Sei sulla pagina 1di 153

TRANSNET FREIGHT RAIL

an Operating Division of TRANSNET SOC LTD


[Registration No. 1990/000900/30]

REQUEST FOR PROPOSAL [RFP]

FOR THE PROVISION OF: CLEANING AND WASTE SEPARATION SERVICES FOR
THE DURBAN COASTAL AND KZN INLAND AREAS

FOR A PERIOD OF: TWENTY FOUR (24) MONTHS

RFP NUMBER HOAC-DNR-31958

ISSUE DATE: 11 FEBRUARY 2020

BRIEFING SESSION: 18 FEBRUARY 2020 AT 10H00

CLOSING DATE: TUESDAY, 25 FEBRUARY 2020

CLOSING TIME: 10H00

BID VALIDITY PERIOD: 90 BUSINESS DAYS FROM CLOSING DATE (07 JULY 2020)

PREQUALIFICATION CRITERIA - ONLY RESPONDENTS FALLING IN THE FOLLOWING


CATEGORIES MAY RESPOND TO THIS RFP:

− LEVEL 1 B-BBEE STATUS

RFP for Services


July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 2 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

SCHEDULE OF BID DOCUMENTS


Section No Page

SECTION 1: NOTICE TO BIDDERS ..................................................................................................................... 4


1 INVITATION TO BID ................................................................................................................................ 4
2 FORMAL BRIEFING ................................................................................................................................... 5
3 PROPOSAL SUBMISSION .......................................................................................................................... 5
4 DELIVERY INSTRUCTIONS FOR RFP .......................................................................................................... 5
5 BROAD-BASED BLACK ECONOMIC EMPOWERMENT AND SOCIO-ECONOMIC OBLIGATIONS ........................... 6
6 COMMUNICATION .................................................................................................................................... 9
7 CONFIDENTIALITY ................................................................................................................................... 9
8 INSTRUCTIONS FOR COMPLETING THE RFP .............................................................................................. 9
9 COMPLIANCE ......................................................................................................................................... 10
10 DISCLAIMERS ........................................................................................................................................ 10
11 LEGAL REVIEW ...................................................................................................................................... 11
12 NATIONAL TREASURY’S CENTRAL SUPPLIER DATABASE ........................................................................... 11
13 TAX COMPLIANCE .................................................................................................................................. 12
14 PROTECTION OF PERSONAL DATA .......................................................................................................... 13
SECTION 2: BACKGROUND, OVERVIEW AND SCOPE OF REQUIREMENTS ........................................................... 14
1 BACKGROUND ....................................................................................................................................... 14
2 EXECUTIVE OVERVIEW .......................................................................................................................... 14
3 SCOPE OF REQUIREMENTS ..................................................................................................................... 15
4 GREEN ECONOMY / CARBON FOOTPRINT ................................................................................................ 15
5 GENERAL SERVICE PROVIDER OBLIGATIONS ........................................................................................... 15
6 EVALUATION METHODOLOGY ................................................................................................................. 16
SECTION 3: PRICING AND DELIVERY SCHEDULE .............................................................................................. 23
1. DISCLOSURE OF PRICES TENDERED ....................................................................................................... 47
2. PRICE REVIEW ...................................................................................................................................... 47
3. “AS AND WHEN REQUIRED” CONTRACTS................................................................................................. 47
4. SERVICE LEVELS .................................................................................................................................... 47
5. TOTAL COST OF OWNERSHIP AND CONTINUOUS IMPROVEMENT INITIATIVES .......................................... 48
6. RISK ..................................................................................................................................................... 48
7. REFERENCES ......................................................................................................................................... 49
8. FINANCIAL STABILITY ............................................................................................................................ 49
SECTION 4: PROPOSAL FORM AND LIST OF RETURNABLE DOCUMENTS ........................................................... 41
SECTION 5: CERTIFICATE OF ACQUAINTANCE WITH RFP, TERMS & CONDITIONS & APPLICABLE DOCUMENTS .. 46
SECTION 6: RFP DECLARATION AND BREACH OF LAW FORM ........................................................................... 48
SECTION 7: RFP CLARIFICATION REQUEST FORM ........................................................................................... 51
SECTION 8: B-BBEE PREFERENCE POINTS CLAIM FORM .................................................................................. 52
SECTION 10: CERTIFICATE OF ATTENDANCE OFCOMPULSORY RFP BRIEFING .................................................. 61
SECTION 11: SUPPLIER DEVELOPMENT INITIATIVES ...................................................................................... 62
SECTION 12: DECLARATION OF SUPPLIER DEVELOPMENT COMMITMENTS ....................................................... 66

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 3 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

ANNEXURE A: CLAUSE-BY-CLAUSE COMPLIANCE TO SPECIFICATION INFORMATION QUESTIONNAIRE ............... 69


ANNEXURE B: CONTRACT CLEANING MINIMUM WAGE PRICE SCHEDULE .......................................................... 74
ANNEXURE C: TECHNICAL SUBMISSION/QUESTIONNAIRE ............................................................................... 75
ANNEXURE D: SUPPLIER DEVELOPMENT PLAN ................................................................................................ 79
ANNEXURE E: SUPPLIER DEVELOPMENT VALUE SUMMARY .............................................................................. 81
ANNEXURE F: SCOPE OF WORK FOR THE PROVISION OF CLEANING AND WASTE SEPARATION SERVICES FOR
DURBAN & SURROUNDING AREAS ............................................................................................................... ..91
ANNEXURE G: SCOPE OF WORK FOR THE PROVISION OF CLEANING AND WASTE SEPARATION SERVICES FOR KZN
INLAND AREAS ......................................................................................................................................... ..125

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 4 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

SECTION 1: NOTICE TO BIDDERS

1 INVITATION TO BID

Responses to this RFP [hereinafter referred to as a Bid or a Proposal] are requested from persons,
companies, close corporations or enterprises [hereinafter referred to as an entity, Respondent or Bidder].

DESCRIPTION Provision of cleaning and waste separation services for a period of twenty four (24)
months for the Durban Coastal and Inland Areas [the Services]

This RFP may be downloaded directly from National Treasury’s e-Tender


Publication Portal at www.etenders.gov.za free of charge.
COLLECTION /
INSPECTION OF
DOCUMENTS Alternatively, this RFP may be purchased at R250 (inclusive of VAT) per set for
those bidders that require a hard copy from Transnet. Bidders are however
encouraged to download the RFP from the eTender Portal instead.

The document will be available on the NT eTender portal from 12 February 2020
until 18 February 2020.

If Bidders intend to download the bid off the Portal, they are required to indicate
their intention to respond to this bid by 12h00 on 24 February 2020 by sending
BIDS DOWNLOADED
an email with their contact details to the following address:
FROM NT PORTAL Nonzame.Mashalaba@transnet.net. This is to ensure that any required
communication (e.g. addenda to the bid) in relation to this bid reaches those
intending to respond.
NOTE - Transnet will not be held liable if Bidders do not respond by this date and
do not receive the latest information regarding this Bid as a result thereof.
If a bidder requires a hard copy bid document, the following steps apply:
i. Pay a R250 bid fee
Account Name: Transnet Freight Rail
Account: Standard Bank
Account number: 203158598
Branch code: 004805
Reference: HOAC-DNR-31958
ii. Make arrangements to collect the bid document. Prior arrangements
BIDS COLLECTED must be made one (1) day in advance and the bid document may be
FROM TFR TENDER collected between 09h00 and 15h00 from 12 February 2020 until
OFFICE iii. 18 February 2020
iv. Collect the RFP from the following address, bringing along proof of
payment
THE TENDER OFFICE, TRANSNET FREIGHT RAIL, SUPPLY CHAIN
SERVICES - DURBAN, 100 EEL ROAD, BAYHEAD, DURBAN, 4052
NOTE – This amount is not refundable. A receipt for such payment made must be
presented when collecting the RFP documents and submitted thereafter with your
Proposal.

COMPULSORY Yes
BRIEFING SESSION Refer to paragraph 2 for details

10h00 on Tuesday, 25 February 2020


This bid shall close punctually at the following address:
CLOSING DATE Tender Box at Transnet Freight Rail, Supply Chain Services - Durban, 100
Eel Road, Bayhead, Durban, 4052.
As a general rule, if a bid is late or delivered to the incorrect address, it will not be
accepted for consideration.

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 5 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

VALIDITY PERIOD 90 Business Days from Closing Date (07 July 2020)
NOTE – Bidders may be requested to extend the validity period of their bid, at the
same terms and conditions, if the internal evaluation process has not been finalised
within the validity period. However, once the adjudication body has approved the
process and award of the business to the successful bidder(s), the validity of the
successful bidder(s)’ bid will be deemed to remain valid until a final contract has
been concluded.
With regard to the validity period of short-listed bidders, please refer to Section 2,
paragraph 3.
COMMENTS/ Kindly note that all comments and complaints regarding all RFx’s issued by
COMPLAINTS Transnet may be directed to TFRProcurement.Complaints@transnet.net.

Any additional information or clarification will be faxed or emailed to all Respondents, if necessary.

2 FORMAL BRIEFING

A compulsory pre-proposal RFP briefing will be conducted at Transnet Freight Rail, Security boardroom, 100
Eel Road, Bayhead, Durban, 4052 on the 18 February 2020, at 10h00 for a period of ± 1 hour.
[Respondents to provide own transportation and accommodation]. The briefing session will start punctually
and information will not be repeated for the benefit of Respondents arriving late.

2.1 A Certificate of Attendance in the form set out in Section 10 hereto must be completed and submitted
with your Proposal as proof of attendance is required for a compulsory site meeting and/or RFP briefing.

2.2 Respondents failing to attend the compulsory RFP briefing will be disqualified.

2.3 Respondents are encouraged to bring a copy of the RFP to the RFP briefing.

3 PROPOSAL SUBMISSION

Proposals must be submitted in a sealed envelope addressed as follows:

The Secretariat, Transnet Freight Rail Acquisition Council


RFP No: HOAC-DNR-31958
Description: Provision of cleaning and waste separation services for a period of
twenty four (24) months for the Durban Coastal and Inland Areas
Closing date and time: Tuesday, 25 February 2020 at 10h00
Closing address [Refer to options in paragraph 4 below]

All envelopes must reflect the return address of the Bidder on the reverse side.

4 DELIVERY INSTRUCTIONS FOR RFP

4.1 Delivery by hand

If delivered by hand, the envelope must be deposited in the Transnet tender box which is located at
Transnet Freight Rail, Supply Chain Services - Durban, 100 Eel Road, Bayhead, Durban, 4052, and
must be addressed as follows:

THE SECRETARIAT
TRANSNET FREIGHT RAIL,
SUPPLY CHAIN SERVICES,
100 EEL ROAD,
BAYHEAD, DURBAN, 4052

a) The measurements of the "tender slot" are 400mm wide x 100mm high, and Bidders
must please ensure that response documents or files are no larger than the above
dimensions. Responses which are too bulky [i.e. more than 100mm thick] must be split

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 6 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

into two or more files, and placed in separate envelopes, each such envelope to be
addressed as required in paragraph 3 above.

b) It should also be noted that the above tender box is located at Transnet Freight Rail,
Supply Chain Services - Durban, 100 Eel Road, Bayhead, Durban, 4052 and is only
accessible to the public on Mondays to Fridays from 07h30 to 16h00.

4.2 Dispatch by courier

If dispatched by courier, the envelope must be addressed as follows and delivered to the Office of The
Secretariat, Transnet Freight Rail Acquisition Council and a signature obtained from that Office:

THE SECRETARIAT
TRANSNET FREIGHT RAIL,
SUPPLY CHAIN SERVICES,
100 EEL ROAD,
BAYHEAD, DURBAN, 4052

Courier documents that are not signed for by the Tender Office but another office in Transnet (e.g. the
mailroom) and reach the Tender Office after the tender closing time will be considered as late tenders.

5 BROAD-BASED BLACK ECONOMIC EMPOWERMENT AND SOCIO-ECONOMIC OBLIGATIONS

As explained in more detail in the BBBEE Preference Points Claim Form in Section 8 and as prescribed in
terms of the Preferential Procurement Policy Framework Act (PPPFA), Act 5 of 2000 and its Regulations,
Respondents are to note that Transnet will award preference points to companies who provide valid proof of
their B-BBEE status using either the latest version of the generic Codes of Good Practice or Sector Specific
Codes (if applicable).

The value of this bid is estimated to be below R50 000 000 (all applicable taxes included) and therefore the
80/20 system shall be applicable. Despite the stipulated preference point system, Transnet shall use the
lowest acceptable bid to determine the applicable preference point system in a situation where all received
acceptable bids are received outside the stated preference point system.

Respondents are required to complete Section 8 [the B-BBEE Preference Point Claim Form] and submit it
together with valid proof of their B-BBEE Status as stipulated in the Claim Form in order to obtain preference
points for their B-BBEE status. Respondents are required at all times to comply with the latest B-BBEE
legislation and/or instruction notes as issued from time to time by the DTI.

Note: Failure to submit valid and original (or a certified copy of) proof of the Respondent’s
compliance with the B-BBEE requirements stipulated in Section 8 of this RFP (the B-BBEE
Preference Points Claim Form) at the Closing Date of this RFP, will result in disqualification.

5.1 B-BBEE Joint Ventures or Consortiums

Respondents who would wish to respond to this RFP as a Joint Venture [JV] or consortium with B-BBEE
entities, must state their intention to do so in their RFP submission. Such Respondents must also submit
a signed JV or consortium agreement between the parties clearly stating the percentage [%] split of
business and the associated responsibilities of each party. If such a JV or consortium agreement is
unavailable, the partners must submit confirmation in writing of their intention to enter into a JV or
consortium agreement should they be awarded business by Transnet through this RFP process. This
written confirmation must clearly indicate the percentage [%] split of business and the responsibilities of

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 7 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

each party. In such cases, award of business will only take place once a signed copy of a JV or consortium
agreement is submitted to Transnet.

Respondents are to note the requirements for B-BBEE compliance of JVs or consortiums as required by
Section 8 [the B-BBEE Preference Point Claim Form] and submit it together with proof of their B-BBEE
Status as stipulated in the Claim Form in order to obtain preference points for their B-BBEE status.

Note: Failure to submit a valid and original B-BBEE certificate for the JV or a certified copy thereof at the
Closing Date of this RFP will result in a score of zero being allocated for B-BBEE.

5.2 Subcontracting

Transnet fully endorses Government’s transformation and empowerment objectives and when
contemplating subcontracting Respondents are requested to give preference to Exempted Micro
Enterprises (EMEs), Start-up companies and Qualifying Small Enterprises (QSEs) which are Black Owned,
Black Women Owned, Black Youth Owned, companies owned by Black People with Disabilities, including
any companies designated as B-BBEE Facilitators1.

Respondents are required to submit proof of the subcontracting arrangement between themselves and
the subcontractor. Proof of the subcontracting arrangement may include a subcontracting agreement.

Respondents are to note that it is their responsibility to select competent subcontractors that meet all
requirements of the bid so that their bid is not jeopardised by the subcontractor when evaluated.
Respondents are responsible for all due diligence on their subcontractors.

If contemplating subcontracting, please note that a Respondent will not be awarded points for B-BBEE if it
is indicated in its Proposal that such Respondent intends subcontracting more than 25% [twenty-five
percent] of the value of the contract to an entity/entities that do not qualify for at least the same points
that the Respondent qualifies for, unless the intended subcontractor is an EME with the capability to
execute the contract.

Respondent/s are discouraged from subcontracting with their subsidiary companies as this may be
interpreted as subcontracting with themselves and / or using their subsidiaries for fronting. Where a
Respondent intends to subcontract with their subsidiary this must be declared in their bid response.

The successful Respondent awarded the contract may only enter into a subcontracting arrangement with
Transnet’s prior approval.

The contract will be concluded between the successful Respondent and Transnet, therefore, the
successful Respondent and not the sub-contractor will be held liable for performance in terms of its
contractual obligations.

A person awarded a contract may not subcontract more than 25% [twenty-five percent] of the value of
the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the
person concerned, unless the contract is subcontracted to an EME that has the capability and ability to
execute the subcontract.

1
The Minister of the Department of Trade and Industry has the power to designate certain Organs of State or Public Entities as
B-BBEE Facilitators. For example, the South African National Military Veterans’ Association (SANMVA) has been designated as a B-
BBEE Facilitator. As such they will be treated as having rights of ownership held 100% by Black People, 40% by Black Women
and 20% by Black designated groups.

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 8 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

In terms of Section 8 of this RFP [the B-BBEE Preference Point Claim Form] Respondents are required to
indicate the percentage of the contract that will be sub-contracted as well as the B-BBEE status of the
sub-contractor/s.

5.3 Minimum B-BBEE level

Transnet has decided to set a minimum B-BBEE threshold for participation in this RFP process. The
minimum B-BBEE threshold in this instance is a B-BBEE Level 1, and Respondents who do not have at
least this B-BBEE status or higher will be disqualified.

5.4 Prequalification criteria for Preferential Procurement

Respondents are to note that they are eligible to participate in this RFP should they meet one or more
of the prequalification criteria for preferential procurement stipulated in paragraphs 5.3.

5.5 Supplier Development Initiatives

Historically in South Africa there has been a lack of investment in infrastructure, skills and capability
development and inequality in the income distribution and wealth of a significant portion of the
population. There have been a number of Government initiatives developed to address these
challenges. In particular, the New Growth Path [NGP] and New Development Plan [NDP] aligns and
builds on previous policies to ensure the achievement of Government’s development objectives for
South Africa.

Transnet fully endorses and supports Government’s economic policies through its facilitation of
Supplier Development [SD] initiatives. Hence Respondents are required to submit their commitments
with regard to Supplier Development Initiatives over the duration of this contract.

