implementation of at least 3 (three) construction

projects, consisting of ground floor plus two (2) to four (4) floors in height to the value

of at least R25m each, as a main contractor over the last 5 (five) years and can

provide contactable references for these projects.

Per the

Evaluation

Scoring Key

1 Annexure – Compulsory Questionnaire

Page 9: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

9 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

(ii) The experience of the Tenderer as a company (as opposed to key staff members) in

upgrading and extending of major buildings consisting of ground floor plus maybe 2

to 4 floors to the value of at least R25m each or Similar Structures over the last five

years will be evaluated.

(iii) The information shall be within the previous 5 (five) years and can include contracts

that are not complete but are due to reach completion prior to the closing date for

submissions.

5 List of wholly owned plant and equipment Required to

Qualify

6 Number of full-time employees at the time of submission Required to

Qualify

FINANCE

5 The Tenderer can demonstrate their ability to access bridging capital finance. Required to

Qualify

8 The Tenderer is able to provide suitable financial statements for the preceding financial year within

12 months of the financial year end which are in accordance with legislative requirements.

9 The Tenderer has a turnover during its preceding financial year which is not less than R 25 million.

10 Banking Letter of Good standing

11 The Tenderer is in possession of a relevant Tax Clearance Certificate or registration number as

issued by the South African Revenue Services or has made arrangements to meet outstanding tax

obligations. Tenderer will issue WITS with its E-filing pin, to enable WTIS to verity Tax /SARS

compliance online.

12 VAT Number

13 Confirmation of Bank or Insurance Company that the Tenderer will qualify to obtain Performance

Security or a Bond

B-BBEE

14 The Tenderer has a B-BBEE status level 4 and above contributor. Per the

Evaluation

Scoring Key

15 The Tenderer undertakes to subcontract a minimum of 30% on aggregate of all package orders

issued under the framework agreement to EMEs or QSEs which are at least 51% owned by

black people.

Per the

Evaluation

Scoring Key

Page 10: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

10 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

16 Local Targeting Strategy:

(i) Contractors within 10km radius from respective working site;

(ii) Tenderer to demonstrate in a high-level execution plan and strategy, how the

Tenderer will source local unskilled labour (immediate surrounding communities) and

appoint CLO (Community Liaison Officer).

Per the

Evaluation

Scoring Key

Insurance

Tenderer must demonstrate that it has adequate insurance cover to meet the minimum

requirements as set out below or obtain letter of confirmation from insurers indicating that they

qualify for adequate insurance cover to satisfy minimum requirements.

Required to

Qualify

Page 11: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

11 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

The Tenderer will have to establish its standard company insurance and details of:

(i) Contractors All Risks (CAR) Insurance

→ Contractor Works Liability minimum requirement is R50 million per claim, with no limit to

number of claims, with an annual aggregate of R250 million.

→ Contractor Public Liability minimum requirement is R50 million per claim, with no limit to

the number of claims, with an annual aggregate of R250 million.

(ii) Professional Indemnity (PI)

→ Minimum PI cover required is R10 million per claim with no limit to the number of

claims, with an annual aggregate of R50 million)

(iii) Product Liability

→ Details of applicable OEM warranty to be provided and ceded to Department of Health

(DOH)

PART 6 – SOURCING PROCESS

WITS conduct business in a manner that encourages good supplier relations within an environment that promotes competition

and is compliant with WITS’s policies and the law.

WITS elected to adopt a 2-layered procurement strategy in the sourcing and selection of Construction Contractors

(hereinafter referred to as “Contractor/s”) for this Scope of Work.

WITS reserves the right not to proceed past Stage 1 (RFI), and or call for fresh proposals without delay should it become clear

that the offers do not meet with their expectations.

An overview of this process is demonstrated in the Sourcing Process Flow Diagram below, as detailed further in this document:

RFI Evaluation Process and

Shortlisting: Prepare bidders

List for the RFP process

2 week

4 Issue of RFP:

To shortlisted Tenderers

Arrange Site Visit

Mid Sep 2020

5

RFP Evaluation Process:

Review of received Proposals

against predetermined criteria

2 weeks

6

Issue RFI:

To open market

27 July 2020

1 RFI Closing Date:

Receipt of RFI Submissions

13 August 2020

3 Information Session:

Compulsory

06 August 2020

2

Page 12: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

12 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

Process Flow Diagram – 1

NOTE: The above dates per latest programme. Design development still underway, which may influence the dates, but will be

confirmed in the RFP document to be issued to shortlisted Tenderers.

Step 1 – 5: Represents the Request for Information (RFI) phase:

The key objective of this RFI is to gather reliable, written information about the capabilities and availability of suitable contractors

in the current market. The RFI Proposals are un-priced.

The Proposals received will be technically evaluated in accordance with a robust evaluation criterion which is pre-determined

and incorporated in this RFI (refer below).

Step 6 – 9 Represent the Request for Proposal (RFP) phase:

The RFP is the succeeding step in the Sourcing Process and will be consist of a formal tender issued to the market to solicit

priced bids (encompassing proposals, pricing and quotes) from pre-selected Tenderers. The RFP will provide comprehensive

details of the project, timelines and deliverables; as well as the evaluation criterion on which the Tenderer’s priced Proposals

will be assessed.

Presentation(s) by further

shortlisted Tenderers:

(Via Webinar – subject to

COVID Restrictions)

2-3 days

7 Selection and TEAR:

Select successful Tenderer

Compilation of the Tender

Evaluation & Adjudication

Report (TEAR)

2 weeks

8

Contract Award:

Procurement office - contract

negotiations and award

(1 Month) to be completed

not later than mid Dec 2020

9

Page 13: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

13 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

PART 7 – INSTRUCTIONS TO TENDERERS

1. Definitions

1.1. For the purpose of this RFI document ‘University’ and “WITS” and Employer shall mean: The University of

Witwatersrand, Johannesburg, being the entity to which Services will be delivered.

1.2. Tenderer and/or bidder shall refer interchangeably to the party receiving this RFI and submitting a Proposal.

1.3. Site means Chris Hani Baragwanath Academic Hospital (CHBAH) Burns Unit.

1.4. Contractor means the successful tender participant being awarded the ultimate NEC4 Engineering and

Construction Contract (“ECC4”) subsequent to successful completion of the full Procurement Sourcing

Process.

