Share this article

TERMS OF REFERENCE
NSA-NLC NWC2023 LEGACY PROGRAMME

APPOINTMENT OF A TECHNICAL ADVISORY TEAM FOR THE DESIGN, CONSTRUCTION AND MONITORING OF 60 NETBALL COURT IN 52 DISTRICTS IN SOUTH AFRICA ON BEHALF OF NETBALL SOUTH AFRICA (NSA).

Download the document as Word .doc
NSA TORs on Technical Advisory Team

Download the document as .pdf
NSA TORs on Technical Advisory Team


1. BACKGROUND

Netball South Africa is the peak governing body for the sport of netball in South Africa, which is responsible for overseeing the practice of the sport across the country.

Since 1992, South Africa has participated in international tournaments primarily within the Commonwealth nations. With a strong grassroots network in schools and universities, netball in South Africa has taken on a more professional position with the introduction of the Telkom Netball League, and with many of the players plying their trade in England, Australia, and New Zealand leagues.

The mission of Netball South Africa is to connect young and old to the professional arm of the sport. We are committed to ensuring rules are fair, coaches are trained and accredited, and that all professional games are played according to global standards.

2. BACKGROUND TO ASSIGNMENT / PROCUREMENT 

Netball South Africa seeks to secure the services of competent Technical Advisory Team for the design, construction and monitoring of 60 Netball Courts in the 52 Districts of South Africa. The primary objective being to assist with the planning, technical support and monitoring of the delivery of this netball courts in accordance to the South African National Standards.

The appointment will be based on the PFMA Procurement Process, which is transparent, competitive, fair and equitable and in line with then current common law contract and the attached bid forms as well as other conditions which may be applicable.

The project is intended to be within the 2024/2025 financial year and the technical advisory team is supposed to provide a methodology of the work to be done, delivery schedule and a cash-flow projection based on the need already outlined.

3. TERMS OF ENGAGEMENT

  • The appointed service provider will be expected to enter into a Service Level Agreement with NSA.

4. CONFIDENTIALITY CLAUSE

  • The Technical Advisory Team undertakes, at all times during the existence of the contract or after termination thereof, not to reveal any confidential or sensitive information or knowledge concerning the Netball South Africa or clients of NSA.
  • Intellectual Property Rights
  • All Copyright and Intellectual Property Rights that may result as consequences of the work to be performed will become the property of the NSA.
  • Appointed Technical Advisory Team must hand over all documents and information in any format, including copies thereof, that it received from NSA or that it had access to during the assignment immediately after completion of the assignment to the NSA.
  • Appointed Technical Advisory Team shall deliver to NSA, on completion of an assignment, any security devices, password or protective mechanism to the soft versions of documents that were written and the NSA will have the right to amend and change these without obligation whatsoever to the ServiceProvider upon completion of the assignment.

5.  STANDARD SPECIFICATION AND PRICING 

 

 

No.

 

 

ITEM

 

 

AMOUNT

A Professional fees
1 Planning & Assessment R
 

2

 

Inception

 

R

 

3

 

Concept and Viability

 

R

4 Detail design R
5 Tender documentation. R
6 Construction Administration and Supervision R
7 Close-out R
B Provisional Sum for Compliance Certification R
C Disbursements
1 Travel R
2 Printing R
3 Other disbursement (To be specified) R
Sub-total R
VAT 15%(A+B+C) R
Total Cost Estimate R

 

It should be noted that the planning work needs to be undertaken by the Technical Advisory Team. The cost breakdown will be in line with Engineering Council of South Africa Gazetted Professional Fees No. 44333.

TECHNICAL COMMENTS ON THE WORK TO BE UNDERTAKEN:

PRE-PLANNING

The Technical Advisory Team will be responsible for site/ location verification, conducting site conditional assessment and Geotechnical Assessment for all the 60 sites.

The fees for the Geotechnical Assessment will be paid within the planning milestone as indicated above in the costing.