Although the Supplier Development Value Summary and Supplier Development Plan will not form part
of the evaluation, Respondents are requested to submit these documents as part of the bid
submission. Transnet reserves the right to incorporate Supplier Development Value Summary and
Supplier Development Plan into their terms of the contract with the successful bidder. Transnet
prefers that the monetary value of all SD initiatives to be undertaken by the respondents be as
follows:

30% of the contract value

All Respondents must refer to Section 11 for instructions and complete Section 12 [Declaration of
Supplier Development Commitments] as this is an essential returnable document. In addition,
Respondents are requested to submit a Supplier Development Plan and SD Value Summary,
Annexure D and E as these are required as essential returnable documents.

Note: Should a JV be envisaged the principal Respondent is required to submit the required responses
as indicated above.

The commitments made by the successful Respondents will be incorporated as a term of


the contract and monitored for compliance.

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 9 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

6 COMMUNICATION

6.1 For specific queries relating to this RFP (prior to the tender closing), an RFP Clarification Request
Form should be submitted to the following Transnet employees before 12h00 on 20 February
2020, substantially in the form set out in Section 7 hereto.

Tender Administrator
Name: Sibusiso Mthimkulu Email: Sibusiso.Mthimkhulu@transnet.net
Telephone: 031 361 3427
and

Chief Administrative Official - (Acquisition Support Office)


Name: Nonzame Mashalaba Email: Nonzame.Mashalaba@transnet.net
Telephone: 031 361 5980

Kindly ensure that you provide the Secretariat with the correct contact details, as Transnet will not
accept responsibility for being unable to contact a bidder who provided incorrect contact details.

6.2 After the closing date of the RFP, a Bidder may only communicate with the Rail Secretariat of the
Transnet Freight Rail Acquisition Council, on any matter relating to its RFP Proposal.

Name: Prudence Nkabinde Email: prudence.nkabinde@transnet.net


Telephone: 011-584 0821

6.3 Respondents are to note that changes to its submission will not be considered after the closing date.

6.4 Respondents are warned that a Proposal may be liable to disqualification should any attempt be
made by a Respondent either directly or indirectly to canvass any officer or employee of Transnet in
respect of this RFP between the closing date and the date of the award of the business.
Furthermore, Respondents found to be in collusion with one another will be automatically
disqualified and restricted from doing business with Transnet in the future.

7 CONFIDENTIALITY

All information related to this RFP is to be treated with strict confidence. In this regard Respondents are
required to certify that they have acquainted themselves with the Non-Disclosure Agreement. All information
related to a subsequent contract, both during and after completion thereof, will be treated with strict
confidence. Should the need however arise to divulge any information gleaned from provision of the Services
,which is either directly or indirectly related to Transnet’s business, written approval to divulge such
information must be obtained from Transnet.

8 INSTRUCTIONS FOR COMPLETING THE RFP

8.1 Bidders are to note that Transnet is utilising a two-envelope system for the purposes of receiving this bid.
As such, Bidders are required to submit their technical and financial proposals in two separate envelopes.
If SD is applicable to the bid, the SD proposal must be submitted together with the technical proposal.
Bidders are required to place and seal the returnable documents listed in the Bid in an envelope marked
“financial proposal” and place the remaining returnable documents in an envelope marked “technical (and
SD) proposal”. Failure to comply with these requirements will lead to disqualification of the
Bid.

8.2 Proposals must be submitted in duplicate hard copies [1 original and 1 copy] and must be bound.

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 10 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

8.3 Sign one set of original documents [sign, stamp and date the bottom of each page]. This set will serve as
the legal and binding copy. A duplicate set of documents is required. This second set must be a copy of
the original signed Proposal.

8.4 Both sets of documents are to be submitted to the address specified in paragraph 4 above, and Bidders
must ensure that the original and copies (where applicable) are identical in all respects as Transnet will
not accept any liability for having disqualified a bidder for failing to provide a mandatory returnable
document in either the original or the copy of the RFP albeit that it was included in the other.

8.5 A CD copy of the RFP Proposal must be submitted containing;

a) A duplicate of the entire bid submission (including all Annexures) as a single PDF file
and,

b) All relevant Annexures in their respective required formats.

8.6 All returnable documents tabled in the Proposal Form [Section 4] must be returned with
proposals.

8.7 Unless otherwise expressly stated, all Proposals furnished pursuant to this RFP shall be deemed to be
offers. Any exceptions to this statement must be clearly and specifically indicated.

8.8 Any additional conditions must be embodied in an accompanying letter. Subject only to clause 16
[Alterations made by the Respondent to Bid Prices] of the General Bid Conditions, alterations, additions or
deletions must not be made by the Respondent to the actual RFP documents.

9 COMPLIANCE

The successful Respondent [hereinafter referred to as the Service Provider] shall be in full and complete
compliance with any and all applicable laws and regulations.

10 DISCLAIMERS

Respondents are hereby advised that Transnet is not committed to any course of action as a result of its
issuance of this RFP and/or its receipt of Proposals. In particular, please note that Transnet reserves the right
to:

10.1 modify the RFP’s goods / service(s) and request Bidders to re-bid on any changes;

10.2 reject any Quotation which does not conform to instructions and specifications which are detailed
herein;

10.3 disqualify Quotations submitted after the stated submission deadline;

10.4 not necessarily accept the lowest priced Quotation or an alternative bid;

10.5 reject all Quotations, if it so decides;

10.6 place an order in connection with this Quotation at any time after the RFP’s closing date;

10.7 award only a portion of the proposed goods / service/s which are reflected in the scope of this RFP;

10.8 split the award of the order/s between more than one Supplier/Service Provider should it at
Transnet’s discretion be more advantageous in terms of, amongst others, cost or developmental
considerations;

10.9 not clarify the price as submitted in case of arithmetical errors, given time restrictions;

10.10 validate any information submitted by Bidders in response to this bid. This would include, but is not
limited to, requesting the Bidders to provide supporting evidence. By submitting a bid, Bidders
hereby irrevocably grant the necessary consent to Transnet to do so;

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 11 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

10.11 request audited financial statements or other documentation for the purposes of a due diligence
exercise;

10.12 not accept any changes or purported changes by the Bidder to the bid rates after the closing date
and/or after the award of the business, unless the contract specifically provides for it;

10.13 award the business to the next highest ranked bidder, should the preferred bidder fail to sign or
commence with the contract within a reasonable period after being requested to do so, provided that
the preferred bidder is still prepared to provide the required goods at the quoted price.

Under such circumstances, the validity of the bids of the next ranked bidder(s) will be deemed to
remain valid, irrespective of whether the next ranked bidder(s) were issued with a Letter of Regret.
Bidders may therefore be requested to advise whether they would still be prepared to provide the
required goods at their quoted price, even after they have been issued with a Letter of Regret;

10.14 not clarify the price as submitted in case of arithmetical errors;

10.15 cancel the contract and/or place the Bidder on Transnet’s list of Restricted Suppliers, should a
contract be awarded on the strength of information furnished by the Bidder, which after conclusion
of the contract, is proved to have been incorrect;

10.16 award business to the highest scoring bidder/s unless objective criteria justifies the award to another
bidder; and/or

10.17 undertake post-tender negotiations [PTN] with selected Bidders or any number of short-listed
Bidders. Such PTN can include, at Transnet’s option, any evaluation criteria listed in this RFP
document. In the event of any Bidder being notified of such short-listed/preferred bidder status, his
bid, as well as any subsequent negotiated best and final offers (BAFO), will automatically be deemed
to remain valid during the negotiation period and until the ultimate award of business.

Transnet reserves the right to lower the threshold for Technical from 70% to 60% if no Bidders
pass the predetermined minimum threshold.

Kindly note that Transnet will not reimburse any Respondent for any preparatory costs or other work
performed in connection with its Proposal, whether or not the Respondent is awarded a contract.

11 LEGAL REVIEW

A Proposal submitted by a Respondent will be subjected to review and acceptance or rejection of its proposed
contractual terms and conditions by Transnet’s Legal Counsel, prior to consideration for an award of business.
A material deviation from the Standard terms or conditions could result in disqualification.

12 NATIONAL TREASURY’S CENTRAL SUPPLIER DATABASE

Respondents are required to self-register on National Treasury’s Central Supplier Database (CSD) which has
been established to centrally administer supplier information for all organs of state and facilitate the
verification of certain key supplier information. Respondents must register on the CSD prior to submitting
their bids. Business may not be awarded to a Respondent who has failed to register on the CSD. Only foreign
suppliers with no local registered entity need not register on the CSD. The CSD can be accessed at
https://secure.csd.gov.za/. Respondents are required to provide the following to Transnet in order to enable
it to verify information on the CSD:

Supplier Number: ____________ Unique registration reference number: _____________.

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 12 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

13 TAX COMPLIANCE

Respondents must be compliant when submitting a proposal to Transnet and remain compliant for the entire
contract term with all applicable tax legislation, including but not limited to the Income Tax Act, 1962 (Act No.
58 of 1962) and Value Added Tax Act, 1991 (Act No. 89 of 1991).

It is a condition of this bid that the tax matters of the successful Respondents be in order, or that satisfactory
arrangements have been made with South African Revenue Service (SARS) to meet the Respondents tax
obligations.

The Tax Compliance status requirements are also applicable to foreign Respondents/ individuals who wish to
submit bids as indicated.

It is a requirement that bidders grant a written confirmation when submitting this bid that SARS may on an
ongoing basis during the tenure of the contract disclose the bidder’s tax compliance status and by submitting
this bid such confirmation is deemed to have been granted.

Respondents are required to be registered on the Central Supplier Database as indicated in paragraph 13 and
the National Treasury shall verify the bidder’s tax compliance status through the Central Supplier Database.

Where Consortia / Joint Ventures / Sub-contractors are involved, each party must be registered on the
Central Supplier Database and their tax compliance status will be verified through the Central Supplier
Database

13.1 NEW TAX COMPLIANCE STATUS (TCS) SYSTEM


SARS has implemented a new Tax Compliance Status (TCS) system in terms of which a taxpayer is now able
to authorise any 3rd party to verify its compliance status in one of two ways: either through the use of an
electronic access PIN, or through the use of a Tax Clearance Certificate obtained from the new TCS system.

Respondents are required to provide the following to Transnet in order to enable it to verify their tax
compliance status:

Tax reference number: _______________


Tax Clearance Certificate & TCC Number: ____________ and PIN: _____________.

13.2 TAX COMPLIANCE REQUIREMENTS FOR FOREIGN ENTITIES

Where foreign Respondents with no presence in South Africa, seek to obtain a Tax Clearance Certificate in
order to meet the tax compliance requirements mentioned in 1 above, they must confirm an answer of “No”
to all questions below:

a) Is the entity a tax resident of the Republic of South Africa (RSA)?

b) Does the entity have a branch/locally registered entity in the RSA?

c) Does the entity have a permanent establishment in the RSA?

d) Does the entity have any source of income (income is defined as per the Income Tax Act 58 of 1962
as the amount remaining of the gross income of any person for any year or period of assessment
after deducting therefrom any amounts exempt from normal tax under Part I of Chapter II of the
Act) in the RSA in the current tax year?

e) Is the entity liable in the RSA for any form of taxation in the current tax year?

Where a foreign entity’s answer to all questions above is “No”, such entities are required to submit an
application to SARS using the following email address: GovernmentInstitute@sars.gov.za and providing the
following information to SARS:
RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 13 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

• Details of the Foreign entity;

• Description of the service being provided; and

• Name of the South African Government Institution to whom the service is being provided.

SARS will consider this request and will then provide a scanned copy of the Tax Clearance Certificate which
must be provided to Transnet with the Respondent’s bid submission.

If a Respondent’s answers to any one (or more) of the questions in a) to e) above changes to a “Yes” at
any time during the bid process and/or after award of the contract (should a particular Respondent be
successful), then the Respondent undertakes to comply with its tax obligations and to report to Transnet
accordingly.

14 PROTECTION OF PERSONAL DATA

In responding to this bid, Transnet acknowledges that it may obtain and have access to personal data of the
Respondents. Transnet agrees that it shall only process the information disclosed by Respondents in their
response to this bid for the purpose of evaluating and subsequent award of business and in accordance with
any applicable law. Furthermore, Transnet will not otherwise modify, amend or alter any personal data
submitted by Respondents or disclose or permit the disclosure of any personal data to any Third Party without
the prior written consent from the Respondents. Similarly, Transnet requires Respondents to process any
personal information disclosed by Transnet in the bidding process in the same manner. The detailed mutual
duties of Transnet and the Respondents to protect personal information is contained in paragraph 37 of the
General Bid Conditions.

Transnet urges its clients, suppliers and the general public to report any fraud or corruption to

TIP-OFFS ANONYMOUS: 0800 003 056

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 14 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND INLAND AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

SECTION 2: BACKGROUND, OVERVIEW AND SCOPE OF REQUIREMENTS

1 BACKGROUND

Transnet Freight Rail requires the services of a cleaning and waste separation service provider for the
provision of good quality cleaning service for the Inland and Coastal areas of Kwazulu Natal for a Period of 24
months.

The Inland area covers the following; Pietermaritzburg, Estcourt, Harrismith, Colenso, Ladysmith, Dundee,
Glencoe & Newcastle.

The Coastal area covers the following; Bayhead, Cato Ridge, Portshepston (South Coast), Shallcross, Stanger,
Umngeni, Effingham, Shakaskraal, Tongaat and the Durban Rail station

TFR Real Estate is the custodian of the Inland and Coastal Precinct, with a role that encompasses more
responsibility in delivering and sustaining a quality working environment and quality support services. This
role is executed through effective and efficient management of facilities, involving cost and waste
minimisation.

Inland and Coastal Precinct facilities are needed for the enhancement of business processes and to create a
safe and conducive workplace for improved productivity. Real Estate Management has therefore identified
opportunity to implement cleaning and waste separation services. The intent is to streamline communication
and make day-to-day operations easier to manage, saving time and resources.

The implementation of cleaning and waste separation services will be more beneficial in terms of quality of
service delivery, including reliability and overall improvement of service delivery. For this purpose, it is
required to issue a tender for the “Provision of cleaning and waste separation services at TFR – Inland and
Coastal Precinct for a period of 2 years scheduled to commence in March 2020

2 EXECUTIVE OVERVIEW

Whereas Transnet is seeking a partner(s) to provide solutions for its cleaning and waste separation services
regionally, it also seeks to improve its current processes for providing these Services to its end user
community throughout its locations.

The selected Service Provider(s) must share in the mission and business objectives of Transnet. These
mutual goals will be met by meeting contractual requirements and new challenges in an environment of
teamwork, joint participation, flexibility, innovation and open communications. In this spirit of partnership,
Transnet and its Service Provider(s) will study the current ways they do business to enhance current practices
and support processes and systems. Such a partnership will allow Transnet to reach higher levels of quality,
service and profitability.

Specifically, Transnet seeks to benefit from this partnership in the following ways:

2.1 Transnet must receive reduced cost of acquisition and improved service benefits resulting from the
Service Provider’s economies of scale and streamlined service processes.

2.2 Transnet must achieve appropriate availability that meets user needs while reducing costs for both
Transnet and the chosen Service Provider(s).

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 15 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

2.3 Transnet must receive proactive improvements from the Service Provider with respect to provision of
Services and related processes.

2.4 Transnet’s overall competitive advantage must be strengthened by the chosen Service Provider’s
leading edge technology and service delivery systems.

2.5 Transnet end users must be able to rely on the chosen Service Provider’s personnel for service
enquiries, recommendations and substitutions.

2.6 Transnet must reduce costs by streamlining its acquisition of Services, including managed service
processes on a Group basis.

3 SCOPE OF REQUIREMENTS

3.1 Provision of cleaning and waste separation services for a period of twenty four months for the Durban
Coastal and Inland Areas

3.2 Detailed Scope of Work are annexed as Annexure F & G: Scope of Work

As prescribed in terms of the PPPFA and its Regulations, Respondents are to note the following:

 Functionality is included as a threshold with a prescribed percentage threshold of 70%

Respondents must complete and submit Annexure C – Technical Submission which includes a
technical Questionnaire.

A Respondent’s compliance with the minimum functionality/technical threshold will be measured by their
responses to Annexure C.

3.3 The Service Provider(s) must comply with the mandatory legislative requirements stated in this RFP.
The contracted services provider(s) and/or subcontractors must provide all mandatory legislative
documentation for the waste separation and cleaning services.

4 GREEN ECONOMY / CARBON FOOTPRINT

Transnet wishes to have an understanding of your company’s position with regard to environmental
commitments, including key environmental characteristics such as waste disposal, recycling and energy
conservation. Please submit details of your entity’s policies in this regard.

5 GENERAL SERVICE PROVIDER OBLIGATIONS

5.1 The Service Provider(s) shall be fully responsible to Transnet for the acts and omissions of persons
directly or indirectly employed by them.

5.2 The Service Provider(s) must comply with the requirements stated in this RFP.

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 16 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

6 EVALUATION METHODOLOGY

Transnet will utilise the following methodology and criteria in selecting a preferred Service Provider, if so
required:

Pre-qualification Stage 1 Stage 2

Step 1 Step 2 Step 3 Step 4 Step 5 Step 6

Administrative Substantive Weighted  Post tender Negotiation of


Responsiveness Responsiveness Scoring / 100 negotiation (if final terms &
70% conditions of
Minimum applicable)
requesting best & contract
Threshold including with
final offer.
 Final evaluation in successful bidder
terms of 80/20
.