1.5. Hospital means The Chris Hani Baragwanath Academic Hospital (CHBAH) Burns Unit

2. RFI Closing Date and Submissions of Proposal

2.1. The Tenderer is requested to submit its Proposal before or on the closing date, as follows –

Only Electronic Submissions allowed:

The Tenderer will be required to submit Electronic proposals in strict accordance WITS’ Email Tender

Submission Protocol &Terms and Conditions (Annexure2) outlining the requirements from WITS. The

Tenderer shall:

- Avoid emailing Submissions in the last 60 (sixty) minutes that the Invitation to Tender is open;

- Tenderers must use the following identification format: [Number of Email Sent | Tender Reference

Number | Tender Short Description | Tenderers Company Name] ;

- The University will only accept the following file extensions: .zip - Zip compressed file, .doc and .docx

- Microsoft Word file, .pdf - PDF file, .xls - Microsoft Excel file and .mp4 - MPEG4 video file;

2 Annexure – Electronic Submission Protocol

Page 14: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

14 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

- The University's server cannot accept emails containing zip files or attachments that exceed 20 MB. If

the total size of the submission is in excess of 20 MB, Tenderers must separate the submission into

parts less than 20 MB and note the number of emails sent accordingly.

- Tenderers must ensure that all emails are sent with a read and delivery receipt request from an Outlook

or Gmail server.

- Email Proposal addressed to, with the following details in the covering mail:

Attention: Leah Jiyane (Tender Administrator)

E-Mail Addresses: [email protected] & [email protected]

Subject Matter: Request for Information;

Tender No.: FHSFURP_02

Tender Title: Request for Information: Upgrade of section of the

Chris Hani Baragwanath Academic Hospital Burns Unit.

2.2. WITS will reject any and all late submission in received in response to this RFI.

3. Prescribed Contents of Proposal

To enable WITS to evaluate the Tenderer’s Proposal; the Proposal document should contain all of the applicable

information requested below. (These are to be included but are not limited to the following):

3.1. A Covering letter detailing the Tenderer’s General Information and an overview of their company.

3.2. The completed and signed Tenderer Questionnaire is included under Annexures3 to this RFI.

3.3. The Tenderer must provide information relating to their technical experience and relevant past projects in

accordance with Part 5 - eligibility criteria.

3.4. Tenderer’s performance in the implementation of multi storey (Ground plus up to four floors in height)

Hospitals Building Upgrades or Similar Structures during the past five years.

3 Annexure – Tenderer Questionnaire (Returnable Document)

Page 15: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

15 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

3.5. The information required from the Tenderer will entail a short document that details their previous experience

in securing bridging finance for the projects. The document should provide information regarding the types of

projects that have been financed in the past, their value, and the period of repayment.]

3.6. Methodology for the upgrading of multi storey (Ground plus up to four floors in height) Hospitals Buildings or

Similar Structures that is in operation for 24 hours a day. [Submit a methodology that will talk to this project

and clearly highlight the techniques to be used for the project. The methodology should include but not limited

to:

• Compliance

• Planning

• Occupational Health and Safety

• Working within a live environment

• Construction Management Principles

• Interaction with residents

3.7. Tenderers should attach:

• Reference letters of completed projects.

• Refer to Annexure4 – Technical Experience Form.

• Detailed descriptions of the Tenderer’s service offering (Technical) that is deemed necessary to support

the Tenderer’s Proposal.

• All applicable industry accreditation and legislative compliance Certifications.

• A verification certificate from a verification agency accredited by SANAS and recognized as an accredited

B-BBEE verification agencies (see www.sanas.co.za/directory/bbee default.php) if preference points are

claimed in respect of Broad-Based Black Economic Empowerment. (Schedule 1)5. The B-BBEE

certificate should be valid at the submission deadline (and if expiring within 1 month of submission

deadline a new certificate should be supplied by the Tenderer.

4 Annexure – Technical Experience Form (Returnable Document) 5 Annexure – Schedule 1: Broad Based Black Economic Empowerment Status Preferencing Schedule: Broad Based Black Economic Empowerment Status

Page 16: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

16 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

3.8. The Proposal must be signed by a duly authorised representative of the Tenderer.

3.9. Confirmation that the Tenderer or any of its directors/shareholders is not listed on the Register of Tender

Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited

from doing business with the public sector.

3.10. A Compulsory Declaration that there are no conflicts of interest which may impact on the Tenderer’s ability to

perform the contract in the best interests of WITS, or potentially compromise the tender process. Refer

Annexure6

3.11. Compulsory Enterprise Questionnaire7

3.12. A valid copy confirming that the Tenderer is registered and in good standing with the compensation fund or

with a licensed compensation insurer.

3.13. Confirmation of the necessary competencies and resources to carry out the work in terms of the Construction

Regulations, 2003, issued in terms of the Occupational Health and Safety Act, 1993.

3.14. Tenderer’s company tax clearance or tenders issued by the South African Revenue Services - Tenderer will

issue WITS with its E-filing pin, to enable WITS to verity Tax /SARS compliance online.

3.15. Tenderer’s proof of company registration documents.

3.16. Tenderer’s proof of CIDB grading [Construction & Industry Development Board].

3.17. Financial Vetting: In accordance with Part 5 - eligibility criteria;

3.18. Insurance: In accordance with Part 5 - eligibility criteria.

4. Period and Costs

4.1. Proposals in response to this RFI are unpriced, however, any commercial information that you believe is

pertinent to include, shall remain open for acceptance and shall remain valid for a period of sixty (60) days

from the RFI’s closing date.

4.2. The University reserves the right to withdraw the RFI at any time prior to the closing date for Proposals.

6 Annexure – Declaration of Interest (Returnable Document) 7 Annexure – Compulsory Enterprise Questionnaire

Page 17: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

17 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

4.3. No charges, costs or expenses shall be payable to any Tenderer by WITS if this RFI is withdrawn for any

reason whatsoever.

4.4. All costs incurred by the Tenderer in any way associated with the development, preparation and submission

of Proposals, including but not limited to attendance at meetings, discussions etc., and furnishing any

additional information required by WITS, will be borne entirely and exclusively by the Tenderer.

5. Joint Ventures (JV)

5.1. WITS will allow the Tenderers to submit a proposal as an incorporated or unincorporated JV, provided that in

the event of an unincorporated JV the following will apply:

(i) The Proposal clearly indicate who the leading and principal party will be in the JV;

(ii) Notwithstanding standard joint and severable liability, the principal party in the JV will remain wholly

liable for the obligations under the tender and ultimate contract;

(iii) The duties and responsibilities of the parties to the JV are clearly indicated and defined in the

Proposal;

(iv) Both parties to the JV will avail themselves for clarification sessions with WITS, as and when required.

6. Rejection of Proposals

6.1. A Proposal may be rejected if:

(i) It contains any omission, erasure, alteration, text addition or irregularity of any kind; or

(ii) The Tenderer does not comply with the requirements in this RFI, or

(iii) The Tenderer attempts in any way whatsoever to canvass support for its Proposal by contacting any

of the staff at WITS.