EXECUTION OF WORK

The Technical Advisory Team’s responsibility will be to afford NSA technical support. The Support will include the following:

  • Design of the various netball courts in line with the aforementioned soil
  • Monitoring/ Supervision of the works
  • Quality Assessment of the Work Done
  • Close Out Report

The scope of work entails the construction of 65 Netball Courts which meets the acceptable requirement of both domestic and international competition and to that the following specifications apply:

Side Lines 30.50 m
Goal Lines 15.25 m
Goal Circle (Radius) 4.90 m

(Note that this dimension if from the outside of the goal line to the middle of the goal circle line marking)

Centre Circle (Diameter) 0.90 m
Width of Court Lines 50 mm
Runoff Area around the Court 3.05 m

(No objects are to encroach on thisarea)

Umpire Zone 1.0  m wide along the sidelines

2.0  m wide at the goal lines

Space between Adjacent Courts 4.0 m where runoff areas can be shared.

(This is applicable where construction of multiple courts is undertaken)

Material (Outdoor) Paving, Concrete, Asphalt

 

6.  KNOWLEDGE AND EXPERTISE 

  • The Professional Services Provider must have a traceable record of success and timeous delivery civil engineering of projects.
  • The Professional Service Provider must have the capacity to provide a core team that will be responsible for the day-to-day project management at all levels and will have to be maintained for the duration of the contract.
  • The core team should be able to demonstrate their understanding and knowledge of the civil engineering sector with specific knowledge of the Structural and Civil Engineering project implementation. CV’s of the members of the core team should be provided.

7. TRACK RECORD OF CONSTRUCTION OF PROJECTS IN THE BUILT ENVIRONMENT

Bidders to provide any construction projects related work completed during the past 5 years of operation to show the company’s record experience as per the table below. They will be required to duplicate this sheet to supply information for all the projects that their company has been involved in. (Current and completed)

PROJECT NAME
SCOPE OF WORK
CLIENT
CONTACT     PERSON     AND DETAILS
NUMBER          OF          UNITS COMPLETED
VALUE OF CONTRACT
START DATE
COMPLETION DATE
ATTACH            COMPLETION CERTIFICATE

 

8. TECHNICAL TEAM EXPERIENCE

Bidders to provide technical team experience as per the table below. They will be required to duplicate this sheet to supply details of all professional team management member required for the implementation of the project.

NAME OF PROFESSIONAL
 

PROFESSIONAL REGISTRATIONS

 

 

REGISTRATION NUMBER

 

 

BRIEF     DESCRIPTION      OF SPECIALIZATION AREAS

 

 

RESPONSIBILITY ON THIS PROJECT

 

9. DETAILED IMPLEMENTATION PLAN

Bidders are required to give a detailed implementation plan which will reflect that they have clearly understood the complexity of the task at hand clearly giving the realistic timeframes for each activity and the resources allocated to ensure that each activity is achieved within the stipulated time frames.

This implementation plan will form an annexure to your contract, and you will be required to implement the project according to this implementation plan.

10.  DELIVERY SCHEDULE

Bidders are required to give a detailed delivery schedule for services installation delivery as stated in the scope of works. This delivery schedule will be linked to their cash-flow projections.

This delivery schedule will form an annexure to their contract, and they will be required to deliver the project according to this delivery schedule.

11.  CASHFLOW PROJECTIONS 

Bidders are required to give detailed cash flow projection which is linked to the delivery schedule. This cash flow projection will form an annexure to the service level agreement,and they will be required to spend according to their cash flow projections.

12. TERMS OF ENGAGEMENT 

  • The appointed Service Provider will be expected to enter into a Service Level Agreement with NSA.

13. SCOPE OF WORK

The Appointed service provider will be required to render the both Design and Monitoring of the Construction of the courts on behalf of Netball South Africa and this will entail the following stages:

14.1. FEASIBILITY 

  • Preparation Management 
  • The Technical Advisory Team should ensure that the following preparation management processes have been attended to:
  • Compile and maintain a budget
  • Professional services required at this stage will include: Civil Engineer/Structural Engineer.
  • Obtain or ensure stakeholder support relating to the proposed development process to be followed.
  • Monitor professional team progress and ensure feedback to community and the NSA.
  • Receive products / reports from team, evaluate, get amendments if required
  • Compile feasibility report with recommendations on whether to proceed with feasibility stage and if so, recommend budgetary
  • Ensure that other sectors become aware of the proposed NSA Alignment and integration between the sectors can only take place if there is communication.
  • This communication can take on various forms for example the electronic media such as email and GIS systems, written and oral
  • Oversee Social Facilitation in conjunction with NSA Structures
     