 Price (80)
 B-BBEE (20)
PRE- Scorecard
QUALIFICATION
*BCCCI
compliance/Registration
*Registration of Vehicle as
Waste Carrier
*Waste disposal licence
*Staff trained in hazardous
waste
*Minimum Wage pricing
schedule
* Level 1 BBBEE
* Registration with DEA
* Clause by Clause Compliance
* Proof of Supervisors
Certificates
Attendance of Compulsory RFP POST TENDER
RETURNABLE briefing WEIGHTED NEGOTIATION & FINAL
DOCUMENTS & TECHNICAL
*Proof of Dangerous Goods SCORE FINAL WEIGHTED AWARD
SCHEDULES Permit (DGP) SCORE
*Certificate of attendance of
Compulsory RFP Briefing
*Certificate of Good Standing

NB: Evaluation of the various stages will normally take place in a sequential manner. However, in order to expedite the
process, Transnet reserves the right to conduct the different stages of the evaluation process in parallel. In such
instances the evaluation of bidders at any given stage must not be interpreted to mean that bidders have
necessarily passed any previous stage(s).

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 17 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

6.1 STEP ONE: Test for Administrative Responsiveness

The test for administrative responsiveness will include the following:

Administrative responsiveness check RFP Reference

 Whether the Bid has been lodged on time Section 1 paragraph 3

 Whether all Returnable Documents and/or schedules [where Section 4


applicable] were completed and returned by the closing date
and time

 Verify the validity of all returnable documents Section 4

 whether the bid documentation has been duly signed by the


Respondent

The test for administrative responsiveness [Step One] must be passed for a
Respondent’s Proposal to progress to Step Two for further pre-qualification

6.2 STEP TWO: Test for Substantive Responsiveness to RFP

The test for substantive responsiveness to this RFP will include the following:

Check for substantive responsiveness RFP Reference

 Whether any general pre-qualification criteria set by Transnet, have All sections including:
been met Section 1 paragraphs 2.2,
6, 10.3
Section 4 – validity
period, General Bid
Conditions clause 20
Sections 10, 11

 Whether the Bid contains a priced offer Section 3

 Whether the Bid materially complies with the scope and/or All Sections
specification given

 Whether any Technical pre-qualification set by Transnet have been Section 2 – Scope of
met as follows: Work
Cleaning services technical pre-qualification documentation
Annexure A
- Fully/duly completed Annexure A: Clause-by-Clause Compliance
schedule Annexure F

- Annexure B: Contract Cleaning Minimum Wage Price Schedule


- Certificate of Good Standing from the Department of Labour
- Valid Bargaining Council of Contract Cleaning Services Industry
(BCCCI) Registration Certificate /or Compliance Certificate
Proof of Supervisors Certificates in office & industrial cleaning,
handling of cleaning chemicals, waste management, time
management & health & safety
Waste separation services technical pre-qualification
documentation
- Proof of valid registration of transport vehicle as a waste carrier
by the Department of Transport
- Proof of the valid Waste Disposal License from the Department
of Environmental Affairs (DEA) for the approved hazardous
waste dump site

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 18 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

Waste separation services technical pre-qualification


documentation, continued
- Proof of Valid Dangerous Goods Permit (DGP) for driver issued
by the Department of Transport
- Proof of valid registration with the Department of Environmental
Affairs (DEA) for handling of hazardous material
- Certificate of staff trained in handling hazardous waste
*Note: The contracted services provider(s) and/or
subcontractors must provide all mandatory legislative
documentation for the waste separation and cleaning
services.

 Whether any set prequalification criteria for preferential procurement Section 1 - Paragraph
have been met: 5.2, 5.3 and 5.4
− Level 1 B-BBEE status
− Attendance of Compulsory RFP briefing
− Failure to price on all items in accordance with the Pricing
schedule will lead to bid disqualification

The test for substantive responsiveness [Step Two] must be passed for a Respondent’s
Proposal to progress to Step Three for further evaluation

6.3 STEP THREE: Minimum Threshold 70% for Technical Criteria

The test for the Technical and Functional threshold will include the following:

%
Technical Criteria RFP Reference
Weightings

 Previous experience 30% Annexure C


 Key Personnel Training 30% Annexure C
 Waste Management 20% Annexure C
 Service Implementation plan 20% Annexure C

Total Weighting: 100%

Minimum qualifying score required: 70%

Transnet reserves the right to lower the threshold for Technical from 70% to 60% if no Bidders
pass the predetermined minimum threshold.

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 19 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

The following applicable values will be utilised when scoring each criterion mentioned above:

Technical criteria 1 Points allocated Weight


Previous Experience 1. Contractor has not submitted any references relating
to the scope of work. Points =0

Bidders should indicate the


experience of previous work 2. Contractor has practical experience, has 1 reference
done for industrial cleaning and of a similar nature, and provided contactable detail
waste management by of reference and the durations of the contract 30%
reference letters. concerned, attached as evidence.
Points = 10
Bidders should submit proof of
contactable references and the
3. Contractor has practical experience, has submitted 2
durations of each contract
concerned. references of a similar nature and provided
contactable detail of reference and the durations of
the contract concerned, attached as evidence.
Experience in industrial office
cleaning and waste Points = 20
management services within
the past 5years. 4. Contractor has practical experience, has submitted 3
references of a similar nature and provided
contactable detail of reference and the durations of
the contract concerned, attached as evidence.
Points = 30

Technical criteria 2 Points allocated Weight


Key Personnel Training
1. No qualification or CV submitted Points = 0

All Supervisors must be well 30%


2. Supervisor’s CV only Points = 15
trained and competence in
application of industrial
cleaning and waste 3. Supervisor’s CV with certificates. Points = 30
management.

Provide Supervisors certificates


for training attended in office
and industrial cleaning, team
leader, waste management,
time management, health and
safety, handling cleaning
chemicals.

Supervisors CV must indicate


previous experience in
Industrial office cleaning and
waste management services.

Technical criteria 3 Points allocated Weight


Waste Management 1. None of the above submitted Points = 0
Bidders must submit 20%
organogram of project team 2. Proof of Waste management certificate only Points
members names at = 6.67
management level and
supervisory level 3. Submission of waste management certificate
together with one of the items listed above Points
= 13.33
As part of the proposal the
bidders should provide similar
work done with previous 4. Submission of all 3 items Points = 20
references. Clients for which
same or similar
RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 20 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

projects/contracts have been


executed and details of clients
representative that can be
contacted; project/contract
number, project location,
organisation, start and end
date

Proof of Waste management


certificate.

Technical criteria 4 Points allocated Weight


Service Implementation 1. Service Implementation Plan not provided with all 20%
plan requirement fully addressed with the listed areas
Points = 0
Measures to ensure service
continuity, includes but not
limited to induction 2. Service Implementation Plan provided with 1
programme, cleaning process requirements fully address with the listed areas
and intervals, register of Points = 6.67
cleaning service, sourcing on
consumables, machinery &
equipment and timelines, 3. Service Implementation Plan provided with 2
maintenance of repairs of requirements fully address with the listed areas
machinery & equipment in Points = 13.33
service.

4. Service Implementation Plan provided with all 3


Employment and labour requirement fully addressed with the listed areas
relations includes but not Points = 20
limited to, employment process
and management of
employment, remuneration and
wage management,
management of absenteeism,
misconduct, insubordination
and disciplinary process, labour
disputes, employee
retainment/retention plan,
resignations and constructive
dismissal, record keeping

Training plan includes formal


and on the job training on but
not limited to, Occupational
Health & Safety, cleaning
processes, hygiene and
housekeeping, supervisory
skills and management.

Respondents are to note that Transnet will round off final technical scores to the nearest 2 (two)
decimal places for the purposes of determining whether the technical threshold has been met.

The minimum threshold for technical/functionality [Step Three] must be met or exceeded
for a Respondent’s Proposal to progress to Step Four for final evaluation

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 21 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

6.4 STEP FOUR: Evaluation and Final Weighted Scoring

a) Price Criteria [Weighted score 80points]:

Evaluation Criteria RFP Reference

 Commercial offer Section 3

Transnet will utilise the following formula in its evaluation of Price:


Pt−Pmin
PS = 80 (1 − )
Pmin

Where:

Ps = Score for the Bid under consideration


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

b) Broad-Based Black Economic Empowerment criteria [Weighted score 20 points]

 B-BBEE - current scorecard / B-BBEE Preference Points Claims Form

 Preference points will be awarded to a bidder for attaining the B-BBEE status level of contribution in
accordance with the table indicated in Section 4.1 of the B-BBEE Preference Points Claim Form.

6.5 SUMMARY: Applicable Thresholds and Final Evaluated Weightings

Thresholds Minimum Percentage [%]


Technical / functionality 70%

Evaluation Criteria Final Weighted Scores


Price 80
B-BBEE - Scorecard 20

TOTAL SCORE: 100

6.6 STEP FIVE: Post Tender Negotiations (if applicable)

Transnet reserves the right to conduct post tender negotiations with a shortlist of Respondent(s). The
shortlist could comprise of one or more Respondents. Should Transnet conduct post tender
negotiations, Respondents will be requested to provide their best and final offers to Transnet based on
such negotiations. A final evaluation will be conducted in terms of 80/20 and the contract will be
negotiated and awarded to the successful Respondent(s).

6.8 STEP SIX: Final Contract Award

Transnet will negotiate the final terms and condition the contract with the successful
Respondent(s). This may include aspects such as Supplier Development, the B-BBEE Improvement
Plan, price and delivery. Thereafter the final contract will be awarded to the successful
Respondent(s).

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 22 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for
the Durban Coastal and Inland Areas

IMPORTANT NOTICE TO RESPONDENTS


Transnet has appointed a Procurement Ombudsman to investigate any material complaint in respect of
RFPs exceeding R5million [five million S.A. Rand] in value. Should a Respondent have any material
concern regarding an RFP process which meets this threshold, a complaint may be lodged with the
Ombudsman for further investigation. The Ombudsman reserves the right to refer the complaint to an
external service provider for investigation.

It is incumbent on the Respondent to familiarise himself/herself with the Terms of Reference OF the
Ombudsman which are available for review at Transnet’s website www.transnet.net.

An official complaint form may be downloaded from this website and submitted, together with any
supporting documentation, within the prescribed period, to procurement.ombud@transnet.net.

For transactions below the abovementioned threshold, a complaint may be lodged with the Chief
Procurement Officer of the relevant Transnet Operating Division/Specialist Unit.

Respondents are to note that a complaint must be made in good faith. If a complaint is made in bad
faith, Transnet reserves the right to place such a Bidder on its List of Excluded Bidders.

RFP Services
July 2018
Transnet Request for Proposal No HOAC-DNR-31958 Page 23 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF

CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND INLAND AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS
CLOSING VENUE: TENDER BOX AT TRANSNET FREIGHT RAIL, SUPPLY CHAIN SERVICES -
DURBAN, 100 EEL ROAD, BAYHEAD, DURBAN, 4052
CLOSING DATE: TUESDAY, 25 FEBRUARY 2020
CLOSING TIME: 10H00
VALIDITY PERIOD: 07 JULY 2020

SECTION 3: PRICING AND DELIVERY SCHEDULE

Respondents are required to complete the table below excl. VAT:

Price list – Durban Coastal (consist of Price schedule 1-11)


Pricing Schedule 1: TFR Buildings in Eel Road, 97, 100 & 120

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)

1 02AD147U 5 4
SCS
SCS Toilet

2 02AD148U 5 4
SCS
SCS Toilet

3 02AD150U 5 170
SCS
SCS Mess and Ablution

4 REM Civils 02AD382U 5 82


Office & Toilet

5 REM Civils 02BD024U 5 408


Garages

6 REM Civils 02BD025U 5


Workshop/Office

7 RME 02BD397U 5 70
Pipelines Office
15
8 RME 02BD398U 5 45
Pipelines Toilet Cleaners
9 REM Civils 02BD399U Office 5 126
1
10 REM Civils 02BD400U Ablution 5 Supervisors 71

11 REM Civils 02BD401U 5 34


Mess and Ablution
RME 5
12 02BD403U Workshop/Office 566
Pipelines
RME 02BD404U 5
13 200
Pipelines Office

14 RME 02BD407U 5 67
Pipelines Office
RME 02BD409 5
15 164
Electrical Mess and Ablution
RME 02BD413U 5
16 698
Electrical Warehouse
RME 02TD031U 5
17 165
Electrical Mess and Ablution

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 24 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 1: TFR Buildings in Eel Road, 97, 100 & 120 continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
Infrastruct 02XD035U 5
18 973
ure Training School
Infrastruct 02XD036U 5
19 974
ure Training School

20 03AD005U 5 1443
SCS
Store
RME 03AD008U 5
21 1803
Structures Warehouse
RME Container 5
22 36
Electrical Office 12x3 blue
RME Container 5
23 6
Electrical Office 2x3 blue
RME Container 5
24 9
Electrical Office 3x6 blue
RME Container 5
25 9
Electrical Office 3x6 white
RME Parkhome 5
26 133
Electrical Board room CC753
27 Bayhead Supply waste separation bins 5 sets
28 Bayhead Waste separation costs Per schedule per depot
Total Staff 1 Supervisor and 15 Cleaners
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

Pricing Schedule 2: 50 Fish Eagle Road

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)

1 RME 02AD382U 5 67
Office

2 RME 02AD383U 5 45
Toilet

3 Property/HR 02AD413U 5 638


Office 23

02AD414U 5 Cleaners
4 HR 451
Office 1

5 Property 02BD386U 5 Supervisors 8


Toilet

6 Asset Protection 02BD387U 5 15


Toilet

7 Asset Protection 02BD388U 5 340


Office

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 25 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 2: 50 Fish Eagle Road continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
Asset 02BD389U 5
8 579
Protection/SCS Office

9 TFR Telecoms 02BD391U 5 1105


Office

10 TFR Telecoms 02BD392U 5 299


Office canteen

11 CAB 02BD393U 5 130


Office

12 Risk 02BD394U 5 137


Clinic

13 Driver Training 02BD395U 5 176


Office

14 Property 02MD026U 5 160


Office kitchen record room

15 Asset Protection 02ND002U 5 27


Kitchen

16 HR 02RD010U 5 227
Office

17 Property 02TD030U 5 45
Store

18 HR 03JD024U 5 1063
Shed

19 Infra Department 03AD013U 5 18


Wooden office inside workshop
20 Infra Electrical Toilets and showers 5 6

21 SYA6470 5 6
Infra Department
Toliets and Showers Container

22 SYA6440 5 6
Infra Department
Kitchen Container

23 SYM12262 5 6
Infra Department
Locker room

24 Infra Department 02AD158U 5 24


Office
Infra Department
25 02AD161U 5 277
Lecture Room

26 02AD163U 5 312
Infra Department
Ablution

27 02AD164U 5 266
Infra Department
Store

28 02AD166U 5 236
Infra Department
Electrical Offices

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 26 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 2: 50 Fish Eagle Road continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)

29 02AD405U 5 45
Infra Department
Perway Ablution

30 Infra Department 02AD406U 5 23


Perway Ablution

31 Infra Department 02AD407U 5 94


Locker room

32 Infra Department 02AD410U 5 522


Main Offices

33 Infra Department 02AD411U 5 165


Perway Planning

34 Infra Department 02BD103U 5 194


Office

35 Infra Department 02BD296U 5 23


Office

36 Infra Department 02BD297U 5 18


Ablution between weld workshop

37 Infra Department 02PD099U 5 132


Change Rooms/mess

38 Infra Department 02XD004U 5 1531


Main Office Block

39 Infra Department 02XD005U 5 564


Double storey ablution

40 Infra Department 03AD010U 5 1551


Workshop

03AD011U
41 Infra Department Toilet at end of pool vehicle 5 147
garages

42 Infra Department 03AD012U 5 569


Ablution (Bridge Centre)

43 Infra Department 03BD013U 5 469


Welding workshop

44 Infra Department 03BD015U 5 12


Garage/Security Office

45 Infra Department 03LD004U 5 295


Boardroom complex

46 Technical 02BD224U 5 618


Office/Workshop

47 Asset Protection 02BD225U 5 277


Office and ablution

48 Asset Protection 02BD226U 5 154


Office

49 Asset Protection 02BD227U 5 680


Ablution

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 27 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 2: 50 Fish Eagle Road continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)

50 Technical/Finance 02XD023U 5 926


Workshop

51 Technical 02XD024U 5 926


Workshop
52 Bayhead Supply waste separation bins 6 sets
53 Bayhead Waste separation costs Per schedule per depot
1 Supervisor
Total Staff
23 Cleaners
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

Pricing Schedule 3: Loliwe House

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
Ground 5
1 02WD016U 4001
Floor
2 First Floor 7
Second 5
3
Floor
4 Third Floor 7
Fourth 5
5
Floor
Security 5
6 02ZD420U
Entrance

7 02YD042U 7 102
23
Locker Cleaners
8 Rooms and SYM12451 7 1 99
Mess
Supervisors
Locker
9 Rooms & SYM12513 7 36
Mess
Locker
10 Rooms & SYM12496 7 36
Mess
11 Office PH/BYD/CAB4 7 36

12 Room 46 Ground Floor 7


Ground 7
13 02WD016U
Floor

14 Guard SYM3031 7 9
House

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 28 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 3: Loliwe House continued

Days Number Price per Total Price


Item per of Staff month for 24
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)

15 Prayer 7 0
Room

16 Telekoms 02WD017U 5 1910


Building
17 Ablution 02BD311U 5 43
18 Mess 02DK023U 5 40
Security 02YK175U 5
19 12
Hut
Loliwe 7 sets
20 Supply waste separation bins
House
Loliwe Waste Separation Cost Per Schedule Per Depot
21
House
1 Supervisor
Total Staff
7 Cleaners
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

Pricing Schedule 4: Bayhead Yards

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
Bayhead 7
1 Office / Ablution 02AD217U 843
Yards
Bayhead 7
2 Cabin 02AD224U 30
Yards
Bayhead 5
3 Cabin 02AD232U 39
Yards
Emergency 7
4 Admin Building 02A237U 184
Services
Emergency 5
5 Toilet 02AD239U 28 cleaners 13
Services
Bayhead 7 1
6 Office / Ablution 02AD247U 30
Yards
supervisor
Bayhead 5
7 Office/Ablution 02AD248U 215
Yards
Bayhead 7
8 Mess & Ablution 02AD253U 288
Yards
Bayhead 7
9 Office / Ablution 02AD254U 39
Yards