6.2. ‘Rejection’ for purposes of this phase means that the Tenderer is not shortlisted to partake in the succeeding

RFP phase of the Sourcing Process.

6.3. There is no legal or other obligation nor any liability on WITS to the Tenderer as a result of this RFI process.

6.4. The University does not bind itself to accepting any Proposal.

Page 18: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

18 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

7. Acceptance of Proposal

7.1. WITS reserve the right to:

• Reject all Proposals with or without notice or reasons;

• Accept only a part of any Proposal.

• Accept more than 1 Proposal.

7.2. For purposes of the RFI, ‘Acceptance’ will mean that the Tenderer is included in the shortlist of Bidders that

will be invited to participate in the RFP (Request for Proposal) phase of the procurement sourcing process.

7.3. The successful Tenderer will be notified by WITS in writing that its Proposal has been accepted and as such

the Tenderer will be proceeding to the next phase of the Sourcing Process.

7.4. It is expressly recorded that no work or services contemplated under this RFI and subsequent Proposals may

be delivered, until and only once WITS has awarded and signed a Contract with the successful Tenderer.

7.5. The unsuccessful Tenderer/s will be notified in writing at the end of this phase of the Procurement Sourcing

Process.

8. Conflict of Interest and bribery

The Tenderer shall clearly indicate in its Proposal, applicable to this RFI document, any situation or relationship vis-à-vis

any WITS official/s that may reasonably be construed as constituting a conflict of interest. WITS in its sole discretion shall

then decide on a suitable course of action.

8.1. Bribery: No Tenderer shall offer, promise, or give to any persons connected to this document or awarding

of the ensuing Contract, any gratuity, bonus, discount, finder’s fee etc., in either cash or kind, in connection

with obtaining the Contract. Any report of such an approach being made may result in the immediate

disqualification of the relevant Tenderer.

8.2. Communication: No Tenderer may communicate with any person connected with this document on any

matter affecting this document between initial date of issue of the document and the dispatch of the written

notification of the shortlisted Tenderers, except via the contact person listed in this RFI.

8.3. Tenderers are required to declare their affiliation with WITS if any, and WITS will in its sole discretion decide

whether this results in any conflict of interest. Should a student of WITS be involved in a tender, this and

any other affiliation with WITS need to be declared in the Conflict of Interest form (refer paragraph 3.8 above).

Page 19: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

19 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

8.4. In cases where conflict exists between the Tenderer and an employee or a non-executive member of a

committee of WITS, such conflict must be declared.

9. Confidentiality

All Proposals received will be treated as confidential and will not be opened in public. Further, WITS will not disclose any

aspect of a Proposal to un-authorised third parties.

10. Preferential Procurement Goals

WITS recognised the need to participate meaningfully in the socio-economic transformation of South Africa and has

identified specific Procurement Principles that will address business and wealth creation imperatives with its dedicated

procurement philosophy.

To this end, WITS is committed to achieving its B-BBEE objectives and it is, therefore, requested that the Tenderer

demonstrate in its proposal that it complies in full with the Pre-Qualification set out above under Part 5.

11. Form of Contract

Once the RFI phase is concluded, WITS intends to enter into a contract with the successful Tenderer / s as an outcome

of the subsequent RFP phase. The contracting terms will be ‘NEC 4: Engineering and Construction Contract (June

2017) – ECC4’ for the design, engineering and construction of the works.

11.1. The Tenderers selected to partake in the RFP phase will be entitled to review the terms and conditions and

submit reasonable qualifications to the prescribed terms for review and consideration by WITS’ Evaluation

Panel

11.2. Commercial Terms: The University will compile a Bill of Quantities or activity schedule to be completed and

priced as part of the RFP phase.

12. The RFI Proposal Evaluation and Selection Process:

12.1. The evaluation criteria that may be considered by WITS when evaluating Proposals will include the following:

i) The ability of a Tenderer to demonstrate and deliver the Scope of Works detailed in documents listed

in Part 8 below;

Page 20: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

20 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

ii) The ability of a Tenderer to not only fully embrace WITS’ expectations of the required Scope of

Works; but to further expand it with its expertise and explore any possible improvements;

iii) Evidence of the Tenderer meeting all industry specific statutory, safety and quality regulations and

requirements applicable to the Services offering;

iv) The Tenderer's level of compliance with the Proposal documents.

v) The Tenderer shall comply in full with the eligibility criteria under Part 5 above.

vi) Refer to Annexure8 for evaluation schedules associated the scoring criteria listed below.

12.2. Scoring Criteria:

Description Weighting

Technical - 75 points

Capability of contract manager(s) (CV’s) 10.0

Capability of cost controller(s) (CV’s) 5.0

Past experience – multi-storey buildings minimum 2 storey building, value of R15million including VAT, completed within the past three (3) years.

20

Trade references 5.0

Safety plan 10.0

COVID-19 response 5.0

Quality management systems 10

Project management systems 10

Preference 25 points

B-BBEE Level 10.0

Subcontracting and empowerment strategy 10.0

8 Annexure – Evaluation Schedules

Page 21: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

21 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

Description Weighting

Local unskilled labour sourcing strategy 5.0

TOTAL 100 points

13. COVID-19 Constraints

Proclamation of National State of Disaster & Restriction on the Movement of Persons and Goods (1) –

(i) South Africa

As a result of the COVID-19 pandemic, a National State of Disaster for South Africa was proclaimed on 15

March 2020 by the Minister of Cooperative Governance and Traditional Affairs in terms of the Disaster

Management Act, 2002. Government Gazette No 43096 of 15 March 2020 contained Notice 313 wherein the

Declaration of a National State of Disaster appeared.

After the proclamation of the National State of Disaster, Regulations were published in many separate

gazettes.

Government Gazette No 43148 of 25 March 2020 contained Notice No R.398. The definition of lockdown

appeared under Section 8 under “CHAPTER 2, Subsection 11A”. Restriction on the movement of persons and

goods appeared under Section 8 under “CHAPTER 2, Subsection 11B”.

Implementation of Notice No R.398 became effective on 23:59 on Thursday, 26 March 2020, and the

implementation was to stay effective until 23:59 on Thursday 16 April 2020 but has been extended by the State

President until end of April 2020.

On the 23rd of April 2020, President Cyril Ramaphosa announced a phased reopening of the South African

post-lockdown economy which is an ongoing process.

(ii) Engineering and Construction Industry

The National Lockdown in South Africa has resulted in mandatory closure of many construction sites, or

difficulties for contractors obtaining plant and materials as well as obtaining equipment to carry out work.

Furthermore, both the lockdown and social-distancing provisions have affected not only construction personnel

but also supervisory staff, and all professional staff involved in ongoing projects.