  • Identify key stakeholders and ensure their involvement in the
  • Introduce the stakeholders to the housing process, project cycle, time frames, risks of project failure, relative roles & responsibilities
  • Facilitate engagements with the municipality
  • The developer and what procurement process are to be
  • Type of development strategy to be used
  • Planning requirements
  • Form of tenure
  • Phasing of project and logistics
  • Obtain commitment from municipality and community structures to work together on the project
  • Identify social risks, recommend solutions, and evaluate feasibility of project based on socio-political conditions
  • Design of Courts and Pricing

  • Design to be done in line with the ECSA
  • Geotechnical Investigation

A mandatory site visit, existing knowledge of the area and topographical maps should be used for:

  • Identification of broad geotechnical conditions in the areas and implications for development, specifically with respect to roads, onsite sanitation, storm-water control, cut and fill, platforms, founding conditions and road construction materials
  • Identify obvious restraints such as the prevalence of a high or perched water table, unstable areas, overstep areas, seepage areas, rocky outcrops, rivers and streams
  • Viability of this proposed project in terms of geotechnical conditions
  • Recommendations in terms of development
  • Make recommendations for site-specific geotechnical at construction stage.
  • The occurrence of dolomite conditions

14.2.  IMPLEMENTATION STAGE

For the implementation stage to commence the following should be in place:

  • Design and Monitoring of the Construction of 60 Netball Courts and delivery method which includes the following should be attached:
    • Detailed designs and specifications
    • Site specific geotechnical data and testing in-line with SANS
    • Site Establishment (Site Office, Store, Water and Sanitation facilities, Signage, OHS approved file, Approved drawings, Site instruction book, Quality Control file, etc.)
    • Demonstration of compliance to Occupational Health and Safety Act of 1993
    • Monitoring of the implementation of the design
    • Close out of the

14.3. GENERAL 

(All the following should be included in the Notes/ Specs on all drawings title Blocks)

  • All materials to be SABS approved (stamped where applicable)
  • Material testing to be done at a SANAs accredited laboratory
  • In case of uncertainty note that the relevant SANS takes
  • All raft or unconventional foundations to be accompanied by the Engineers’ Certificate and material test results.
  • Final inspection (100%) to be done on a completed Netball Court (Final completion).


14.4.  REPORTING REQUIREMENTS

The project will be monitored on a weekly basis during the implementation of the project and a monthly progress report and expenditure report will be submitted to the NSA for performance evaluation.

14.5. FAILURE TO COMPLETE PROJECT IN TIME

If the Technical Advisory Team fails to deliver as per the agreement the on provision that NSA has granted them with all required information in time the Technical Advisory Team’s contract will be terminated owing to the circumstances.

 

14.6. CLOSE OUT REPORT

The Technical Advisory Team is required to complete and submit Project Close out Reports at the completion of each project.


15. EVALUATION PROCESS

Bids proposal will be evaluated in accordance with the 80/20 preference point system as contemplated in the Preferential Procurement Regulation of 2022, and all bid offers received shall be evaluated based on the following criteria:

  1. Administrative Compliance
  2. Functionality
  3. Price and Specific Goals


15.1 Evaluation
Stage One: Administrative Compliance/ Responsiveness
Responses will be checked to verify the following and non-compliance may disqualify the bid:

15.1.1 RESPONSIVENESS CRITERIA

All respondents who submit must FULLY submit and satisfy the following to be responsive:

  • Fully completed Bid Document
  • Completed and Signed SBD
  • Submission of Original Valid Tax Clearance Certificate (TCC)
  • Certified copies of ID(s) of Directors or main
  • Company Profile
  • CV’s of all personnel that will form part of the service provider indicating relevant experience.
  • Copies of Qualification
  • Proof of relevant company experience
  • CSD Full Report
  • Proof of Indemnity insurance of R5 000 0000

NB: Any bidder that does not comply with ANY of the above-mentioned criteria will be eliminated from the evaluation process and will not be considered for the panel.

15.2 Evaluation Stage Two: Functionality criteria

The following criteria will be used for evaluating all bids/ proposals for functionality and bidders are expected to obtain a minimum of 70 out of 100 points to proceed/qualify for further evaluation. Failure to obtain the prescribed 60 points will automatically disqualify the bidder from proceeding to the next evaluation stage. Below is a table thatshows how the 100 points of functionality will be allocated.