Bayhead 7
10 Office / Ablution 02AD257U 26
Yards
Umbilo
11 Movement Mess & Ablution 02AD344U 7 53
Depot

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 29 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 4: Bayhead Yards continued

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
Umbilo 7
12 Worksheet Office 02AD345U 48
Loco
Umbilo
13 Movement Mess & Ablution Males 02AD346U 7 427
Depot
Umbilo
14 Movement Admin Office 02AD347U 7 253
Depot
Umbilo
15 Movement Mess 02AD350U 5 201
Depot
Bayhead Office and Toilet (Old Loco) 5
16 35
Yards 02AD361U
Examiner’s
17 Office, Office and Ablution 02AD370U 7 48
Main Bld
Bayhead 7
18 Mess & Ablution 02AD376U 37
Yards
Bayhead 7
19 Office and Toilet 02AD378U 24
Yards
Bayhead 7
20 Office and Toilet 02AD379U 21
Yards

21 Bayhead Office (Fish Eagle Road) 02AD380U 7 212


Yards
22 Bayhead Office 02BA164U 5 71
23 Eel Road Mess and Ablution 02BD112U 7 50
24 Eel Road Ablution 02BD113U 5 48
Reception 5
25 Mess and Ablution 02BD149U 76
Yard

26 Bayhead Office/Ablution 02BD150U 5 98


Yards
Radio
27 Workshop Mess & Ablution 02BD290U 7 181
Bayhead
28 Wagons Office 02BD303U 7 60

29 Bayhead Mess and Ablution 02BD304U 5 162


Yards
Bayhead 5
30 Office and Toilet 02BD308U 35
Yards
Fisheagle 7
31 0ffice 02BD382U 15
Rd
Umbilo Mess and Ablution
32 Movement 7 69
Depot 02BD419U
Umbilo 5
33 Mess and Ablution 02BK124U 350
Loco
Bayhead 5
34 Office / Ablution 02DD003U 56
Yards
Reception 7
35 Office 02DD004U 196
Yard
36 Wagons Mess and Ablution 02DD007U 7 199

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 30 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 4: Bayhead Yards continued

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
Edwin
37 Swales Mess and Ablution 02WA029U 5 295
Store 619
Radio
38 Workshop Radio Workshop 02WD020U 7 1901
Bayhead
39 Signals Office (CTC) 02XD006U 7 3060
Office & Ablution Main Admin Building 1st 7
40 Bayhead 824
Floor 02XD027U
Bayhead 5
41 Office / Ablution 02YD025U 26
Yards
Umbilo
42 Movement Office 03LD036U 7 15
Depot
Umbilo
43 Movement Knowledge Centre 03MD014U 7 135
Depot
CTC
44 Fisheagle Toilet/Shower 5 12
Road SYA6353
CAB / 7
45 Guard house SYA3097 9
Security
Supply waste separation bins 6 Sets
Waste Separation Cost Per Schedule, Per Depot
Total Staff 28 cleaners 1 Supervisor
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where applicable)

Pricing Schedule 5: TNPA Buildings

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
Maydon 7
1 Office – 02ZD065U 136
Wharf Road 28 cleaners
Maydon 7
2 Office – 02ZD066U 1 406
Wharf Road
Maydon 5 supervisor
3 Control Point 68 14
Wharf Road
Maydon 7
4 Main Admin Building -10AD015U 1032
Wharf Road
Maydon 5
5 Mess & Ablution-10AD018U 182
Wharf Road

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 31 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 5: TNPA Buildings continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
Maydon 7
6 Mess & Ablution -10AD019U 219
Wharf Road
Maydon 5
7 M1 – Yard Foreman – 10AD021U 90
Wharf Road
Maydon 7
8 Office & Ablution – 10AD024U 186
Wharf Road
Maydon 7
9 Control; Cabin 14 – 10AD025U 18
Wharf Road

Maydon 7
10 Control Point 50 – 10AD026U 42
Wharf Road

11 Fynnlands Control Point 224 -10AD028U 7 21


12 Island View Office/Ablution – 10AD032U 7 43
Kings Rest 7
13 Control 546 – 10AD035U 17
North
14 Kings Rest Control Cabin 548 -10AD041U 7 32

Kings Rest Control 546 – 10AD044U 5


15 54
North

16 Wests Control Cabin – 10AD051U 5 17

Kings Rest 7
17 Office- 10AD052U 341
Yards

18 Kings Rest Container Locker Room – CNKGXCAB1 7 15

19 Kings Rest Container Locker Room – CNKGXCAB2 7 15


Maydon 7
20 Female Ablution – no number 0
Wharf
21 Kings Rest Park Home Office – SYM 6235 7 36
22 Kings Rest Control Cabin 544 - 7 18
23 Kings Rest Control Cabin 547 7 18
24 Kings Rest Control Cabin H5 7 28
25 Kings Rest Main Admin Building 7 1158
26 Point Control Cabin 2 B2520 7 36
27 Esplanade Boom Gate Control Cabin – 02YA012U 7 24

28 Island View Park home Kitchen 7 15

29 Supply waste separation bins 6 Sets


30 Waste Separation Cost Per Schedule, Per Depot
Total Staff 29 cleaners
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where applicable)

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 32 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 6: Wentworth Movement Depot

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)

Wentworth
1 02BA311U-Section Manager Building 7 210.2
Movement
Depot

Wentworth
2 Movement 02BA333U-Admin Office 7 727.3
Depot
Wentworth
3 Movement 02WA040U-Male Ablution Facility 7 433.9
Depot
Wentworth
PH/WWH/NAT1-Parkhome(Female 7
4 Movement 5 cleaners 18
Toilets)
Depot
Wentworth
Movement PH/WWH/NAT3-Parkhome(Locker 7
5 60
Depot Room)

Wentworth
PH/WWH/NAT2-Parkhome(Female Mess 7
6 Movement 60
Room)
Depot
Wentworth
PH/WWH/NAT5-Parkhome(Service 7
7 Movement 17.7
Divers)
Depot
Wentworth
PH/WWH/NAT4-Parkhome(Satawu 7
8 Movement 28.8
Office)
Depot
Wentworth
9 Movement Supply waste separation bins 2 sets
Depot
Wentworth
10 Movement Waste separation costs Per schedule per depot
Depot
Total Staff 5 cleaners (3 Day Shift and 2 Night Shift)
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 33 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 7: South Coast

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
Clairwood 7
1 02AA107U-Mass & Ablution 85.1
Racecource
Clairwood 02AA108U- 7
2 85.1
Racecource Office/Mess & Ablution
Clairwood 02BA136U- 7
3 24.5
Racecource Shunters Cabin
Isipingo
Car 02AA304U- 6
4 32.2
Staging Mess & Ablution Trainkar
Area
Isipingo
Car 02ZK505U 6
5 30
Staging Mobile Home Office
Area
Isipingo
Car 6
6 Mobile Home Office 30
Staging
7 cleaners
Area
Isipingo
Car 02AA297U- 6
7 26.3
Staging Office Trainkar
Area
Isipingo
Car 02AA298U 6
8 22.4
Staging Office Trainkar
Area

9 Isipingo 02BA081- 6 14
Office/Ablution

10 Isipingo 02BA083- 6 27.3


Office/Ablution

11 Umkomaas 02BA290U- 7 30
Station Ablution
Kelso 02AA088U- 5
12 338.8
Station Ablution
Port
13 Shepstone 02AA145U-Office/Ablution 5 448
Station
Clairwood
14 Racecource Supply waste separation bins 2 sets
& Isipingo
Clairwood
15 Racecource Waste separation costs Per schedule per depot
& Isipingo
Total Staff 7 Cleaners (5 Day Shift and 2 Night Shift)
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 34 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 8: Shallcross

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
1 Shallcross 02BT023U-Ablution 5 43
2 Shallcross 02BT022U-Office 5 1 cleaner 221
3 Shallcross Ablution PH/SCS/INFRA1 5 6.9
4 Shallcross Supply waste separation bins 1 set
5 Shallcross Waste separation costs Per schedule per depot
Total Staff 1 Cleaner
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

Pricing Schedule 9: Cato Ridge

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
Cato Ridge
1 Infra 02BD085U-Ablution 5 49
Signals
Cato Ridge
2 Infra 02BD252U-Mess & Ablution 5 74
Signals
Cato Ridge
Yard 5
3 02BD251U-Control Cabin 28
Official
Cabin
Cato Ridge
4 Infra 02BD253U-Office 5 86
Signals
Cato Ridge
5 Infra 02BD254U-Relay Room 5 5 cleaners 439
Signals
Cato Ridge
Infra 5
6 02BD079U-Toilet 14
Technical
Support
Cato Ridge
Infra 5
7 02BD080U-Toilet 9
Technical
Support
Cato Ridge 5
8 PH/COR/OPS3-Kitchen 14
Operations
Cato Ridge 5
9 PH/COR/OPS2-Ablution 6.9
Operations
Cato Ridge 5
10 PH/COR/OPS1-Ablution 6.9
Operations

11 Cato Ridge PH/COR/CAB1-Guard hut 5 9


CAB

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 35 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 9: Cato Ridge continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
Cato Ridge 5
12 PH/COR/CAB2-Kitchen 18
CAB
Cato Ridge 5
13 PH/COR/CAB3-Ablution 18
CAB
Cato Ridge 5
14 PH/COR/CAB4-Office 18
CAB
Cato Ridge 5
15 PH/COR/CAB5-Ablution 18
CAB

16 Cato Ridge Supply waste separation bins 3 sets

17 Cato Ridge Waste separation costs Per schedule per depot

Total Staff 5 Cleaners


TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

Pricing Schedule 10: Durban Station CTC and North Coast Stations

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
1 Umngeni 02XD038U-Signal Cabin 7 160

2 Effingham 02XD032U-Signal Cabin 7 161

3 Tongaat Parkhome TON001-Ablution 7 14

4 Tongaat Parkhome TON002-Change Room 5 18

5 Tongaat 02AA224U-Office 5 113


7 cleaners

6 Tongaat 02AA220U-Toilet 5 1 14
5 supervisor
7 Tongaat 02AA221U-Ablution 19

8 Tongaat 02AA216U-Office Building 7 80

9 Shakaskraal Parkhome SKS001- 7 6


Ablution

10 Shakaskraal 02AA183U-Office 5 67

11 Shakaskraal 02AA184U-Goods Shed 6 174

12 Stanger 02AA194U-Office/Ablution 5 88

13 Stanger 02BA257 5 58m2

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 36 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 10: Durban Station CTC and North Coast Stations continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)

14 Durban 02WD005U-CTC Building Ground Floor 7 120m2


Station
Durban 7
15 02WD005U-CTC Building 1st Floor 220m2
Station
Durban 7
16 02WD005U-CTC Building 4th Floor 50m2
Station
Durban 7
17 02WD005U-CTC Building 5th Floor 200m2
Station
Durban 7
18 02WD005U-CTC Building 7th Floor 500m2
Station
Durban 7
19 02WD005U-CTC Building 8th Floor 150m2
Station

20 Durban 02WD005U-CTC Building 9th Floor 7 40m2


Station
Durban 7
21 02WD005U-CTC Building 10th Floor 1500m2
Station
Durban 02WD005U-Lift Foyers and Stairways 7
22 400m2
Station from Ground Floor to 10th Floor
Durban 7
23 02WD005U-Tunnel Area 700m2
Station
Durban 02WD005U-Starway from Tunnel area 7
24 50m2
Station up to passage to Durban Station
Durban 5
25 Car Park Area 4500m2
Station
Durban
Station CTC

26 Building & Supply waste separation bins 1 set


North Coast
Stations
Durban
Station CTC

27 Building & Waste separation costs Per schedule per depot


North Coast
Stations

Total Staff 7 cleaners


1 Supervisor
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where applicable)

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 37 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 11: Wentworth School Of Rail

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
Wentworth
5 1478.3
1 School of 02BA31U-Training School
m2
Rail 6 cleaners
Wentworth
5 18.24m
2 School of 02BA380U-Change Room 2
Rail
Wentworth
3 School of 03LA019U- 5 20m2
Rail Car Port
Wentworth
5 217.36
4 School of 02AK500U-New Mess m2
Rail
Wentworth
5 School of Waste separation costs Per schedule per depot
Rail
Total Staff 1 Cleaner
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where applicable)

Price list – Durban Coastal (consist of Price schedule 1-11) summary:

Pricing Schedules Total Price Excl. Vat

Pricing Schedule 1: TFR Buildings in Eel Road, 97, 100 & 120

Pricing Schedule 2: 50 Fish Eagle Road

Pricing Schedule 3: Loliwe House

Pricing Schedule 4: Bayhead Yards

Pricing Schedule 5: TNPA Buildings

Pricing Schedule 6: Wentworth Movement Depot

Pricing Schedule 7: South Coast

Pricing Schedule 8: Shallcross

Pricing Schedule 9: Cato Ridge

Pricing Schedule 10: Durban Station CTC and North Coast Stations

Pricing Schedule 11: Wentworth School Of Rail

TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where applicable)

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 38 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Price list 2 – KZN Inlands (consist of Price schedule 12-19)

Pricing Schedule 12: Pietermaritzburg

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
1 Boughton 02BP176U-Toilet Nursery 3 7
2 Boughton 02ZP046U-Office Nursery 3 28
03FP050U-Ablution & Shower Nursery 3
3 Boughton 31

4 Lions River 02AP063U-Station Building 5 280


5 Masons Mill 02AP255U-Main Admin Office Diesel Depot 5 662
6 Masons Mill 02AP261U 7 149
7 Masons Mill 02AP278U-Mess & Ablution 5 175
8 Masons Mill 02AP279U-Mess & Ablution 5 64
9 Masons Mill 02AP282U-Mess & Ablution 5 102
10 Masons Mill 02AP283U-Checkers Office & Toilet 3 23
11 Masons Mill 02AP284U-Fodder Store 0 112
12 Masons Mill 02AP285U- Mess & Ablution 5 157
13 Masons Mill 02AP286- Mess & Ablution 7 150
14 Masons Mill 02AP288U- Ablution & Lockers 5 38
15 Masons Mill 02AP289- Mess & Ablution 7 87
24 cleaners
16 Masons Mill 02AP291- Office 5 180
1
17 Masons Mill 02AP292U- Controllers Cabin (5) 5 120
supervisor

18 Masons Mill 02PB094U- Operating Office 5 351

19 Masons Mill 02BP095U-Standby Room 5 138


20 Pmburg 02AP088U-PWI Store 5 7
21 Pmburg 02AP090U-Trolley Shed SDE 5 317
22 Pmburg 02AP102U-Ablution Block 5 82
23 Pmburg 02AP104U- Ablution Block/Bentonite Store 5 201
24 Pmburg 02AP106U-Electrical Workshop 5 82
25 Pmburg 02AP141U-SEN District Engineer Office 5 737
26 Pmburg 02AP142U-Overheads 5 29
27 Pmburg 02AP146U-Ablution SDE 5 36
28 Pmburg 02AP172U-Signal Workshop 5 41
29 Pmburg 02AP173U-Toilets Communications 5 10
30 Pmburg 02AP195U-Millright Store 5 245
31 Pmburg 02AP197U-Millright Workshop 5 778
32 Pmburg 02AP202U-Millright Office 5 97
33 Pmburg 02AP221U-Toilets 5 12
34 Pmburg 02BP037U-Toilets 3 18

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 39 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 12: Pietermaritzburg Continued


Days Number Price per Total Price
Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
35 Pmburg 02BP045U-Land Survey Office 5 354
36 Pmburg 02BP046U-Ablution 3 46
Pmburg 5
37 02BP047U-Telkom/Transtel Depot Offices 400
Pmburg 5
38 02BP048U-Ablution Block 127

39 Pmburg 02BP077U-Office Tech Supt EX House 3 253


40 Pmburg 02BP081U-Office L.S.O. 3 36
41 Pmburg 02BP085U-Aprentice School 3 400
42 Pmburg 02PP139U-Office/Workshop 5 442
43 Pmburg 02YP029U-Signal Cabin 5 112
44 Victoria 02AP320U-Waiting Room Office 5 47
45 Victoria 02AP323U-Mess & Ablution 5 76
Pietermarit

29 zburg Supply waste separation bins 7 sets


Depots
Pietermarit

30 zburg Waste separation costs Per schedule per depot


Depots

Total Staff 24 Cleaners


TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 40 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 13: Danskraal

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR) Total
1 Danskraal Ablution Kitchen Office 5 897
2 Danskraal Sand House 5 255
3 Danskraal Union Building 5 84
4 Danskraal Rosa Office 5 582
5 Danskraal Board Room 5 146
6 Danskrral Cabin 140 7 30
7 Danskraal Section Manager Office 7 100
8 Danskraal Locker Room 5 320
9 Danskraal First Aid Room 5 40
10 Danskraal Mess & Ablution Train Marshalls 7 161
11 Danskraal Ablution Office 5 145
12 Danskraal Control Point 7 14
13 Danskraal Control Point 7 94
24
14 Danskraal Cabin 125 7 Cleaners 53
15 Danskraal Garages 5 7 days a 522
week day
16 Danskraal Cabin 128 7 shift 176
17 Danskraal Control Point 127 7 28
18 Danskraal New Loco Building 7 5 Cleaners 286
7 days a
19 Danskraal Millwright Workshop 5 230
week night
20 Danskraal SCS 5 shift 260.5
21 Danskraal Locker Room & Ablution 5 160
1
22 Danskraal Locker Room & Ablution 5 220
supervisor
23 Danskraal EL&P Workshop 5 5 times per 242
24 Danskraal Garages 5 week, day 790
25 Danskraal Garages 5 shift 624
26 Danskraal Garages 5 366
27 Danskraal Training Office 5 159
28 Danskraal Kombi Room 7 63
29 Danskraal Trade Union 5 13
30 Danskraal Mess & Ablution 5 155
31 Danskraal Shed Man Room 7 120
32 Danskraal Old Loco Building 7 120
33 Danskraal Garages 5 844
34 Danskraal Offices 5 137