Page 22: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

22 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

This, coupled with travel and procurement restrictions, are the unprecedented circumstances in which this

Project is presented and will be executed.

To execute a successful project in these uncertain times, will require resilience, collaboration and a reform of

standard processes. The project teams will be forced to adopt the lessons learnt globally and implement policies

that support a safe working environment, adjusted to ensure challenges are managed and resolved in a dynamic

and cost-effective manner.

(iii) Tender Instructions

Based on the above, Tenderers shall consider the impact of all known risks pertaining to the Covid-19 pandemic,

restrictions and exclusions when preparing their bid – up to including the South African President’s phased re-

opening notification of 23 April 2020. The Tenderer will consider the impact of the current Level’s restrictions, at

the time of submitting its Proposal.

As such, COVID-19, up to and until the situation changes, will not be treated as a Force Majeure event and

the Tenderers are requested to plan and price for the risk accordingly.

(iv) Changes in Legislation

Changes in legislation shall be dealt with, as provided for in the governing contract entered into. Tenderer’s

attention is drawn to the relevant clause, qualified to allow for time. The cost impact, if any, will be submitted to

WITS for consideration in their sole discretion, on the merits of each claim.

Page 23: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

23 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

PART 8 – OVERVIEW OF THE SCOPE OF CONSTRUCTION WORK [TECHNICAL DATA]

1. The Chris Hani Baragwanath Academic Hospital Burns Unit Location:

2. Purpose

The purpose of this document is to inform the prospective Tenderers about the Tender requirements and to provide the

Construction Service Suppliers with more detail about the intended Scope of Works .

3. Background

The Chris Hani Baragwanath Academic Hospital (CHBAU) Burns Unit is currently facing challenges of overcrowding were

patients are turned back as a result of limited space. The proposed works as outlined below will assist the Chris Hani

Page 24: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

24 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

Baragwanath Academic Hospital (CHBAU) Burns Unit to alleviate the current situation. The scope of works as underlined

below will assist the CHBAH Burns Unit in meeting the current demand.

The scope of the RFI includes (but are not limited to):

i) New 12 Bed ICU unit.

ii) New Tissue Bank, Cold Room, Research and Laboratories.

iii) New Operating theatre, Scrubs and Waste Area.

iv) Upgrading of existing staff tearoom and adjacent store to the New Physiotherapy Room.

v) Alterations to the existing Board Room to convert into new Tea and Restrooms.

vi) Upgrade allowance for converting existing ICU Units into High care Units.

vii) Upgrade for existing Hospital Wards, Nursing stations, Occupational Therapy and Stores

viii) External landscaping & upgrading and new engineering services servicing the buildings.

ix) New buildings current design consist of Ground Floor plus maybe 2 to 3 floors.

x) Negotiations are currently underway which may increase the scope. This will be defined in the RFP to follow in

respect of the shortlisted bidders.

xi) Timelines: The above implementation of the scope to anticipated to break ground in January 2021 and to be

concluded by the end of January 2022.

Page 25: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

25 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

PART 9 – ABOUT WITS

Page 26: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

26 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

WITS 2022 Vision is linked to seven (7) strategic priorities:

(i) The Wits Experience;

(ii) Research and Knowledge Leadership;

(iii) Innovation and Social Leadership;

(iv) Extensive Networks and Partnerships;

(v) Excellence in Governance, Management and Support Services;

(vi) An IT Savvy University; and

(vii) Wealthy and Well Resourced.

When procuring goods or services, there are two major drivers that dictate the Procurement Strategy:

(i) Improvement in delivery of projects based on a long term collaborative and partnering working relationship in

order to achieve win-win outcome to the parties in the contract;

and

(ii) Simplification and time effective approach in the procurement process, while complying with relevant

procurement standards for the state owned enterprises (CIDB - Standard for Uniformity in Procurement

(SFU)), Infrastructure Procurement and Delivery Management (“IPDM”) and Infrastructure Delivery

Management System (“IDMS”).

Wits Policies

It is WITS’s policy to seek out and obtain technically suitable contractors, fit for purpose, providing the best overall value

and to award business on the basis of merit, in the open market. WITS is transforming its general supplier interactions

over the whole spectrum of its procurement processes. The objective is to establish a competitive advantage through

procurement of world-class goods and services that meet the needs of WITS and its customers which will enable WITS to

supply services to its customers at the best possible overall value.

It is WITS’s policy to fully support B-BBEE, micro, small and medium size suppliers within South Africa in its procurement of

goods and services. However, it is in the interest of WITS to ensure that all goods and services are sourced at the best possible

Total Cost of Ownership (TCO). Suitable and effective procurement is endorsed by fundamental principles of behaviour which

results in a fitting procurement experience.

Procurement principles include:

i. considering value for money,

Page 27: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

27 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

ii. promoting open and effective competition,

iii. conducting oneself ethically and ensuring that suppliers are dealt with even handedly,

iv. transparency and fairness in all its activities and doing business as a whole;

v. taking accountability and being answerable for the actions and outcomes related to the procurement activity

vi. supporting WITS in their commitment to advance, develop and grow small, medium and micro enterprises, and

vii. consider environmental sustainability and corporate social responsibility initiatives.

Page 28: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

28 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

PART 10 –ABBREVIATIONS

1. B-BBEE Broad-Based Black Economic Empowerment

2. CPD Commercial Planning Department

3. DAF Delegation of Authority Framework

4. ECC Engineering, Construction Contract

5. EME Exempt Micro Enterprise

6. HDSA Historically Disadvantaged South Africans

7. IDMS Infrastructure Delivery Management System

8. IEG Infrastructure Efficiency Grant

9. IPDM Procurement Infrastructure Procurement and

Delivery Management

10. LNTP Limited Notice to Proceed

11. LOI Letter of Intent

12. NEC New Engineering, Construction Contract

Suite

13. PSC Professional Services Contract

14. QSE Qualifying Small Enterprise

15. RFP Request for Proposal

16. RFQ Request for Quote

17. ROE Rate of Exchange

18. SFU Standard for Uniformity

19. TEAR Tender Evaluation & Adjudication Report

20. USD United States Dollars

21. VAT VALUE-ADDED TAX in terms of ACT 89 OF

1991

22. ZAR South African Rand

Page 29: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

29 WITS RFI - Chris Hani Baragwanath Academic Hospital Burns Unit _ FHSFURP_CHBAHBU

PART 11 – ANNEXURES

Submitted in a Separate Zipped Folder

Annexure

Number Annexure Description

1 Compulsory Questionnaire

2 Evaluation Scoring Schedule

3 Technical Experience Form (Returnable Document)

4 Sub-Contractor List (Returnable Document)

5 Schedule 1: Broad Based Black Economic Empowerment

Status Preferencing Schedule: Broad Based Black Economic

Empowerment Status

6 Declaration of Interest (Returnable Document)

7 Compulsory Enterprise Questionnaire

Page 30: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

RFI FHSFURP_CHBAHBU – ANNEXURE 1

Compulsory Enterprise Questionnaire

The following particulars must be furnished. In the case of a joint venture, separate enterprise questionnaires in

respect of each partner must be completed and submitted.