 

Functional Criteria Weightings
1.0 COMPANY EXPERIENCE
Company Experience

 

ü  Evaluation shall be based on the total number of projects managed in the past ten years. Projects under consideration must be related to the Civil Engineering Infrastructure projects (only the experience by the company shall be considered)

ü  Previously supervised projects of value R 5 million per project or more shall be considered.

ü  Schedule of Company experience to be attached together with appointment letters of previous projects and completion certificatesas evidence from clients, failure to submit such will result in zero

(0) points allocated.

 

Evaluation on Company Experience

·      Bidding company has experience of 3 or more projects (25 points)

·      Bidding company has experience of 2 projects (20 points)

·      Bidding company has experience of 1 project (15 points)

·      Bidding company has experience of 0 projects (0 points)

 

 

 

 

 

 

 

 

 

 

25

2.0 Key Personnel Experience
Functional Criteria Weightings
1.0 COMPANY EXPERIENCE
A. Project Manager

 

ü  A Project Manager with a Bachelor’s degree in Structural/ Civil Engineering or Bachelor of Technology Degree in Structural/ Civil Engineering

ü  Should have a minimum of five (5) years relevant experience and professional registration with Engineering Council of South Africa (ECSA) as Pr. Eng. or Pr. Tech Eng. or registered as a Professional Project Manager under South African Council for the Project and Construction Management Professions (SACPCMP). Anything less than this minimum will score zero.

ü  Should demonstrate capacity in terms of experience on Civil Engineering Projects.

 

Evaluation on Project Manager’s Qualifications

·      CV and Proof of Qualifications and Professional Registration for project leader to be attached (15 points)

·      No CV     and/or    Proof of     Qualifications and/or Professional Registration                                       (0 points)

Evaluation on Project Manager’s Experience

·      Project Manager has completed 3 Civil Engineering projects (15 points)

·      Project Manager has completed 2 Civil Engineering projects (10 points)

·      Project Manager has completed 1 Civil Engineering projects    (5 points)

·      Project Manager has completed 0 Civil Engineering projects (0 points)

 

 

 

 

 

 

 

 

 

 

 

 

30

B. Project Engineer

 

ü  A Project Engineer with a Bachelor of Science Degree in Electrical/Structural/Civil Engineering or Bachelor of Technology Degree in Electrical/Structural/Civil Engineering

ü  A Project Engineer with a minimum of five (5) years relevant experience plus a Professional Registration with (ECSA) as Pr. Eng. or Pr. Tech Eng. Anything less than this minimum will score zero.

ü  Should demonstrate capacity in terms of experience on similar projects

 

Evaluation on Project Engineer’s Qualifications

·      CV and Proof of Qualifications and Professional Registration for Project Engineer to be attached (15 points)

 

 

 

 

 

 

 

 

 

 

 

 

30

Functional Criteria Weightings
1.0 COMPANY EXPERIENCE
·      No CV and/or     Proof of     Qualifications and/or     Professional Registration                                       (0 points)

Evaluation on Project Engineer’s Experience

·      Project Engineer has completed 3 similar projects (15 points)

·      Project Engineer has completed 2 similar projects (10 points)

·      Project Engineer has completed 1 similar project     (5 points)

·      Project Engineer has completed 0 similar projects (0 points)

3.0 Proposed Programme
Proposed Schedule/ Programme

ü  Bidder to attach a high level schedule in Microsoft Project format or similar to demonstrate capacity to plan project phases (pre- construction and post tender phases). and activities within stipulated timeframes from planning to closeout.

ü  The bidder to stipulate all activities that are involved in this project and indicate the proposed duration of each activity. attach a high level schedule in Microsoft Project format or similar to demonstrate capacity to plan project phases (pre-construction and post tender phases) and activities within stipulated timeframes from planning to closeout.

Evaluation on proposed programme

·      Proposed schedule is within client’s expectations (15 points)

·      Proposed schedule is under clients expectations     (5 points)

·      No proposed schedule attached                                  (0 points)

 

 

15

TOTAL 100

 

15.3 Evaluation Stage Three: Price and Specific Goals (20)

Bids will be evaluated applying the 80/20 preference points system in accordance with the PPPFA Regulations of 2022, where points are awarded to bidders on the basis of Price (80) and Specific Goals (20), using the following formula to calculate points for price:

Table 1 – Price and Specific Goals

 

CRITERIA SUB-CRITERIA WEIGHTING/ POINTS
Price Detailed Budget Breakdown 80
Specific Goals Specific Goals Contributor 20
TOTAL 100
  • The Proposal will be evaluated as per latest PPPFA