35 Danskraal Track Masters 5 123

36 Danskraal Mess & Ablutions & Locker Room 5 82

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 41 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 13: Danskraal Continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
37 Danskraal House 5 97
38 Danskraal Tractions 5 184
39 Danskraal Tractions 5 183
40 Danskraal Offices 5 138
41 Danskraal Store 0 130
42 Danskraal Mess & Ablution 5 130
43 Danskraal Offices 5 128
44 Danskraal Offices 5 128
45 Danskraal Offices 5 70
46 Danskraal Store 5 1338
47 Danskraal Fire Department 5 986
48 Danskraal Workshop 5 4278
49 Danskraal Offices 5 30
50 Danskraal Offices 5 30
Danskraal Supply waste separation bins Price per set (6 sets) once off
Danskraal As per schedule & Relevant
Waste Separation Cost
Depot
Total Staff 24 Cleaners
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

Pricing Schedule 14: Ladysmith

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
1 Ladysmith 01FL001U-DE Office Building Transtel 5 208
2 Ladysmith 02AL438U-Comms Building Transtel 5 17.4
3 Ladysmith 02AL445U-Comms Building Transtel 5 700.5
4 Ladysmith 02BL031U-Ladysmith Security Office 5 7 cleaners 95

5 Ladysmith 02BL033U-Waiting Room 5 1 68


5 Supervisor
6 Ladysmith 02BL034U-Clothing Store 144

7 Ladysmith 02DL013U-HR Office 5 1800

8 Ladysmith 02EL001U-DEM Office 5 1002

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 42 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 14: Ladysmith Continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
9 Ladysmith 02PL114U-DEN Labr Ablution 5 95
10 Ladysmith Supply waste separation bins 3 sets
11 Ladysmith Waste separation costs Per schedule per depot
Total Staff 8 Cleaners
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

Pricing Schedule 15: Harrismith

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
1 Harrismith A02B168B-Double Garages @ Offices 7 44
1 cleaner
2 Harrismith 02AB169B-Store Signals 7 49
3 Harrismith Supply waste separation bins 1 set
4 Harrismith Waste separation costs Per schedule per depot
Total Staff 1 Cleaner
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

Pricing Schedule 17: Estcourt And Colenso

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
02AL481U- Main Station Building Shunters 7
1 Escourt 400
Cabin/Offices
2 Escourt 02AL560U- Signal Office 5 303

3 Escourt 02AL568U- Electrical Depot Transtel 5 6 cleaners 139.1

4 Escourt 02AL571U- Board Room 5 303

5 Escourt Office Block Perway 5 82

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 43 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 17: Estcourt And Colenso Continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
6 Escourt A2DL018U- Main Station Building Ablutions 5 417
7 Escourt 02DL020U- Toilets 5 8
8 Escourt 02RL009U- Locker Room 5 54
9 Escourt 02RL009U- Ablution 5 55
10 Colenso 02AL497U- Goods Shed 5 301
11 Colenso 01AL253U-Office RME 5 100
Escourt &
12 Supply waste separation bins 6 sets
Colenso
Escourt &
13 Waste separation costs Per schedule per depot
Colenso

Total Staff 6 Cleaners


TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

Pricing Schedule 18: Dundee & Glencoe

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
1 Dundee 02BL040U- Electrical Office 5 471
2 Glencoe 02AL241U- Perway Office 5 95.6
3 Glencoe 02AL244U- Signals Office 5 121
4 Glencoe 02AL245U- Signals Office Block 5 80

5 Glencoe 02AL259U- Shunters Cabin 7 255

6 Glencoe 02AL280U- Communication Building 5 212


02AL281U- Standby Plant Workshop 5 2 cleaners
7 Glencoe 67
Comms
8 Glencoe 02AL296U- Mess and Ablution Facilities 5 288

9 Glencoe 02AL302- Admin Building 5 251

10 Glencoe 02YL032- Mess and Ablution 7 200


Glencoe 7
11 Prefab Rest Rooms 50
North
Glencoe 7
12 Park Home 20
North
Dundee
13 Supply waste separation bins 4 Sets
&Glencoe

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 44 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 18: Dundee & Glencoe Continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
Dundee
14 Waste separation costs Per schedule per depot
&Glencoe

Total Staff 2 Cleaners


TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

Pricing Schedule 19: Newcastle

Days Number Price per Total Price


Item per of Staff 2 month for (24)
Depot Description & Asset Number week M (ZAR) months
No
(ZAR)
1 Newcastle 02AL039 -Mess and Ablution 5 59
2 Newcastle 02AL040-Workshop 5 138
3 Newcastle 02AL041-Mess and Ablution 5 128
4 Newcastle 02AL042-Office WI Depot 5 147
5 Newcastle 02AL044U-Mess & Ablution-Elect Depot 1 5 147
6 Newcastle 02AL045U -Mess & Ablution-Elect Depot 2 5 289
02AL046U-Elect Depot Newcastle Offices 5
7 Newcastle 433
W/shop
8 Newcastle 02AL047U-Garages Elect Depot Newcastle 5 314
9 Newcastle 02AL061U-S&T Workshop-Depot-Newcastle 5 48
26
10 Newcastle 02AL062U-Mess & Ablution-Signals Depot 5 48
Cleaners
11 Newcastle 02AL070-Garages 5 Daily 251
02AL071U-Sling Store-Diesel Depot- 0 7
12 Newcastle 35
Newcastle Night Shift
13 Newcastle 02AL073U-Admin Office 7 1 560
14 Newcastle 02AL074U-General room 7 Supervisor 94
15 Newcastle 02AL076u-Garages 500
16 Newcastle 02AL079U-Training office 0 23
17 Newcastle 02AL082-Foremans Office 7 123
18 Newcastle 02AL083U-Cabin 7 80
19 Newcastle 02AL084U-Kitchen/Ablution 7 194

20 Newcastle 02AL085U-Control point 7 80

21 Newcastle 02AL086U-CONTROLLERS CABIN 114 7 34

22 Newcastle 02AL088-Maintenance Asst. Cabin 7 134

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 45 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Pricing Schedule 19: Newcastle Continued

Days Number Price per Total Price


Item per of Staff month for (24)
Depot Description & Asset Number week M2 (ZAR) months
No
(ZAR)
23 Newcastle 02AL089U-Mess & Ablution 5 64
24 Newcastle Examiner & Repair cabin
25 Newcastle 02AL090-Exhauster Room UP yard 1 38
26 Newcastle 02AL093u-Rest Room 7 140
27 Newcastle 02AL095u-Office 5 745
02AL097U-Training, section Managers, 5
28 Newcastle 1030
Security at Newcastle station
29 Newcastle 02AL111-Exhauster Room Down yard 1 38
30 Newcastle 02AL114U-Control point 113 7 34
31 Newcastle 02AL115U-Ablutions 5 94
32 Newcastle 02AL116u-Garages 1809
33 Newcastle 02AL117U-Control point 115 7 160
34 Newcastle 02AL118U-Office 7 97
35 Newcastle 02AL119U-Yard Masters building 7 80
36 Newcastle 02AL120U-CTC-Building 5 2590
37 Newcastle 02AL127-Ablution 5 866
38 Newcastle 02AL133U-C & W Building 5 1441
39 Newcastle 02AL141u-Office 7 36
Newcastle 02AL146-Toilets 7 13
41 Newcastle 02AL158-Shed 7 81
42 Newcastle 02AL161u-Offices 7 159
43 Newcastle 02AL164-Ablution 7 25
44 Newcastle 02YL002U-Client Centre 5 715
45 Newcastle 03AL005-Security Office 7 85
46 Newcastle 03LK023u-Garages 228
47 Newcastle Parkhomes -Ablutions Facility 7 30
48 Newcastle Parkhomes -Locker Room 7 30
49 Newcastle Parkhomes -Office 7 30
Newcastle Offices at Siding 2227 - Examiner & Repair 7
50 170
Mittal Yard + Maintenance Cabin
Newcastle Supply waste separation bins Price Per Set (7 Sets) once off
Newcastle As per schedule & relevant
Waste Separation Costs
depots
Total Staff 34 Cleaners
TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where


applicable)

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 46 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Price list 2 – KZN Inlands (consist of Price schedule 12-19) summary:

Pricing Schedules Total Price Excl. Vat

Pricing Schedule 1: Pietermaritzburg

Pricing Schedule 2: Danskraal

Pricing Schedule 3: Ladysmith

Pricing Schedule 4: Harrismith

Pricing Schedule 5: Estcourt And Colenso

Pricing Schedule 6: Dundee & Glencoe

Pricing Schedule 7: Newcastle

TOTAL PRICE, exclusive of VAT:

VAT @ 15% (if applicable)

Total Inclusive of VAT (where applicable)

Notes to Pricing:

a) Respondents are to note that if the price offered by the highest scoring bidder is not market-
related, Transnet may not award the contract to that Respondent. Transnet may-

(i) negotiate a market-related price with the Respondent scoring the highest points or cancel the
RFP;

(ii) if that Respondent does not agree to a market-related price, negotiate a market-related price
with the Respondent scoring the second highest points or cancel the RFP;

(iii) if the Respondent scoring the second highest points does not agree to a market-related price,
negotiate a market-related price with the Respondent scoring the third highest points or cancel
the RFP.

If a market-related price is not agreed with the Respondent scoring the third highest points,
Transnet must cancel the RFP.

b) Prices must be quoted in South African Rand excl. VAT.

c) To facilitate like-for-like comparison bidders must submit pricing strictly in accordance with this
pricing schedule and not utilise a different format. Deviation from this pricing schedule could
result in a bid being declared non responsive.

d) Respondents do not have to price both the Price lists, Price list 1 – Durban Coastal
Areas (consist of Price schedule 1-11) and Price list 2 – KZN Inland Areas (consist of
Price schedule 12-19). Respondents will be required to price all the items and

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 47 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

schedules in a price list. Failure to price all items and schedules per Price list will
result in the Respondents’ disqualification.

e) Once a contract is awarded to a supplier with only registration certificate a compliance certificate
should be provided in month four of the contract, failure to do so will result in the termination of
the agreement.

f) Please note that should you have offered a discounted price(s), Transnet will only consider such
price discount(s) in the final evaluation stage if offered on an unconditional basis.

g) Respondents, if awarded the contract, are required to indicate that their prices quoted would be
kept firm and fixed for the 24 month contract duration. [Not to be confused with bid validity period
Section 1, clause 1]

YES

1. DISCLOSURE OF PRICES TENDERED


1.1 Respondents are to note that, on award of business, Transnet is required to publish the tendered
prices and preferences claimed of the successful and unsuccessful Respondents inter alia on the
National Treasury e-Tender Publication Portal, (www.etenders.gov.za), as required per National
Treasury Instruction Note 01 of 2015/2016.

2. PRICE REVIEW
2.1 The successful Respondent(s) [the Service provider will be obliged to submit to an annual price review.
Transnet will be benchmarking this price offering(s) against the lowest price received as per a
benchmarking exercise. If the Service provider’s price(s) is/are found to be higher than the
benchmarked price(s), then the Service provider shall match or better such price(s) within 30 [thirty]
calendar days, failing which the contract may be terminated at Transnet’s discretion or the particular
item(s) or service(s) purchased outside the contract.

3. “AS AND WHEN REQUIRED” CONTRACTS


3.1 Purchase orders will be placed on the Service provider(s) from time to time as and when Services are
required.
3.2 Transnet reserves the right to place purchase orders until the last day of the contract for deliveries to
be effected, within the delivery period / lead time specified, beyond the expiry date of the contract
under the same terms and conditions as agreed upon.
3.3 The Respondent must state hereunder its annual holiday closedown period [if applicable] and whether
this period has been included in the delivery lead time offered:

__________________________________________________________________________
3.4 Respondents are required to indicate below the action that the Respondent proposes to take to ensure
continuity of supply during non-working days or holidays.
________________________________________________________________________

4. SERVICE LEVELS
4.1 An experienced regional account representative(s) is required to work with Transnet’s procurement
department. [No sales representatives are needed for individual department or locations]. Additionally,
there shall be a minimal number of people, fully informed and accountable for this agreement.

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 48 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

4.2 Transnet will have quarterly reviews with the Service provider’s account representative on an on-going
basis.
4.3 Transnet reserves the right to request that any member of the Service provider’s team involved on the
Transnet account be replaced if deemed not to be adding value for Transnet.
4.4 The Service provider guarantees that it will achieve a 95% [ninety-five per cent] service level on the
following measures:

a) Random checks on compliance with quality/quantity/specifications

b) On-time delivery

If the Service provider does not achieve this level as an average over each quarter, Transnet will
receive a 1.5% [one and a half per cent] rebate on quarterly sales payable in the next quarter
4.5 The Service provider must provide a telephone number for customer service calls.
4.6 Failure of the Service provider to comply with stated service level requirements will give Transnet the
right to cancel the contract in whole, without penalty to Transnet, giving 30 [thirty] calendar days’
notice to the Service provider of its intention to do so.

Acceptance of Service Levels:

YES NO

5. TOTAL COST OF OWNERSHIP AND CONTINUOUS IMPROVEMENT INITIATIVES


5.1 Respondents shall indicate whether they would be committed, for the duration of any contract which
may be awarded through this RFP process, to participate with Transnet in its continuous improvement
initiatives to reduce the total cost of ownership [TCO], which will reduce the overall cost of
transportation services and related logistics provided by Transnet’s operating divisions within South
Africa to the ultimate benefit of all end-users.

Accepted:

YES NO

If “yes”, please specify details in paragraph 6.2 below.

5.2 Respondents must briefly describe their commitment to TCO and continuous improvement initiatives
and give examples of specific areas and strategies where cost reduction initiatives can be introduced.
Specific areas and proposed potential savings percentages should be included. Additional information
can be appended to the Respondent’s Proposal if there is insufficient space available below.

________________________________________________________________________________
________________________________________________________________________________
________________________________________________________________________________
________________________________________________________________________________
_____________________________________________________________________________

6. RISK

Respondents must elaborate on the control measures put in place by their entity, which would mitigate
the risk to Transnet pertaining to potential non-performance by a Service provider, in relation to:

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 49 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

6.1 Quality and specification of Services delivered:

___________________________________________________________________________________
___________________________________________________________________________________
__________________________________________________________________________

6.2 Continuity of supply:


_______________________________________________________________________
_______________________________________________________________________
______________________________________________________________

6.3 Compliance with the Occupational Health and Safety Act, 85 of 1993:
________________________________________________________________________
________________________________________________________________________
____________________________________________________________

7. REFERENCES

Please provide a minimum of three reference letters of previous and/or existing customers.

8. FINANCIAL STABILITY

Respondents are required to submit their latest audited financial statements for the past 3 years with
their Proposal in order to enable Transnet to establish financial stability.

SIGNED at ___________________________ on this _____ day of __________________________ 20___

WITNESSES

1. Address

Signature

Name Date

2. Address

Signature

Name Date

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 50 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RESPONDENT’S AUTHORISED REPRESENTATIVE

Signature Designation

Name Date

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 51 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND INLAND AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

SECTION 4: PROPOSAL FORM AND LIST OF RETURNABLE DOCUMENTS

I/We__________________________________________________________________________________
[name of entity, company, close corporation or partnership] of [full address]
___________________________________________________________________________________________
___________________________________________________________________________________________
carrying on business trading/operating as
___________________________________________________________________________________________
represented by__________________________________________________________________________
in my capacity as _____________________________________________________________________________
being duly authorised thereto by a Resolution of the Board of Directors or Members or Certificate of Partners,
dated _________________to enter into, sign execute and complete any documents relating to this proposal and
any subsequent Agreement. The following list of persons are hereby authorised to negotiate on behalf of the
abovementioned entity, should Transnet decide to enter into Post Tender Negotiations with shortlisted bidder(s).

FULL NAME(S) CAPACITY SIGNATURE

________________________ ______________________________ ____________________

________________________ ______________________________ ____________________

________________________ ______________________________ ____________________

________________________ ______________________________ ____________________

I/We hereby offer to supply the abovementioned Services at the prices quoted in the schedule of prices in
accordance with the terms set forth in the documents listed in the accompanying schedule of RFP documents.

I/We agree to be bound by those conditions in Transnet’s:

(i) Master Agreement;

(ii) General Bid Conditions; and

(iii) any other standard or special conditions mentioned and/or embodied in this Request for Proposal.

I/We accept that unless Transnet should otherwise decide and so inform me/us in the letter of award/intent, this
Proposal [and, if any, its covering letter and any subsequent exchange of correspondence], together with
Transnet’s acceptance thereof shall constitute a binding contract between Transnet and me/us.

Should Transnet decide that a formal contract should be signed and so inform me/us in a letter of intent [the
Letter of Intent], this Proposal [and, if any, its covering letter and any subsequent exchange of

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 52 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

correspondence] together with Transnet’s Letter of Intent, shall constitute a binding contract between Transnet
and me/us until the formal contract is signed.

I/We further agree that if, after I/we have been notified of the acceptance of my/our Proposal, I/we fail to enter
into a formal contract if called upon to do so, or fail to commence the supply of Services within 4 [four] weeks
thereafter, Transnet may, without prejudice to any other legal remedy which it may have, recover from me/us
any expense to which it may have been put in calling for Proposals afresh and/or having to accept any less
favourable Proposal.

I/We accept that any contract resulting from this offer will be for a period of 12 months only.