Section 1: Name of enterprise: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Name of contract person for the purpose of this tender: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Email: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Postal address. . . . . . . . . . . . . . . . .. . . . . . . . . . . . .

Telephone . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Fax . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Physical address: . . . .. . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 2: VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 3: CIDB registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . … . . . . . . . . . . .

Section 4: Particulars of companies and close corporations

Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 5: Particulars of principals

principal: means a natural person who is a partner in a partnership, a sole proprietor, a director or voting

members of a company established in terms of the Companies Act, 2008 (Act 71 of 2008) or a member of a

close corporation registered in terms of the Close Corporation Act, 1984, (Act No. 69 of 1984), who jointly and

severally with his other partners, co-directors or co-members, as the case may be, bears the risk of business

and takes responsibility for the management and liabilities of the partnership, company, or close corporation

Full name of principal Identity number Personal income tax

reference number

State employee

number / Persal

number

Attach separate page if necessary

Section 6: Record in the service of the state

Page 31: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

Indicate by marking the relevant boxes with a cross, if any principal is currently or has been within the last 12

months in the service of any of the following:

a member of any municipal council

a member of any provincial legislature

a member of the National Assembly or the

National Council of Province

a member of the board of directors of any

municipal entity

an official of any municipality or municipal

entity

an employee of any department, national or provincial

public entity or constitutional institution within the

meaning of the Public Finance Management Act, 1999

(Act 1 of 1999)

a member of an accounting authority of any national

or provincial public entity

an employee of Parliament or a provincial legislature

If any of the above boxes are marked, disclose the following:

Name of principal Name of institution, public office, board or

organ of state and position held

Status of service

(tick appropriate

column)

Current Within last

12 months

*insert separate page if necessary

Section 7: Record of spouses, children and parents in the service of the state

Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor, partner

in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is

currently or has been within the last 12 months been in the service of any of the following:

a member of any municipal council

a member of any provincial legislature

a member of the National Assembly or the

National Council of Province

a member of the board of directors of any

municipal entity

an official of any municipality or municipal

entity

an employee of any provincial department, national or

provincial public entity or constitutional institution

within the meaning of the Public Finance Management

Act, 1999 (Act 1 of 1999)

a member of an accounting authority of any national

or provincial public entity

an employee of Parliament or a provincial legislature

Name of spouse, child or

parent

Name of institution, public office, board

or organ of state and position held

Status of service

(tick appropriate

column)

Current Within last

12 months

Page 32: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

*insert separate page if necessary

Section 8: Record of termination of previous contracts with an organ of state

Was any contract between the tendering entity including any of its joint venture partners terminated during the

past 5 years for reasons other than the employer no longer requiring such works or the employer failing to make

payment in terms of the contract.

Yes No (Tick appropriate box)

If yes, provide particulars (interest separate page if necessary)

Section 9: Declaration

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the tendering entity confirms

that:

i) neither the name of the tendering entity or any of its principals appears on:

a) the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt

Activities Act of 2004

b) National Treasury’s Database of Restricted Suppliers (see www.treasury.gov.za)

ii) neither the tendering entity of any of its principals has within the last five years been convicted of fraud or

corruption by a court of law (including a court outside of the Republic of South Africa);

iii) any principal who is presently employed by the state has the necessary permission to undertake remunerative

work outside such employment;

iv) the tendering entity is not associated, linked or involved with any other tendering entities submitting tender

offers

v) has not engaged in any prohibited restrictive horizontal practices including consultation, communication,

agreement, or arrangement with any competing or potential tendering entity regarding prices, geographical

areas in which goods and services will be rendered, approaches to determining prices or pricing parameters,

intentions to submit a tender or not, the content of the submission (specification, timing, conditions of contract

etc) or intention to not win a tender;

vi) has no other relationship with any of the tenderers or those responsible for compiling the scope of work that

could cause or be interpreted as a conflict of interest; and

vii) the contents of this questionnaire are within my personal knowledge and are to the best of my belief both

true and correct.

Signed

Date

Name Position

Enterprise name

NOTE: 1 The CIDB Standard Conditions of Tender prohibits anticompetitive practices (clause F1.1.1) and requires

that tenderers avoid conflicts of interest (clause F.1.1.2), only submit a tender offer if the tenderer or any of his

Page 33: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

principals is not under any restriction to do business with employer (F2.1.1) and submit only one tender either as

a single tendering entity or as a member in a joint venture (clause F.13.1). Clause F.3.7 also empowers the

Employer to disqualify any tenderer who engage in fraudulent and corrupt practice. Clause F1.1.1 also requires

tenderers to comply with all legal obligations.

NOTE: 2 Corrupt activities which give rise to an offence in terms of the Prevention and Combating of Corrupt

Activities Act (Act No. 12 of 2004) include improperly influencing in any way the procurement of any contract, the

fixing of the price, consideration or other moneys stipulated or otherwise provided for in any contract and the

manipulating by any means of the award of a tender.

NOTE: 3 The Competitions Act (Act 89 of 1998) prohibits restrictive horizontal practice including agreements

between parties in a horizontal relationship which have the effect of substantially preventing or lessening

competition, directly or indirectly fixing prices or dividing markets or constitute collusive tendering. It also prohibits

restrictive vertical practices

Page 34: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

WITS RFI Evaluation_REV00 1

RFI FHSFURP_CHBAHBU ANNEXURE 2

EVALUATION SCHEDULE NO. 1: CAPABILITY OF TENDERER’S CONTRACT MANAGER

The capability and experience of the Tenderer’s Contract Manager will be evaluated in relation to the scope of work from two (2) different points of view:

1. General experience and qualifications, 2. Knowledge of issues which the Tenderer considers pertinent to the types of projects

assignable under this framework contract. An equal weighting will be applied to 1) and 2) above. A CV of the Contract Manager of not more than three (3) pages should be attached to this schedule. Each CV should be structured under the following headings:

1. Personal particulars a. name b. date of birth c. place(s) of tertiary education and dates associated therewith d. professional awards

2. Qualifications (degrees, diplomas, grades of membership of professional societies and professional registrations)

3. Name of current employer and position in enterprise 4. Overview of work experience (year, organization and position) 5. Outline of recent assignments / experience that has a bearing on the scope of work