15.3.1 IDENTIFICATION OF PREFERENCE POINT SYSTEM 80/20 PREFERENCE POINT SYSTEM FOR ACQUISITION OF GOODS OR SERVICES WITH A RAND VALUE EQUAL TO OR BELOW R50 MILLION
 

  • The following formula must be used to calculate the points out of 80 for price in respect of an invitation for tender with a Rand value greater than 01 and equal to or below R50 million, inclusive of all applicable taxes:

Where:

Ps = Points scored for the price of tender under consideration

Pt = Price of tender under consideration Pmin = Price of lowest acceptable tender

  • A maximum of 20 points may be awarded to a tenderer for the specific goals specified in the tender as per paragraphs 9.2.- 3.
  • The points scored for the specific goal must be added to the points scored for price and the total must be rounded off to the nearest two decimal places.
  • Subject to section 2(1)(f) of PPPFA, the contract must be awarded to the tenderer scoring the highest points.

 

15.3.2 SPECIFIC GOALS

  • The Entity must, in the tender documents, stipulate:
  • The applicable Preference Point System as
  • The Specific Goal in the invitation to submit the tender for which a point may be awarded; and
  • The number of points that will be awarded to each goal, and proof of the claim for such a goal.
  • The specific goals applicable to the North West Housing Corporation for all procurement transactions and income generating above R1,000,000 and up to R50,000,000 inclusive of all applicable taxes based on the 80/20 points system are:

 

Stage 1 Stage 2 Stage 3
Mandatory       and other                  bid

requirements

Functionality Preference point system
Compliance      with mandatory         and

other                    bid

requirements

For a bid to be responsive the minimum points for functionality shall be seventy (70) points. Any bid with less than sixty points will be disqualified and no further evaluation of the bid will be done. Bids will be evaluated in terms of the 80/20preference point system:

80 – Price

20 – Specific goals

 

1.    Enterprises owned by Black people – 8 points

o   100% Black ownership – 8 points

o   Less than 100% and above 51% Black ownership – 7 points

o   Less than 51% Black ownership – 0 points Proof of ownership will be verified by either one of the following documents: CIPC Certificate, Valid B-BBEE Certificate & CSD report

2.    Enterprise owned by Black women, youth or military veteran, people living with disabilities – 8 points

ü  Black women owned Enterprise – 8 points

o   100% Black women enterprise – 8 points

o   99% to 51% Black women Enterprise – 4 points

o   Less than 51% Black women enterprise – 0 points

ü  Black youth or Military Veteran Enterprise – 2 points

o   100% Black youth or        Military Veteran enterprise – 2

o   99% to 51% Black youth or Military Veteran enterprise – 1

o   Less than 51% Black youth or          Military enterprise – 0

ü  People     living    with     disability     owned enterprise

o   100% enterprise with disability – 2 points

o   99%    to 51% enterprise with disability – 1point

o   Less than 51% enterprise with disability – 0 point

Proof of points claimed must be verified by the following documents: CIPC Certificate, ID Document, CSD report, Medical report by the medical practitioner for disability, Military Force Number

Proof of residence confirmed by the CSD report to be submitted with the bid to claim enterprise

location points

 

16. BID/PROPOSAL SUBMISSION

  • The format of the bid proposals to be submitted shall comprise cover letter and the following documents:
  1. Returnable bid document with all the required documents fully completed and signed.
  2. Original and Valid Tax Clearance
  3. Detailed cost breakdown
  4. Reference letters with contact details on a company letterhead and/or stamped.
  5. Company registration
  6. Company profile that illustrates the core business, services offered, and staff compliment.
  7. Comprehensive methodology and Implementation
  8. Summary of verifiable previous projects with contact details of the project owners.
  9. Latest Municipal

17. CANCELLATION

  • NSA reserves the right to cancel the contract if the service provider fails to adhere to the conditions of the contract.
  • On termination of the contract for whatever reason, the service provider shallon demand deliver, without the right to retention all documents and information (soft and hard copies) gained of this agreement.

18. All proposals should be sent to the attention of:
applications@netball-sa.co.za
Deadline is the 15 February 2024
For any enquiries, kindly contact Mr Mahlare at 012-344 5971.

PLEASE NOTE THAT THIS DOES NOT CANCEL THE PREVIOUS BID.