Furthermore, I/we agree to a penalty clause/s which will allow Transnet to invoke a penalty against us for non-
compliance with material terms of this RFP including the delayed delivery of the Services due to non-
performance by ourselves, failure to meet Subcontracting and Supplier Development Plan commitments.

I/we agree that non-compliance with any of the material terms of this RFP, including those mentioned above, will
constitute a material breach of contract and provide Transnet with cause for cancellation.

ADDRESS FOR NOTICES

The law of the Republic of South Africa shall govern any contract created by the acceptance of this RFP. The
domicilium citandi et executandi shall be a place in the Republic of South Africa to be specified by the
Respondent hereunder, at which all legal documents may be served on the Respondent who shall agree to
submit to the jurisdiction of the courts of the Republic of South Africa. Foreign Respondents shall, therefore,
state hereunder the name of their authorised representative in the Republic of South Africa who has the power
of attorney to sign any contract which may have to be entered into in the event of their Proposal being accepted
and to act on their behalf in all matters relating to such contract.
Respondent to indicate the details of its domicilium citandi et executandi hereunder:
Name of Entity:
______________________________________________________________________________________
Facsimile:
______________________________________________________________________________________
Address:
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________

NOTIFICATION OF AWARD OF RFP


As soon as possible after approval to award the contract(s), the successful Respondent [the Service provider]
will be informed of the acceptance of its Proposal. Unsuccessful Respondents will be advised in writing of the
name of the successful Service provider and the reason as to why their Proposals have been unsuccessful, for
example, in the category of price, delivery period, quality, B-BBEE status or for any other reason.

VALIDITY PERIOD
Transnet requires a validity period of 90 [ninety] Business Days [from closing date] – 07 July 2020 against this
RFP.

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 53 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

NAME(S) AND ADDRESS / ADDRESSES OF DIRECTOR(S) OR MEMBER(S)


The Respondent must disclose hereunder the full name(s) and address(s) of the director(s) or members of the
company or close corporation [C.C.] on whose behalf the RFP is submitted.

(i) Registration number of company / C.C. __________________________________________________

(ii) Registered name of company / C.C. _____________________________________________________

(iii) Full name(s) of director/member(s) Address/Addresses ID Number(s)

______________________________________________________________________________________
______________________________________________________________________________________
___________________________________________________________________________________

RETURNABLE DOCUMENTS
All Sections, as indicated in the footer of each page, must be signed, stamped and dated by the Respondent.
Returnable Documents means all the documents, Sections and Annexures, as listed in the tables below.

a) Mandatory Returnable Documents

Failure to provide all Mandatory Returnable Documents at the closing date and time of this
bid will result in a Respondent’s disqualification. Bidders are therefore urged to ensure that
all these documents are returned with their Proposals.

Please confirm submission of the mandatory Returnable Documents detailed below by so indicating [Yes
or No] in the table below:

MANDATORY RETURNABLE DOCUMENTS SUBMITTED FILE REFERENCE


[YES/NO] NUMBER
SECTION 3: Pricing and Delivery Schedule with all items on the pricing
schedule priced

Valid and original (or a certified copy) of proof of Respondent’s


compliance to B-BBEE requirements stipulated in Section 1 and 8 of
this RFP

Contracted services provider(s) and/or subcontractors’ Proof of valid


registration of transport vehicle as a waste carrier by the Department
of Transport (Waste separation services)

Contracted services provider(s) and/or subcontractors’ Waste Disposal


License from the Department of Environmental Affairs (DEA) for the
approved hazardous waste dump site (Waste separation services)

Contracted services provider(s) and/or subcontractors’ Proof of Valid


Dangerous Goods Permit (DGP) for driver issued by the Department of
Transport (Waste separation services)

Contracted services provider(s) and/or subcontractors’ Proof of


Supervisors Certificates in office & industrial cleaning, handling of
cleaning chemicals, waste management, time management & health &
safety (Cleaning services)

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 54 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

MANDATORY RETURNABLE DOCUMENTS SUBMITTED FILE REFERENCE


[YES/NO] NUMBER
Contracted services provider(s) and/or subcontractors’ Proof of valid
registration with the Department of Environmental Affairs (DEA) for
handling of hazardous material (Waste separation services)

Contracted services provider(s) and/or subcontractors’ Valid


Bargaining Council of Contract Cleaning Services Industry KZN
Registration Certificate /or Compliance Certificate (Cleaning services)

Certificate of staff trained in handling hazardous waste

SECTION 10: Certificate of attendance of compulsory RFP


Briefing/attendance register
ANNEXURE A: Clause-by-Clause Compliance schedule

ANNEXURE B: Contract Cleaning Minimum Wage Price Schedule

ANNEXURE C: Technical Submission/Questionnaire

b) Essential Returnable Documents


In addition to the requirements of section (a) above, Bidders are further required to submit with their
Proposals the following Essential Returnable Documents as detailed below.

 If Essential Returnable Documents are used for purposes of scoring a bid, failure to
submit these documents by the closing date and time of this bid will not
automatically result in a Bidder’s disqualification. However, Bidders will receive an
automatic score of zero for the applicable evaluation criterion.
 If Essential Returnable Documents are not related to evaluation criteria, failure to
provide these documents may result in a respondent’s disqualification.
 Bidders are therefore urged to ensure that all these documents are returned with
their Proposals.
Please confirm submission of these essential Returnable Documents by indicating Yes or No in the table
below:

ESSENTIAL RETURNABLE DOCUMENTS SUBMITTED FILE REFERENCE


[YES/NO] NUMBER
Proof of registration on the NT Central Supplier Database
website
Receipt for payment of RFP documents [paragraph 1]
Proof of authority to sign bid document i.e. company
resolution
In the case of Joint Ventures, a copy of the Joint Venture
Agreement or written confirmation of the intention to
enter into a Joint Venture Agreement
Latest Financial Statements signed by your Accounting
Officer or latest Audited Financial Statements plus 2
previous years
Tax Clearance Certificate or electronic access PIN obtained
from SARS’s new Tax Compliance Status (TCS) system
[Consortia / Joint Ventures must submit a separate Tax
Clearance Certificate for each party]

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 55 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

ESSENTIAL RETURNABLE DOCUMENTS SUBMITTED FILE REFERENCE


[YES/NO] NUMBER
SECTION 4: Proposal Form and List of Returnable
documents
SECTION 5: Certificate Of Acquaintance with RFP, Terms &
Conditions & Applicable Documents
SECTION 6: RFP Declaration and Breach of Law Form

SECTION 8: B-BBEE Preference Points Claim Form

SECTION 9: SBD1 (TAX COMPLIANCE STATUS)

SECTION 11: Supplier Development Initiatives


SECTION 12: Declaration of Supplier Development
Commitments
ANNEXURE D: Supplier Development Plan

ANNEXURE E: SD Value Summary

CONTINUED VALIDITY OF RETURNABLE DOCUMENTS


The successful Respondent will be required to ensure the validity of all returnable documents, including but not
limited to its Tax Clearance Certificate and valid B-BBEE Verification Certificate, for the duration of any contract
emanating from this RFP. Should the Respondent be awarded the contract [the Agreement] and fail to present
Transnet with such renewals as and when they become due, Transnet shall be entitled, in addition to any other
rights and remedies that it may have in terms of the eventual Agreement, to terminate such Agreement forthwith
without any liability and without prejudice to any claims which Transnet may have for damages against the
Respondent.

SIGNED at ___________________________ on this _____ day of __________________________ 20___

WITNESSES

1. Address

Signature

Name Date

2. Address

Signature

Name Date

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 56 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RESPONDENT’S AUTHORISED REPRESENTATIVE

Signature Designation

Name Date

______________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 57 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE SUPPLY OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND INLAND AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

SECTION 5: CERTIFICATE OF ACQUAINTANCE WITH RFP, TERMS & CONDITIONS & APPLICABLE
DOCUMENTS

By signing this certificate the Respondent is deemed to acknowledge that he/she has made
himself/herself thoroughly familiar with, and agrees with all the conditions governing this RFP.
This includes those terms and conditions contained in any printed form stated to form part hereof,
including but not limited to the documents stated below. As such, Transnet SOC Ltd will recognise
no claim for relief based on an allegation that the Respondent overlooked any such condition or
failed properly to take it into account for the purpose of calculating tendered prices or any other
purpose:

1 Transnet’s General Bid Conditions*


2 Master Agreement attached
3 Transnet’s Supplier Integrity Pact*
4 Non-disclosure Agreement*
5 Specifications and drawings attached to this RFP
6 Supplier Development initiatives attached to this RFP

7 Vendor Application Form* and all supporting documents (first time vendors only). Alternatively, for
all existing vendors, please complete the table below under the heading “Existing vendors”.

Note: documents marked with a “*” are available on request and will be emailed after the
briefing session to all briefing session attendance or at the Transnet website
(www.transnet.net). Please click on “Business with Us”, proceed to the tab “Tenders” and then
click on “Standard Bid Documents”.

Existing vendors: existing vendors are required to confirm whether all the information (e.g. company address,
contact details, banking details, etc.) relating to the existing vendor number is still correct at the time of
submission of this bid failing which such Respondents are required to indicate so below and provide the updated
information in their bid submission:

Transnet Operating Vendor Number Information still Information change [indicate detail
Division [e.g. TFR, current [tick if of change/s & attach appropriate
TE, etc.] applicable] proof]

Should the Bidder find any terms or conditions stipulated in any of the relevant documents quoted in the RFP
unacceptable, it should indicate which conditions are unacceptable and offer alternatives by written submission

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 58 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

on its company letterhead, attached to its submitted Bid. Any such submission shall be subject to review by
Transnet’s Legal Counsel who shall determine whether the proposed alternative(s) are acceptable or otherwise,
as the case may be. A material deviation from any term or condition may result in disqualification.

Bidders accept that an obligation rests on them to clarify any uncertainties regarding any bid which they intend
to respond on, before submitting the bid. The Bidder agrees that he/she will have no claim based on an
allegation that any aspect of this RFP was unclear but in respect of which he/she failed to obtain clarity.

The bidder understands that his/her Bid will be disqualified if the Certificate of Acquaintance with RFP documents
included in the RFP as a returnable document, is found not to be true and complete in every respect.

SIGNED at ___________________________ on this _____ day of __________________________ 20___

WITNESSES

1. Address

Signature

Name Date

2. Address

Signature

Name Date

RESPONDENT’S AUTHORISED REPRESENTATIVE

Signature Designation

Name Date

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 59 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND INLAND AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

SECTION 6: RFP DECLARATION AND BREACH OF LAW FORM

NAME OF ENTITY: __________________________________________________________________

We ___________________________________________________________ do hereby certify that:

1. Transnet has supplied and we have received appropriate responses to any/all questions [as
applicable] which were submitted by ourselves for RFP Clarification purposes;

2. we have received all information we deemed necessary for the completion of this Request for
Proposal [RFP];

3. we have been provided with sufficient access to the existing Transnet facilities/sites and any and
all relevant information relevant to the Services as well as Transnet information and Employees,
and has had sufficient time in which to conduct and perform a thorough due diligence of
Transnet’s operations and business requirements and assets used by Transnet. Transnet will
therefore not consider or permit any pre- or post-contract verification or any related adjustment
to pricing, service levels or any other provisions/conditions based on any incorrect assumptions
made by the Respondent in arriving at his Bid Price.

4. at no stage have we received additional information relating to the subject matter of this RFP
from Transnet sources, other than information formally received from the designated Transnet
contact(s) as nominated in the RFP documents;

5. we are satisfied, insofar as our entity is concerned, that the processes and procedures adopted
by Transnet in issuing this RFP and the requirements requested from Bidders in responding to
this RFP have been conducted in a fair and transparent manner; and

6. we have complied with all Obligations of the Bidder/Supplier as indicated in paragraph 3 of the
Transnet Supplier Integrity which includes but is not limited to ensuring that we take all
measures necessary to prevent corrupt practices, unfairness and illegal activities in order to
secure or in furtherance to secure a contract with Transnet;

7. furthermore, we declare that a family, business and/or social relationship exists / does not
exist [delete as applicable] between an owner / member / director / partner / shareholder of
our entity and an employee or board member of the Transnet Group including any person who
may be involved in the evaluation and/or adjudication of this Bid.

8. In addition, we declare that an owner / member / director / partner / shareholder of our entity is
/ is not [delete as applicable] an employee or board member of the Transnet Group.

9. If such a relationship as indicated in paragraph 6 and/or 7 exists, the Respondent is to complete


the following section:

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 60 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

FULL NAME OF OWNER/MEMBER/DIRECTOR/


PARTNER/SHAREHOLDER: ADDRESS:
________________________________________________________________________________

________________________________________________________________________________

Indicate nature of relationship with Transnet:


_____________________________________________________________________________________

_______________________________________________________________________________

[Failure to furnish complete and accurate information in this regard will lead to the
disqualification of a response and may preclude a Respondent from doing future business
with Transnet]
10. We declare, to the extent that we are aware or become aware of any relationship between
ourselves and Transnet [other than any existing and appropriate business relationship with
Transnet] which could unfairly advantage our entity in the forthcoming adjudication process, we
shall notify Transnet immediately in writing of such circumstances.

11. We accept that any dispute pertaining to this Bid will be resolved through the Ombudsman
process and will be subject to the Terms of Reference of the Ombudsman. The Ombudsman
process must first be exhausted before judicial review of a decision is sought.

12. We further accept that Transnet reserves the right to reverse an award of business or decision
based on the recommendations of the Ombudsman without having to follow a formal court
process to have such award or decision set aside.
BREACH OF LAW
13. We further hereby certify that I/we (the bidding entity and/or any of its directors, members or
partners)have/have not been [delete as applicable] found guilty during the preceding 5 [five]
years of a serious breach of law, including but not limited to a breach of the Competition Act, 89
of 1998, by a court of law, tribunal or other administrative body. The type of breach that the
Respondent is required to disclose excludes relatively minor offences or misdemeanours, e.g.
traffic offences. This includes the imposition of an administrative fine or penalty.
Where found guilty of such a serious breach, please disclose:
NATURE OF BREACH:
______________________________________________________________________________
______________________________________________________________________________
DATE OF BREACH:_____________________________
Furthermore, I/we acknowledge that Transnet SOC Ltd reserves the right to exclude any
Respondent from the bidding process, should that person or entity have been found guilty of a
serious breach of law, tribunal or regulatory obligation.

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 61 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

SIGNED at ___________________________ on this _____ day of ______________________ 20___

This person is hereto duly authorised to As Witness


sign for and on behalf of the company

Registration No of Company/ CC

Registration Name of Company /CC

Name Name

Position Position

Signature Signature

Date Date

Place Place

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 62 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND INLAND AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

SECTION 7: RFP CLARIFICATION REQUEST FORM

RFP No: HOAC-DNR-31958


RFP deadline for questions / RFP Clarifications: Before 12h00 on 20 February 2020

TO: Transnet SOC Ltd


ATTENTION: Sibusiso Mthimkhulu
COPY TO: Secretariat: Acquisition Council
EMAIL [Sibusiso.Mthimkhulu@transnet.net]
Prudence.nkabinde@transnet.net
DATE: _____________________________________________
FROM: _____________________________________________
_____________________________________________

RFP Clarification No [to be inserted by Transnet] ………

REQUEST FOR RFP CLARIFICATION

______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
________________________________________________________________

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 63 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

SECTION 8: B-BBEE PREFERENCE POINTS CLAIM FORM


This preference form must form part of all bids invited. It contains general information and serves as a claim for
preference points for Broad-Based Black Economic Empowerment [B-BBEE] Status Level of Contribution.

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,
DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN
THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS

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

- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes
included); and
- the 90/10 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes
included); and
1.2 The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and
therefore the 80/20 preference point system shall be applicable. Despite the stipulated preference
point system, Transnet shall use the lowest acceptable bid to determine the applicable preference
point system in a situation where all received acceptable bids are received outside the stated
preference point system.

1.3 Preference points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contribution.

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

POINTS

PRICE 80

B-BBEE STATUS LEVEL OF CONTRIBUTION 20

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

1.5 Failure on the part of a bidder to submit a B-BBEE Verification Certificate from a Verification Agency
accredited by the South African Accreditation System [SANAS], or a sworn affidavit confirming annual
turnover and level of black ownership in case of all EMEs and QSEs with 51% black ownership or more
together with the bid, will be interpreted to mean that preference points for B-BBEE status level of
contribution are not claimed. Furthermore EMEs may also obtain a sworn affidavit from CIPC (formerly
CIPRO) Self Service Terminals when registering a business or filing annual returns.

1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time
subsequently, to substantiate any claim in regard to preferences, in any manner required by the
purchaser.

2. DEFINITIONS

(a) “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment
insurance fund contributions and skills development levies;

(b) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-
Based Black Economic Empowerment Act;

(c) “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity
based on its overall performance using the relevant scorecard contained in the Codes of Good
Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black
Economic Empowerment Act;

(d) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an
organ of state for the provision of services, works or goods, through price quotations, advertised
_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 64 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

competitive bidding processes or proposals;

(e) “Black designated group” has meaning assigned to it in codes of good practice issued in terms
of section 9(1) of the Broad-Based Black Economic Empowerment Act.

(f) “Black People” meaning assigned to in Section 1 of Broad-Based Black Economic Empowerment
Act.

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

(h) “CIPC” means the Companies and Intellectual Property Commission, formerly known as CIPRO,
the Companies and Intellectual Property Registration Office.