Proof of qualifications, certifications and memberships must be attached to this schedule. The scoring of the experience of Contract Manager will be as follows:

Score General experience and qualifications

Knowledge of issues pertinent to the types of projects assignable under this contract

Cannot Score (Score 0)

Tenderer has submitted insufficient information to score the schedule

Poor (score 40)

Contract Manager has limited experience and qualifications when compared to other tenderers (2-5 years)

Contract Manager has limited knowledge of issues pertinent to this project

Satisfactory (score 70)

Contract Manager has average experience and qualifications when compared to other tenderers( 6-8 years)

Contract Manager has average knowledge of issues pertinent to this project

Good (score 90)

Contract Manager has above average experience and qualifications when compared to other tenderers (8-10 years & tertiary qualification in the Build Environment)

Contract Manager has above average knowledge of issues pertinent to this project

Excellent (score 100)

Contract Manager has best experience and qualifications when compared to other tenderers(10 years & tertiary qualification in Build Environment)

Contract Manager has the best knowledge of issues pertinent to this project

*Maximum score points obtainable is as stated in the Scoring Criteria.

Page 35: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

WITS RFI Evaluation_REV00 2

EVALUATION SCHEDULE NO. 2: CAPABILITY OF TENDERER’S COST CONTROLLER

The capability and experience of the Tenderer’s Cost Controller will be evaluated in relation to the scope of the work from two (2) different points of view:

1. General experience and qualifications, 2. Knowledge of issues which the Tenderer considers pertinent to the types of projects

assignable under this framework contract. An equal weighting will be applied to 1) and 2) above. A CV of the Cost Controller of not more than three (3) pages must be attached to this schedule. Each CV should be structured under the following headings:

1. Personal particulars a. name b. date of birth c. place(s) of tertiary education and dates associated therewith d. professional awards

2. Qualifications (degrees, diplomas, grades of membership of professional societies and professional registrations)

3. Name of current employer and position in enterprise 4. Overview of work experience (year, organization and position) 5. Outline of recent assignments / experience that has a bearing on the scope of work

Proof of qualifications, certifications and memberships must be attached to this schedule. The scoring of the experience of Cost Controller will be as follows:

Score General experience and qualifications

Knowledge of issues pertinent to the types of projects assignable under this contract.

Cannot Score (Score 0)

Tenderer has submitted insufficient information to score the schedule

Poor (Score 40)

Cost Controller has limited experience and qualifications when compared to other tenderers (2-5 years diploma/ degree in the Build Environment)

Cost Controller has limited knowledge of issues pertinent to this project

Satisfactory (Score 70)

Cost Controller has average experience and qualifications when compared to other tenderers (6-8 years diploma/ degree in the Build Environment)

Cost Controller has average knowledge of issues pertinent to this project

Good (Score 90)

Cost Controller has above average experience and qualifications when compared to other tenderers (Professional Registration with 8-10 years)

Cost Controller has above average knowledge of issues pertinent to this project

Excellent (Score 100)

Cost Controller has best experience and qualifications when compared to other tenderers(Professional Registration with more than 10 years’ experience)

Cost Controller has the best knowledge of issues pertinent to this project

*Maximum score points obtainable is as stated in the Scoring Criteria.

Page 36: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

WITS RFI Evaluation_REV00 3

EVALUATION SCHEDULE NO. 3: TENDERER’S EXPERIENCE IN THE CONSTRUCTION OF MULTI-STOREY

BUILDINGS

The experience of the Tenderer as a company (as opposed to key staff members) will be evaluated in relation to general construction, renovation, alteration of extensions works, for medium rise buildings minimum 2 storey building, as a main contractor over the last three (3) years. Such projects should individually have value in excess of R15 million including VAT. The information shall be within the previous three (3) years and can include active contracts where construction is not yet complete prior to the closing date for submissions. Tenderers should very describe his or her experience in this regard as per the returnable form for technical experience. The scoring of the respondent’s experience will be as follows:

Score Experience in the construction multi-storey buildings

Cannot Score (Score 0)

Tenderer has submitted insufficient information to score the schedule

Poor (Score 40)

Tenderer has constructed at least three (3) buildings, minimum 2 storey building, value of R15m including VAT, completed within the past three (3) years

Satisfactory (Score 70)

Tenderer has constructed at least three (3) buildings, minimum 2 storey building, value of R24m including VAT, completed within the past three (3) years

Good (Score 90)

Tenderer has constructed at least three (3) buildings consisting of 4 storeys to the value of at least R24m including VAT each without lift installation, completed within the past three (3) years

Excellent (Score 100)

Tenderer has constructed more than three (3) buildings of consisting of 4 storeys to the value of at least R24m including VAT each with lift installation, completed within the past three (3) years

*Maximum score points obtainable is as stated in the Scoring Criteria.

Page 37: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

WITS RFI Evaluation_REV00 4

EVALUATION SCHEDULE NO. 4: TENDERER’S EXPERIENCE IN HEALTH AND SAFETY

The Tenderer’s experience and capability in producing health and safety plans will be evaluated from two (2) different points of view:

1. A recent health and safety plan for a multi-storey building, i.e. a documented plan which addresses hazards identified and includes safe work procedures to mitigate, reduce or control the hazards identified, will be evaluated.

2. A recent COVID-19 plan for the same multi-story building as described above. The scoring of the Tenderer’s experience will be as follows:

Score Safety Plan COVID-19 Plan

Cannot Score (Score 0)

Tenderer has submitted insufficient information to score the schedule

Poor (Score 40)

Tenderer has submitted a very basic health and safety plan that addresses some of the issues.

Tenderer has submitted a very basic COVID-19 plan that addresses some of the issues.

Satisfactory (Score 70)

Tenderer has submitted a reasonable health and safety plan that addresses most of the issues.

Tenderer has submitted a reasonable COVID-19 plan that addresses most of the issues.

Good (Score 90)

Tenderer has submitted a comprehensive health and safety plan that addresses most of the issues.

Tenderer has submitted a comprehensive COVID-19 plan that addresses most of the issues.

Excellent (Score 100)

Tenderer has submitted a comprehensive health and safety plan that addresses all the issues in a most comprehensive manner.

Tenderer has submitted a comprehensive COVID-19 plan that addresses all the issues in a most comprehensive manner.

*Maximum score points obtainable is as stated in the Scoring Criteria.

Page 38: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

WITS RFI Evaluation_REV00 5

EVALUATION SCHEDULE NO. 5: TENDERER’S QUALITY AND PROJECT MANAGEMENT SYSTEMS

The Tenderer’s policies and systems relating to quality management and project management shall be evaluated. The scoring of the respondent’s experience will be as follows:

Score Quality Management Systems Project Management Systems

Cannot Score (Score 0)

Tenderer has submitted insufficient information to score the schedule

Poor (Score 40)

The Tenderer’s quality management policy is very basic.

The Tenderer’s project management system is very basic.

Satisfactory (Score 70)

The Tenderer’s quality management policy is workable and is likely to result in quality work.

The Tenderer’s project management system is workable and is likely to result in well-managed projects.

Good (Score 90)

The Tenderer’s quality management policy is comprehensive and is most likely to result in quality work.

The Tenderer’s project management system is comprehensive and is likely to result in well-managed projects.

Excellent (Score 100)

Tenderer is SANS 9000 / ISO 9001 certified. The Tenderer’s project management system is comprehensive and is most likely to result in well-managed projects.

*Maximum score points obtainable is as stated in the Scoring Criteria.

Page 39: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

WITS RFI Evaluation_REV00 6

EVALUATION SCHEDULE NO. 6: TENDERER’S B-BBEE LEVEL

The scoring of Tenderer’s in relation to B-BBEE level will be as follows:

Cannot Score (Score 0)

Not applicable, Tenderer minimum requirement of B-BBEE Level 4

Poor (Score 40)

Tenderer B-BBEE Level 4

Satisfactory (Score 70)

Tenderer B-BBEE Level 3

Good (Score 90)

Tenderer B-BBEE Level 2

Excellent (Score 100)

Tenderer B-BBEE Level 1

*Maximum score points obtainable is as stated in the Scoring Criteria.

Page 40: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

WITS RFI Evaluation_REV00 7

EVALUATION SCHEDULE NO. 7: TENDERER’S SUBCONTRACTING AND EMPOWERMENT STRATEGY

The Tenderer’s empowerment strategy, focusing on the company itself, will be evaluated in terms of youth employment, gender equality, employment of persons with disabilities and transformation. The Tenderer’s subcontracting strategy will be evaluated over and above the required undertaking to subcontract a minimum of 30% on aggregate of all package orders issued under the framework agreement to EMEs or QSEs which are at least 51% owned by black people. The evaluation will consider black woman ownership, youth employment, gender equality and employment of persons with disabilities. The scoring of the Tenderer’s subcontracting and empowerment strategy will be as follows:

Score Empowerment Strategy Subcontracting Strategy

Cannot Score (Score 0)

Tenderer has submitted insufficient information to score the schedule

Poor (Score 40)

The Tenderer’s empowerment strategy is limited.

The Tenderer’s subcontracting strategy is limited and barely meets basic requirements.

Satisfactory (Score 70)

The Tenderer’s empowerment strategy is acceptable.

The Tenderer’s subcontracting strategy is acceptable and meets basic requirements.

Good (Score 90)

The Tenderer’s subcontracting strategy is comprehensive.

The Tenderer’s subcontracting strategy is comprehensive and goes over and above basic requirements.

Excellent (Score 100)

The Tenderer’s empowerment strategy is excellent.

The Tenderer’s subcontracting strategy is excellent and far exceeds basic requirements.

*Maximum score points obtainable is as stated in the Scoring Criteria.

Page 41: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

WITS RFI Evaluation_REV00 8

EVALUATION SCHEDULE NO. 8: TENDERER LOCAL UNSKILLED LABOUR SOURCING EXPERIENCE

AND STRATEGY

The Tenderer’s local unskilled labour sourcing experience and strategy will be evaluated over and above basic requirement to source unskilled labour within 10km radius from THE SITE area. The Tenderer must provide information demonstrating their experience in engaging local communities in sourcing unskilled labour in previous projects. In addition, Tenderer’s must demonstrate in a high-level execution plan and strategy, how the Tenderer will source local unskilled labour and manage community engagement and community liaison officer(s) (CLO) for WITS projects. The scoring of the Tenderer’s local unskilled labour sourcing experience and strategy will be as follows:

Cannot Score (Score 0)

Tenderer has submitted no information or inadequate information to determine scoring level.

Poor (Score 40)

Tenderer’s experience in sourcing local unskilled labour is limited and has not demonstrated acceptable strategy for WITS projects.

Satisfactory (Score 70)

Tenderer’s experience in sourcing local unskilled labour is acceptable and has further demonstrated an acceptable strategy for WITS projects.

Good (Score 90)

Tenderer’s experience in sourcing local unskilled labour is good and has further demonstrated a good strategy for WITS projects.

Excellent (Score 100)

Tenderer’s experience in sourcing local unskilled labour is excellent and has further demonstrated an excellent strategy for WITS projects.

*Maximum score points obtainable is as stated in the Scoring Criteria.

Page 42: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

RFI FHSFURP-CHBAHBU ANNEXURE 3

RETURNABLE FORM: TECHNICAL EXPERIENCE AND RELEVANT PAST PROJECTS

1

The Tenderer shall demonstrate its experience in the construction, renovation, alteration or extension of medium rise buildings of at least 3-8 floors and additional consideration for

basement 1-3 excavation as a main contractor over the last five (5) years; and can provide at least three contactable references for such projects each having a value in excess of R30

million including VAT completed in the last three (3) years

[Refer Part 5 No (iii) of the RFI]

Project

ref no.

Description of the ongoing or completed

contract / project reference

Key Resources:

Short resume for contract / project

manager & cost controller

(No. years relevant experience,

qualifications & country of Residence)

No. of

floors of the

building

project

No. of

basement

levels of the

building

project

Value of the

project

including VAT

Starting

date of the

project

Completion

date of the

project

Page 43: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

RFI FHSFURP_CHBAHBU ANNEXURE 4

LIST OF SUB-CONTRACTORS

Name of Sub-Contractor B-BBEE Level / Ownership Annual Turnover Technical Capability

Page 44: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

RFI FHSFURP_CHBAHBU ANNEXURE 5

Schedule 1:

Broad Based Black Economic Empowerment Status

Preferencing Schedule: Broad Based Black Economic Empowerment Status

Preamble

Section 10(b) of the Broad-Based Black Economic Empowerment Act, 2003 (Act 53 of 2003) states that “Every organ

of state and public entity must take into account and. as far as is reasonably possible. apply any relevant code of

good practice issued in terms of this Act in developing and implementing a preferential procurement policy:”

A number of codes of good practice have been issued in terms of Section 9(1) of the B-BBEE Act of 2003 including a

generic code of good practice (see Government Gazette No 29617 of 9 February 2007) and various sector codes

including the Construction Sector Code (see Government Gazette No 32305 of 5 June 2009) which applies to

entities which conducts construction related activities provided that the majority of that entity’s turnover is as a result

of construction activities.