(i) “comparative price” means the price after the factors of a non-firm price and all unconditional
discounts that can be utilized have been taken into consideration;

(j) “consortium or joint venture” means an association of persons for the purpose of combining
their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a
contract;

(k) “contract” means the agreement that results from the acceptance of a bid by an organ of state;

(l) “co-operative” means a co-operative registered in terms of section 7 of Cooperatives Act, 2005
(Act No. 14 of 2005)

(m) “Designated Group” means - i) Black designated groups; ii) Black People; iii) Women; iv) people
with disabilities or v) Small enterprise, as defined in Section 1 of National Small Enterprise Act, (102
of 1996)

(n) “Designated Sector” means, sub-sector or industry or product designated in terms of regulation
8(1)(a)

(o) “EME” means an Exempted Micro Enterprise as defines by Codes of Good Practice under section 9
(1) of the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(p) “firm price” means the price that is only subject to adjustments in accordance with the actual
increase or decrease resulting from the change, imposition, or abolition of customs or excise duty
and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the
contractor and demonstrably has an influence on the price of any supplies, or the rendering costs
of any service, for the execution of the contract;

(q) “functionality” means the ability of a bidder to provide goods or services in accordance with
specification as set out in the bid documents

(r) “Military Veteran” has meaning assigned to it in Section 1 of Military Veterans Act, 2011 (Act No.
18 of 2011)

(s) “National Treasury” has meaning assigned to it in Section 1 of Public Finance Management Act,
1999 (Act No. 1 of 1999);

(t) “non-firm prices” means all prices other than “firm” prices;

(u) “person” includes a juristic person;

(v) “People with disabilities” meaning assigned to it in terms of Section 1 of Employment Equity
Act, 1998 (Act No. 55of 1998)

(w) “Price” includes all applicable taxes less all unconditional discounts.

(x) “Proof of B-BBEE Status Level of Contributor” i) the B-BBBEE status level certificate issued by
an unauthorised body or person; ii) a sworn affidavit as prescribed by the B-BBEE Codes of Good
Practice; or iii) any other requirement prescribed in terms of the Broad- Based Black Economic
Empowerment Act.

(y) “Rural Area” i) a sparsely populated area in which people farm or depend on natural resources,
including villages and small towns that are dispersed through the area; or ii) an area including a
large settlement which depends on migratory labour and remittances and government social grants
for survival, and may have traditional land tenure system.

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 65 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

(z) “QSE” means a Qualifying Small EEnterprise as defines by Codes of Good Practice under section 9
(1) of the Broad-Based Black Economic Empowerment Act, 2003 ( Act No. 53 of 2003);

(aa) “rand value” means the total estimated value of a contract in South African currency, calculated
at the time of bid invitations, and includes all applicable taxes and excise duties;

(bb) “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or
employing, another person to support such primary contractor in the execution of part of a project
in terms of the contract;

(cc) “total revenue” bears the same meaning assigned to this expression in the Codes of Good
Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black
Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

(dd) “Township” means an urban living area that any time from the late 19th century until 27 April
1994, was reserved for black people, including areas developed for historically disadvantaged
individuals post 27 April 1994

(ee) “Treasury” meaning assigned to it in Section 1 of the Public Finance Management Act, 1999 (Act
No. 1 of 1999)

(ff) “trust” means the arrangement through which the property of one person is made over or
bequeathed to a trustee to administer such property for the benefit of another person; and

(gg) “trustee” means any person, including the founder of a trust, to whom property is bequeathed in
order for such property to be administered for the benefit of another person.

(hh) “Youth” meaning assigned to it in terms of Section 1 of National youth Development Agency Act,
2008 (Act No. 54 of 2008)

3. ADJUDICATION USING A POINT SYSTEM

3.1 The bidder obtaining the highest number of total points will be awarded the contract.

3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into
account all factors of non-firm prices and all unconditional discounts.

3.3 Points scored must be rounded off to the nearest 2 decimal places.

3.4 In the event that two or more bids have scored equal total points, the successful bid must be the one
scoring the highest number of preference points for B-BBEE.

3.5 However, when functionality is part of the evaluation process and two or more bids have scored equal
points including equal preference points for B-BBEE, the successful bid must be the one scoring the
highest score for functionality.

3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots.

4. POINTS AWARDED FOR PRICE

4.1 THE 80/20 OR PREFERENCE POINT SYSTEMS

A maximum of 80 points is allocated for price on the following basis:


80/20

 Pt  P min 
Ps  801  
 P min 
Where

Ps = Points scored for comparative price of bid under consideration

Pt = Comparative price of bid under consideration

Pmin = Comparative price of lowest acceptable bid

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 66 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

5. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTION

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

B-BBEE Status Level of Number of points


Contributor (80/20 system)

1 20
2 18
3 14
4 12
5 8
6 6
7 4
8 2
Non-compliant contributor 0

5.2 A bidder who qualifies as an EME in terms of the B-BBEE Act must submit a sworn affidavit confirming
Annual Total Revenue and Level of Black Ownership or may also obtain a sworn affidavit from CIPC
(formerly CIPRO) Self Service Terminals when registering a business or filing annual returns. In these
instances Transnet would require proof of turnover as well as proof of ownership. Sworn affidavits
must substantially comply with the format that can be obtained on the DTI’s website at
www.dti.gov.za/economic_empowerment/bee_codes.jsp. Original or none certified copies of sworn
affidavits will be acceptable when submitted.

5.3 An EME is allowed to be measured in terms of a QSE scorecard should it wish to maximise its points
and move to a higher B-BBEE Recognition Level. As such, bidders must submit an original or
certified copy of their valid B-BBEE status level verification certificate, substantiating their B-BBBEE
rating issued by a Verification Agency accredited by SANAS. . If the original is machine generated,
the printed copy must be certified.

5.4 QSEs that are at least 51% Black owned or higher must obtain a sworn affidavit on an annual basis
confirming that the entity has an Annual Total Revenue of R50 million or less and the entity’s Level of
Black ownership. Original or none certified copies of sworn affidavits will be acceptable when
submitted.

5.5 A Bidder other than EME or a QSE that is at least 51% Black owned must submit their original and
valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE
rating issued by a Verification Agency accredited by SANAS. Bidders must submit an original or
certified copy thereof. If the original is machine generated, the printed copy must be certified.

5.6 Despite the paragraphs above, a Measured Entity in a sector in respect of which a sector code has
been issued in terms of Section 9 of the B-BBEE Act as amended, may only be measured for
compliance in accordance with that code and as such must comply with the requirements of the code.

5.7 A trust, consortium or joint venture (including unincorporated consortia and joint ventures) must
submit a consolidated B-BBEE Status Level verification certificate for every separate bid.

5.8 Tertiary Institutions and Public Entities will be required to submit their B-BBEE status level certificates
in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

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

5.10 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any
other enterprise that does not have an equal or higher B-BBEE status level than the person

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 67 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

concerned, unless the contract is sub-contracted to an EME that has the capability and ability to
execute the sub-contract.

5.11 Bidders are to note that the rules pertaining to B-BBEE verification and other B-BBEE requirements
may be changed from time to time by regulatory bodies such as National Treasury or the DTI. It is
the Bidder’s responsibility to ensure that his/her bid complies fully with all B-BBEE requirements at
the time of the submission of the bid.

6. BID DECLARATION

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

7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND


5.1

7.1 B-BBEE Status Level of Contribution: . = ………(maximum of 20 points)

8. (Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in
paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification
Agency accredited by SANAS or a sworn affidavit.

9. SUB-CONTRACTING

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

(Tick applicable box)

YES NO

9.1.1 If yes, indicate:

i) What percentage of the contract will be subcontracted............…………….…………%


ii) The name of the sub-contractor…………………………………………………………..
iii) The B-BBEE status level of the sub-contractor......................................……………..
iv) Whether the sub-contractor is an EME.
(Tick applicable box)
YES NO
v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of
Preferential Procurement Regulations,2017:

Designated Group: An EME or QSE which is at last 51% owned by: EME √ QSE √
Black people
Black people who are youth
Black people who are women
Black people with disabilities
Black people living in rural or underdeveloped areas or townships

Cooperative owned by black people


Black people who are military veterans
OR
Any EME
Any QSE

10. DECLARATION WITH REGARD TO COMPANY/FIRM

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

10.2 VAT registration number:……………………………………….…………………………………

10.3 Company registration number:…………….……………………….…………………………….

10.4 TYPE OF COMPANY/ FIRM


_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 68 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

 Partnership/Joint Venture / Consortium


 One person business/sole propriety
 Close corporation
 Company
 (Pty) Limited
[TICK APPLICABLE BOX]

10.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

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

10.6 COMPANY CLASSIFICATION

 Manufacturer
 Supplier
 Professional service provider
 Other service providers, e.g. transporter, etc.
[TICK APPLICABLE BOX]

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

10.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify
that the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of
the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we
acknowledge that:

i) The information furnished is true and correct;

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

iii) In the event of a contract being awarded as a result of points claimed as shown in paragraph 7,
the contractor may be required to furnish documentary proof to the satisfaction of the purchaser
that the claims are correct;

iv) If a bidder submitted false information regarding its B-BBEE status level of contributor, local
production and content, or any other matter required in terms of the Preferential Procurement
Regulations, 2017 which will affect or has affected the evaluation of a bid, or where a bidder
has failed to declare any subcontracting arrangements or any of the conditions of contract have
not been fulfilled, the purchaser may, in addition to any other remedy it may have

(a) disqualify the person from the bidding process;

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

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

(d) if the successful bidder subcontracted a portion of the bid to another person
without disclosing it, Transnet reserves the right to penalise the bidder up to
10 percent of the value of the contract;

(e) recommend that the bidder or contractor, its shareholders and directors, or
only the shareholders and directors who acted on a fraudulent basis, be
restricted by the National Treasury from obtaining business from any organ of
state for a period not exceeding 10 years, after the audi alteram partem (hear
_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 69 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

the other side) rule has been applied; and

(f) forward the matter for criminal prosecution.

SIGNATURE(S) OF BIDDERS WITNESSES

Signature
1. Witness signature

Name

Date
2. Witness signature
Signed at

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 70 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

SECTION 9: SBD1 (TAX COMPLIANCE STATUS)

PART A: INVITATION TO BID


YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF TRANSNET FREIGHT RAIL (TRANSNET SOC)
BID NUMBER: HOAC-DNR-31958 CLOSING DATE: 25 February 2020 CLOSING TIME: 10H00
PROVISION OF CLEANING AND WASTE SEPARATION SERVICES FOR A PERIOD OF TWENTY FOUR MONTHS FOR THE DURBAN
DESCRIPTION:
COASTAL AND KZN INLAND AREAS
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)
TENDER BOX AT TRANSNET FREIGHT RAIL, SUPPLY CHAIN SERVICES - DURBAN, 100 EEL ROAD, BAYHEAD, DURBAN, 4052

BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
CONTACT PERSON SIBUSISO MTHIMKHULU CONTACT PERSON SIBUSISO MTHIMKHULU
TELEPHONE
031 361 3427 TELEPHONE NUMBER 031 361 3427
NUMBER
FACSIMILE
NUMBER 011 773 0866 FACSIMILE NUMBER 011 773 0866
E-MAIL ADDRESS SIBUSISO.MTHIMKHULU@TRANSNET.NET E-MAIL ADDRESS SIBUSISO.MTHIMKHULU@TRANSNET.NET
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE
NUMBER CODE NUMBER
CELLPHONE
NUMBER
FACSIMILE
NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION
NUMBER
SUPPLIER TAX
COMPLIANCE COMPLIANCE OR CENTRAL SUPPLIER
STATUS SYSTEM PIN: DATABASE No: MAAA
B-BBEE STATUS TICK APPLICABLE BOX] B-BBEE STATUS LEVEL [TICK APPLICABLE BOX]
LEVEL SWORN AFFIDAVIT
VERIFICATION
CERTIFICATE
Yes No Yes No

[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR
PREFERENCE POINTS FOR B-BBEE]
2.1 ARE YOU
THE ACCREDITED 2.2 ARE YOU A
Yes No
REPRESENTATIVE Yes No FOREIGN BASED SUPPLIER
IN SOUTH AFRICA FOR THE GOODS /SERVICES
FOR THE GOODS /WORKS OFFERED? [IF YES, ANSWER THE QUESTIONNAIRE
/SERVICES /WORKS [IF YES ENCLOSE PROOF] BELOW ]
OFFERED?
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

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


DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO
DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 71 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN
CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.
PART B: TERMS AND CONDITIONS FOR BIDDING

1. BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED
FOR CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR IN THE MANNER
PRESCRIBED IN THE BID DOCUMENT.
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL
PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY
OTHER SPECIAL CONDITIONS OF CONTRACT.
1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7).

2. TAX COMPLIANCE REQUIREMENTS


2.3 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.4 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO
ENABLE THE ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS.
2.5 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE
WWW.SARS.GOV.ZA.
2.6 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.7 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A
SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.
2.8 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A
CSD NUMBER MUST BE PROVIDED.
2.9 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO
ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE
OF THE STATE.”

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

SIGNATURE OF BIDDER: ……………………………………………

CAPACITY UNDER WHICH THIS BID IS SIGNED: ……………………………………………


(Proof of authority must be submitted e.g. company resolution)

DATE: …………………………………………...

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 72 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL KZN INLAND AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

SECTION 10: CERTIFICATE OF ATTENDANCE OF COMPULSORY RFP BRIEFING

It is hereby certified that –

1. ___________________________________

2. ___________________________________

Representative(s) of _______________________________________ [name of entity]


attended the RFP briefing in respect of the proposed Services to be rendered in terms of this RFP on
_________________________20___

____________________________ ______________________________
TRANSNET’S REPRESENTATIVE RESPONDENT’S REPRESENTATIVE

DATE _______________________ DATE _________________________


EMAIL ________________________

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 73 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND KZN INLAND
AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

SECTION 11: SUPPLIER DEVELOPMENT INITIATIVES

1.1 Aim and Objectives

Historically in South Africa there has been a lack of investment in infrastructure, skills and capability
development and an inequality in the income distribution and wealth of a significant portion of the
population. There have been a number of Government initiatives developed to address these challenges.
In particular, the New Growth Path [NGP] and New Development Plan [NDP] aligns and builds on
previous policies to ensure the achievement of Government’s development objectives for South Africa.
Transnet fully endorses and supports Government’s New Growth Path policy.

The key focuses of the NGP include:


 increasing employment intensity of the economy
 addressing competitiveness
 balancing spatial development of rural areas and poorer provinces
 reducing the carbon intensity of the economy
 creating opportunities in improving regional and global cooperation
 enabling transformation that benefits a wider range of social actors in society e.g. workers, rural
communities, youth and women

Transnet, as a State Owned Company [SOC], plays an important role to ensure these objectives are
achieved. Therefore, the purchasing of goods and services needs to be aligned to Government’s
objectives for developing and transforming the local supply base. Transnet’s mission is to transform its
supplier base by engaging in targeted supplier development initiatives to support localisation and
industrialisation. Transnet aspires to also provide meaningful opportunities for Black2 South Africans with
a particular emphasis on:
 Youth [16 to 35 year olds]
 Black-ownership
 Black women-ownership
 People with disabilities
 Small black-owned businesses
 Local Economic development (the local to site development principle)
 Job creation and job preservation of historically disadvantaged groups or individuals
Transnet requests that the Respondents discharge their supplier development initiatives in a manner that
would preferably benefit the above mentioned groups

2
“Black” means South African Blacks, Coloureds and Indians, as defined in the B-BBEE Act, 53 of 2003

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 74 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

1.2 Supplier Development [SD]

To facilitate the implementation of Supplier Development initiatives, Transnet has adapted an existing
framework from the Department of Public Enterprises [DPE]. This framework allows for a basic set of
principles to be applied to appropriately targeted SD initiatives. Supplier development initiatives aim to
build local suppliers who are competitive through building capability and capacity. Hence the framework
has been termed the Increased Competitiveness, Capability and Capacity Supplier Development
Classification Matrix [IC³ Matrix]. Currently there are four quadrants of SD initiatives which Transnet
considers according to the IC³ Matrix. This RFP has been identified as strategic , involving high
commercial leverage and high value.

Transnet prefers that the monetary value of all SD initiatives to be undertaken by the respondents be as
follows:

5% of the contract value.

Accordingly, Respondents are required to provide a commitment of the Supplier Development initiative
they will undertake during the contract period in the Supplier Development Value Summary. In
addition, Transnet requires that all Respondents submit a Supplier Development Plan demonstrating
how they will discharge their commitments made in the Supplier Development Value Summary. The
contract which will be concluded with the successful bidder will incorporate the SD undertakings made in
the abovementioned documents as a term of the contract.

a) For a detailed understanding of the IC³ Matrix, the respective SD initiatives and their objectives,
please refer to the “Supplier Development Guidelines” appended hereto as Annexure G.

This document must be used as a guideline to complete the SD Plan.

b) The following Supplier Development [SD] focus area- has been identified, namely:

Category Description

Rural integration and regional Incorporation of the use of rural labour and regional
development (Local Economic businesses which will contribute to NGP objectives (excluding
Development) subcontracting)

Green economy / carbon footprint: The potential reduction of the economy’s carbon intensity
[i.e. creation of a greener economy] should be regarded as a key priority within all the above
SD Categories and for all proposed SD initiatives

c) The Supplier Development Plan is to be submitted as a separate document, developed in line


with the criteria set out in the Supplier Development Value Summary. The Supplier
Development Plan is a detailed narrative document explaining the Respondent’s Bid value as
summarised in the Supplier Development Value Summary. The SD Plan should outline the type of
activities you intend to embark upon should you be awarded the contract.

This SD Plan should also provide an overview of what you intend to achieve, when, and the
mechanisms whereby you will achieve those objectives. The SD Value Summary and SD Plan will
represent a binding commitment on the part of the successful Respondent.

Annexure H must be completed, indicating by cross-reference the detailed areas which have been
addressed in your SD Plan for each of the evaluation criteria listed in paragraph 1.2 (b) above,
together with the Value Indicators therefor.

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 75 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Notes for completion of the SD Plan:

(i) Respondents are required to address each of the aspects under the detailed SD Description
as a minimum for submission. This is not an exhaustive list however, and Respondents
must not be limited to these choices when compiling each section.