The sector codes vary the metrics, weightings and targets used in the generic code of good practice to establish the

overall performance of an entity and its B-BBBEE status. The thresholds relating to Micro Exempt and Small Qualifying

Enterprises have been adjusted in the Construction and Tourism Sector Codes. The B-BBEE status needs to be

assessed in accordance with the applicable code.

1 Conditions associated with the granting of preferences

Tenderers who claim a preference shall provide sufficient evidence of their B-BBEE Status in accordance with the

requirements of section 2 in respect of the applicable code as at the closing time for submissions, failing which their

claims for preferences will be rejected.

2 Sufficient evidence of qualification

2.1 Exempted micro enterprises

2.1.1 Sufficient evidence of qualification as an Exempted Micro-Enterprise or qualification as a Level 3 contributor is

an auditor’s certificate or similar certificate issued by an accounting officer in respect of the entity’s last financial

year or a 12 month period which overlaps with its current financial year or a certificate issued by a verification

agency and which is valid as at the closing date for submissions.

2.1.2 Sufficient evidence of qualification for a higher B-BBEE status in terms of the small qualifying scorecard shall

be as stated in 2.2.

2.2 Enterprises other than micro exempted enterprises

Sufficient evidence of B-BBEE Status is a certificate issued by a verification agency or registered auditors

approved by Independent Regulatory Board for Auditors (IRBA) in terms of National Treasury’s Implementation

Guide: Preferential Procurement Regulations, 2011, Pertaining to the Preferential Procurement Policy

Framework Act, and which is valid as at the closing date for submissions.

3 Tender preferences claimed

The scoring shall be as follows:

B-BBEE status determined in accordance with the preferencing

schedule for Broad-Based Black Economic Empowerment

% max points for preference

Page 45: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

Form not completed or no-complaint contributor 0

Level 8 contributor 10

Level 7 contributor 20

Level 6 contributor 30

Level 5 contributor 40

Level 4 contributor 50

Level 3 contributor 80

Level 2 or contributor 90

Level 1 contributor 100

4 Declaration

The tenderer declares that

a) the tendering entity is a Level ……… contributor as at the closing date for tenders

b) the tendering entity has been measured in terms of the following code (tick applicable box)

□ Generic code of good practice □ Forest Sector Code

□ Integrated Transport Sector Codes □ Tourism Sector Code

□ Construction Sector Code □ Chartered Accountancy Sector Code

□ Other – specify . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

c) the contents of the declarations made in terms of a) and b) above are within my personal knowledge and are

to the best of my belief both true and correct

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the tenderer confirms that he /

she understands the conditions under which such preferences are granted and confirms that the tenderer satisfies the

conditions pertaining to the granting of tender preferences.

Signature : ...............................................................................................................................……….

Name : .......................................................................................................................................………

Duly authorised to sign on behalf of : ............................................................................................………

Telephone : ......................................................................

Fax: ....................................................................... Date : .......................................................................

Name of witness . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . signature of witness . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Note: 1) Failure to complete the declaration will lead to the rejection of a claim for a preference

2) Supporting documentation of the abovementioned claim for a preference must be submitted with the tender

submission to be eligible for a preference

Note: Clarification from the Minister of Trade & Industry published in Gazette 38764 on 5 May 2015 states:

“Confirm that the Amended Codes of Good Practice, gazette No 36928 will come into effect on the 1st May 2015.

Clarify that all B-BBEE verifications conducted using the financial year ending before 30 April 2015 can be verified

using the old Codes of Good Practice, gazette No 29617 and all B-BBEE verifications conducted using the financial

year ending after the 1st May 2015 must be verified using the Amended Codes of Good Practice, with the exception

of the Sector Codes

Page 46: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

RFI FHSFURP_CHBAHBU Annexure 6

1 | P a g e C o n f l i c t o f I n t e r e s t

1. PURPOSE

The primary purpose of this Declaration is to establish whether any current or potential relationship exists

between any individual acting for an on behalf of a Tenderer and Campus Planning and Development

Division (CPD) of University of the Witwatersrand, Johannesburg (WITS / the Employer), that is involved

in the sourcing process.

The aim hereof is to ensure that WITS engages with counterparties that execute their duties, pertaining in any

procurement process, with integrity, with no room for perceived or actual irregularities which carries the risk of

possible damage to the company or its shareholder’s reputation.

2. SCOPE

The Tenderer, shall truthfully complete this Declaration of Interest for each sourcing event, Agreement or

Purchase Order - ensuring the sourcing process remains both fair and transparent.

3. DECLARATION

Please complete the following:

Full Name and Surname:

Company Name:

Current Designation:

Industry:

Professional Services

I hereby declare, as if under oath, to truthfully complete the following information and fully declare any

interest that I am aware of at the time of executing this Declaration of Interest.

1. Do you have an interest, either direct or indirect, with WITS, any of its operations and or

employees?

Yes

No

2. Do you have a direct or indirect relationship with a person who would be regarded as a

related party under any contract to supply Goods or Services to WITS?

Yes

No

3. Does any of your family of close relatives (direct or indirect) have a relationship with or

interest in, with WITS, any of its operations and or employees?

Yes

No

4. Do you or any of your family or relatives have any current or prospective contractual

obligations or association with WITS, any of its operations and or employees?

Yes

No

Please clearly mark YES or NO with a X for your response.

Page 47: REQUEST FOR INFORMATION (RFI) FHSFURP CHBAHBU · 2 days ago  · Refurbishment, extension and construction of new facilities at the existing Chris Hani Baragwanath Academic Hospital

RFI FHSFURP_CHBAHBU Annexure 6

2 | P a g e C o n f l i c t o f I n t e r e s t

I shall notify WITS in writing of any changes to the content of this Declaration as soon as I become aware of such

information or a possible conflict that may exist.

I am informed that, in the event of any such conflict or potential conflict, WITS in its absolute discretion will decide on

the appropriate course of action. As such, I undertake to abide by the company’s decision which shall be final and

binding in this regard.

If you have answered YES to any of the above questions above, please provide full details below, giving specific

particulars regarding the nature and extent of the possible conflict of interest, and clearly state when or how such

interest occurred

_____________________________________________________________________________________________

_____________________________________________________________________________________________

_____________________________________________________________________________________________

_____________________________________________________________________________________________

_____________________________________________________________________________________________

_____________________________________________________________________________________________

_____________________________________________________________________________________________

EXECUTION

I hereby confirm that the above information is true and correct.

Signature: ……………………………….......... Date: ……………………………………

Designation: ……………………………..............

Witness: ………………………….................. Date: ………………………….………….

Name: ………………………...…………… Designation: ……………………………