(ii) Please provide detailed calculations to illustrate how your estimated Rand values have been
derived.

1.3 Additional contractual requirements

Should a contract be awarded through this RFP process, the successful Respondent(s) [hereinafter
referred to as the Supplier] will be contractually committed, inter alia, to the following conditions:

a) The Supplier will be required to submit a Supplier Development Implementation Plan within
45 [forty-five] calendar days from the signature date of a Letter of Intent [LOI]. This
Implementation Plan represents additional detail in relation to the SD Plan providing an explicit
breakdown of the nature, extent, timelines and monetary value of the SD commitments which the
Supplier proposes to undertake and deliver during the term of the contract. Specific milestones,
timelines and targets will be recorded to ensure that the Implementation Plan is in line with
Transnet’s SD objectives and that implementation thereof is completed within the term of the
contract.

b) The Implementation Plan may require certain additions or updates to the initial SD Plan in order to
ensure that Transnet is satisfied that development objectives will be met.

c) The Supplier will need to ensure that the relevant mechanisms and procedures are in place to allow
for access to information to measure and verify the Supplier’s compliance with its stated SD
commitments.

d) The Supplier will be required to provide:

(i) monthly status updates to Transnet for each SD initiative. [Detailed requirements will be
provided by Transnet];

(ii) quarterly status reports for Transnet and the DPE. [Detailed reporting requirements will be
provided by Transnet]; and

(iii) a final Supplier Development report, to be submitted to Transnet prior to the expiry date of
the contract, detailing delivery, implementation and completion of all SD components plus
auditable confirmation of the Rand value contribution associated with each such SD
commitment.

e) All information provided by the Supplier in order to measure its progress against its stated targets
will be auditable.

f) The Supplier will be required to submit this Implementation Plan to Transnet in writing, within 45
[forty-five] calendar days after signature of a Letter of Intent [LOI], where after both parties must
reach an agreement [signed by both parties] within 20 [twenty] calendar days.

g) Transnet will reserve the right to reduce or increase the number of days in which the Supplier must
submit its Implementation Plan if it is deemed reasonable, based on the degree of complexity of the
SD initiative.

h) The contract will be conditional on agreement being reached by the parties on the Implementation
Plan submitted by the Supplier. Therefore failure to submit or thereafter to agree to the
Implementation Plan within the stipulated timelines will result in the non-award of such a contract

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 76 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

or termination thereof. Adherence to the Implementation Plan will be strictly monitored by the
Regional SD structures as well as Group ESD M & E. (Group Enterprise and Supplier Development
(Monitoring and Evaluation)

i) Failure to adhere to the milestones and targets defined in an Implementation Plan may result in the
invocation of financial penalties, to be determined at Transnet’s discretion, as well as providing
Transnet cause to terminate the contract in certain cases where material milestones are not being
achieved.

1.4 Supplier Development Returnable Documents

Attached herewith is the following documentation:

 Declaration of Supplier Development Commitments – Section 12 [essential]

 SD Plan – Annexure D [essential]

 SD Value Summary – Annexure E [essential]

Failure to submit an essential returnable document may result in disqualification of your


Proposal.

_________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 77 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND KZN INLAND
AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

SECTION 12: DECLARATION OF SUPPLIER DEVELOPMENT COMMITMENTS

Respondents are required to indicate whether they agree/do not agree to commit that not less than
the percentages stated below of the contract value will be spent cumulatively on Supplier Development
Initiatives.

30% of the contract value

- Rural / regional integration (excluding subcontracting)

DO NOT
AGREE
AGREE

I/We do hereby certify that the Supplier Development commitments made in relation to this RFP are
solely in relation to this transaction and are not duplicated in relation to any other contracts that I/we
have secured with any other organ of state including other State Owned Companies.

Furthermore, I/we do hereby declare that this undertaking also applies to any other contracts that I may
have secured with Transnet including other Transnet Operating Divisions/Specialist Units. For the
purposes of verification of this undertaking, the following is a list of contracts with Supplier Development
commitments that I/we have secured with Transnet:
______________________________________________________________________________________
____________________________________________________________________________________

I/We do hereby agree to the following should I/we fail to meet the required commitments in relation to
SD:

Non-Compliance Penalties:

a) If the Supplier fails, at any agreed milestone, to achieve its commitments under and in
accordance with the Supplier Development Implementation Plan (“a Non-Compliance”), the
Supplier shall pay a Non-Compliance penalty (“Non-compliance Penalty”) to Transnet in
respect of such Non-compliance as set out in paragraph (e) below. The penalties shall be
imposed per milestone measurement or for non-delivery of committed values.
b) Respondents are to note that Transnet will determine the size of the entity (i.e. EME, QSE and
Large) and the applicable Non-compliance Penalties annually based on the Supplier’s turnover
in the year the penalty applies.
c) Failure to adhere to the milestones and targets defined in an Implementation Plan shall result
in the invocation of financial penalties. To the extent that the Actual Supplier Development
Spend is lower than the Required Supplier Development Spend (or the Adjusted Required
Supplier Development Spend, as the case may be), the Supplier shall be liable for Penalties

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 78 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

calculated which is the difference in value between the Actual Supplier Development Spend
and the Required Supplier Development Spend (or the Adjusted Required Supplier
Development Spend, as the case may be) plus an additional percentage as indicated in the
Table under paragraph e) below. Such Non-compliance Penalties shall be calculated and levied
at the relevant milestones as stipulated in the Supplier Development Implementation Plan in
accordance with the table below.
d) Breach of SD obligations also provide Transnet cause to terminate the contract in certain
cases where material milestones are not being achieved.

e) Table: SD Non Compliance Penalties

In relation to Supplier Development Implementation Plan, Non Compliance Penalties shall apply as
follows:

Company Size SD Penalty

The difference in value between the committed and delivered SD


Large Measured Entities (LME)
value plus an additional 10% (ten per cent) of such difference

The difference in value between the committed and delivered SD


Qualifying Small Enterprise (QSE)
value plus an additional 5% (five per cent) of such difference

Exempted Micro The difference in value between the committed and delivered SD
Enterprises(EME) value plus an additional 3% (three per cent) of such difference

For the purposes of this paragraph –

 Actual Supplier Development Spend means the monetary value of SD initiatives actually
delivered by the Supplier during the period under review;

 Required Supplier Development Spend means the monetary value of SD obligations that the
Supplier has agreed to deliver during the period under review;

 Adjusted Required Supplier Development Spend means any adjustment to the Required SD
spend as agreed to between the parties, reduced to writing and signed by the parties.

Non-compliance Penalty Certificate:

f) If any Non-compliance Penalty arises, the Supplier Development Manager shall issue a Non-
compliance Penalty Certificate on the last day of each month during such Non-compliance
indicating the Non-compliance Penalties which have accrued during that period.
g) A Non-compliance Penalty Certificate shall be prima facie proof of the matters to which it
relates. If the Supplier disputes any of the amounts set out in a Non-compliance Penalty
Certificate:
 the dispute shall be resolved in accordance with the provisions of the Agreement; and
 if pursuant to that referral, it is determined that the Supplier owes any amount to Transnet
pursuant to the Non-compliance Penalty Certificate, then the Supplier shall pay such
amount to Transnet within 10 (ten) Business Days of the determination made pursuant to
such determination and an accompanying valid Tax Invoice.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 79 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Payment of Non-compliance Penalties:

h) Subject to Clause (g) above, the Supplier shall pay the Non-compliance Penalty indicated in
the Non-compliance Penalty Certificate within 10 (ten) Business Days of Transnet issuing a
valid Tax Invoice to the Supplier for the amount set out in that certificate. If Transnet does
not issue a valid Tax Invoice to the Supplier for Non-compliance Penalties accrued during any
relevant period, those Non-compliance Penalties shall be carried forward to the next period.
i) The Supplier shall pay the amount due within 10 (ten) days after receipt of a valid Tax Invoice
from Transnet, failing which Transnet shall, without prejudice to any other rights of Transnet
under this Agreement, be entitled to call for payment which may be in any form Transnet
deems reasonable and/or appropriate.
j) Should the Supplier fail to pay any Non Compliance Penalties within the time indicated above
(as applicable), Transnet shall be entitled to deduct (set off) the amount not paid by the
Supplier from the account of the Supplier in the ensuing month.

SIGNED at ___________________________ on this _____ day of _______________20___

_____________________________ ___________________________
SIGNATURE OF WITNESS SIGNATURE OF RESPONDENT

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 80 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND KZN INLAND
AREAS
FOR A PERIOD OF TWENTY (24) MONTHS

ANNEXURE A: CLAUSE-BY-CLAUSE COMPLIANCE TO SCOPE OF WORK QUESTIONNAIRE

The compliance response is to contain ONLY the following statements, “Comply”, or “Do not comply”.

Comply is to be applied against statements as “Compliance Response” if the offered product comply with all the
Specifications required.

Where “Do not comply” is inserted, remarks as to the reason for the deviation from the requirement, is required.

Failure to submit, fully complete this form and fully comply with the minimum requirement below will result
in the respondent’s disqualification

The bidder must demonstrate its compliance / non-compliance to the requirements and substantiate its
response.

The bidders must provide all supporting documents where required and failure to do so may result in
disqualification or the bidder not receiving full allocated points where such is a requisite to evaluation.

Compliance
response
Specification Comments
Comply or Do not
comply

1. Compliance to specification requirements

1.1 Compliance to statutory


labour requirements
The service provider must,
during the course of the
contract period, comply with
all labour statutory
requirements e.g. UIF,
COIDA, etc.

Bidder must provide wage


breakdown of cleaner and
supervisory personnel which
must be compliant to
statutory minimum wage
requirements. (Refer to
Section 12: Contract Cleaning
Minimum Wage Price
Schedule)

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 81 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Compliance
response
Specification Comments
Comply or Do not
comply

1.2 Compliance to
Occupational Health and
Safety
The appointed service
provider must comply with all
OHS Act requirements
relevant to the contract
services offered.

Bidder is required to provide


a comprehensive Health and
Safety file that addresses
requirements as per <refer
clause in the specification>
Occupational Health and
Safety of the specification

1.3 Uniform & Personnel


Protective Equipment (PPE)
The appointed service
provider shall ensure
provision of adequate PPE
that is compliant to all
regulatory requirements
related to the service.
Shall ensure that all personnel
wear acceptable uniform and
their appearance befits that
of a corporate environment
The service provider shall
ensure that employees are
identifiable with name tags
(i.e. branded name tags).
1.4 Equipment and
Consumables
The appointed service
provider shall provide all the
necessary resources and tools
(i.e. proper working
equipment, biodegradable
chemical products) to render
quality cleaning service
Bidder must provide list and
quantity of equipment under
their ownership, lease
agreement or have access to,
required to render cleaning
service as listed in the tender
document.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 82 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Compliance
response
Specification Comments
Comply or Do not
comply

The appointed service


provider must have all
equipment, tools and
consumables listed in the
tender document available at
start of the contract to deliver
service and such equipment
shall be available for total
duration of the contract
1.5 Management & personnel
requirements
The service provider shall
provide all resources;
management, supervisory and
operational staff to manage
and render service.

The management team shall perform responsibilities among others:

Monitor service in accordance


to contract and SLA
requirements
Manage staff and their
performance
Attend to and resolve any
operation and human
resource issues (together with
Transnet REM where
required) without disruption
to normal service
Attend quarterly management
meetings to discuss all
contract related issues
The service provider shall
deploy well trained and skilled
staff to the contract
Selected bidder shall assess
training needs, identify gaps,
update training plan and
conduct training as required
during course of the contract
The selected service provider
shall allocate a Site manager
to the contract
The service provider shall
deploy the agreed number of
personnel to site daily for the
total duration of the contract

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 83 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Compliance
response
Specification Comments
Comply or Do not
comply

1.6 Staff retention


Bidder shall take considerable
effort to retain staff for total
duration of the contract
Bidder shall provide plan on
how they plan to retain staff
for total duration of the
contract

1.7 Adherence to quality


standards

The service provider will be expected to maintain good quality standards and ensure value to Transnet.
The service provider shall:

Use only SABS approved


equipment and consumables

Use only SABS approved


biodegradable
chemicals/detergents
Use effective cleaning
methods, preserving of
quality of items and
upholsteries being cleaned
The service provider must
within <7 days> of
appointment submit Materials
Safety Data Sheet (MSDS) for
all hazardous and non–
hazardous chemical(s) the
supplier proposes to use

2. Commitment to contractual requirements and delivery

2.1 Site File.


The appointed service provider must compile and provide a Transnet specific Site File which will include all
Statutory and Management information/documents such as:

OHS Policy and Procedures

Safe works Procedures

Risk Assessments Procedures

Insurance documents/details

Department of Labour
documents e.g. COIDA, UIF
and etc.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 84 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Compliance
response
Specification Comments
Comply or Do not
comply

The service provider will be


required to provide a
comprehensive site file within
<30 days> of appointment.
The service provider will be
required to conduct a site
assessment and to update, if
required, any of its standard
procedures as listed above, to
suit any Transnet specific site
requirements
2.2 Public Liability
The appointed service
provider will be required to
have insurance to protect
Transnet from liability claims.
The Service provider must
provide proof of cover within
7 days of appointment.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 85 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND KZN INLAND
AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

ANNEXURE B: CONTRACT CLEANING MINIMUM WAGE PRICE SCHEDULE

Contract Cleaning Minimum Wage Price Schedule (Effective 1st December 2018 for period ending 30th
November 2019)

Item Description Amount


Cleaning sectorial
1 Basic monthly wage cost R 4 475.52
determination
Hourly rate R 22.20
Daily rate 9 hrs per day R 199.80
Weekly wage cost R 999.00

2 Leave provisions R 566.10


Annual leave 21 days per year R 349.65
Sick leave 10 days per year R 166.50
Family responsibility 3 days per year R 49.95

3 Other: Employer contribution R 677.74


Provident fund 4% of monthly wage R 179.02
Basic monthly wage cost
Bonus R 372.96
/ 12 month
1% of basiv monthly
UIF R 44.76
wage
0.23% of basic monthly
COID R 36.25
wage
Employee/ Employer
NCCA / Union levy fee R 0.00
choice
Training levy SDL = 1% of wage R 44.76

4 Monthly Labour Cost ( per 1 x cleaner ) A1 + A2 + A3 R 5 719.36

Total monthly labour cost ( per total


5 1 R 5 719.36
number of cleaners required

NB: Failure to commit paying employees as per the above rates from the department of labour,
bidders will be disqualified.

I, __________________________________ hereby commit my company to pay my employees according to


The above-mentioned salary template.

IMPORTANCE NOTICE:
* *Random payslips
will be requested from
Signature___________________________
the cleaning personnel
once contract is in
place
* Please include the
weekend and public
Capacity___________________
holidays rates where
applicable

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 86 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND KZN INLAND
AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

ANNEXURE C: TECHNICAL SUBMISSION/QUESTIONNAIRE

1. Previous work done (Practical scoring = 30%)

 Bidders should indicate the experience of previous work done for industrial cleaning and waste
management by reference letters.
 Bidders should submit proof of contactable references and the durations of each contract
concerned.
 Experience in industrial office cleaning and waste management services within the past 5years.

Index of documentation attached to this schedule:

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

The scoring of the previous experience requirements will be as follows:

Scoring criteria Points Available


Contractor has not submitted any references relating to the scope
of work. Points =0

Contractor has practical experience, has 1 reference of a similar


nature, and provided contactable detail of reference and the Points = 10
durations of the contract concerned, attached as evidence.
Contractor has practical experience, has submitted 2 references of
a similar nature and provided contactable detail of reference and Points = 20
the durations of the contract concerned, attached as evidence.
Contractor has practical experience, has submitted 3 references of
a similar nature and provided contactable detail of reference and
the durations of the contract concerned, attached as evidence. Points = 30

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 87 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

2. Key Personnel Training (Practical scoring = 30%)


 All Supervisors must be well trained and competence in application of industrial cleaning and waste
management.
 Provide Supervisors certificates for training attended in office and industrial cleaning, team leader,
waste management, time management, health and safety, handling cleaning chemicals.
 Supervisors CV must indicate previous experience in Industrial office cleaning and waste
management services.

Index of documentation attached to this schedule:

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

The scoring of the Key Personnel Training requirements will be as follows:

Scoring criteria Points Available

No qualification or CV submitted Points = 0

Supervisor’s CV only Points = 15

Supervisor’s CV with certificates. Points = 30

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 88 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

3. Waste Management (Practical scoring = 20%)

 Bidders must submit organogram of project team members names at management level and
supervisory level
 As part of the proposal the bidders should provide similar work done with previous references. Clients
for which same or similar projects/contracts have been executed and details of clients representative
that can be contacted; project/contract number, project location, organisation, start and end date
 Proof of Waste management certificate.

Index of documentation attached to this schedule:

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

The scoring of the Waste Management requirements will be as follows:

Scoring criteria Points Available

None of the above submitted Points = 0

Proof of Waste management certificate only Points = 6.67

Submission of waste management certificate together with one


of the items listed above Points = 13.33

Submission of all 3 items Points = 20

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 89 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

4. Service Implementation plan (Practical scoring = 20%)


 Measures to ensure service continuity, includes but not limited to induction programme, cleaning
process and intervals, register of cleaning service, sourcing on consumables, machinery & equipment
and timelines, maintenance of repairs of machinery & equipment in service.
 Employment and labour relations includes but not limited to, employment process and management of
employment, remuneration and wage management, management of absenteeism, misconduct,
insubordination and disciplinary process, labour disputes, employee retainment/retention plan,
resignations and constructive dismissal, record keeping
 Training plan includes formal and on the job training on but not limited to, Occupational Health &
Safety, cleaning processes, hygiene and housekeeping, supervisory skills and management.

Index of documentation attached to this schedule:

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

The scoring of the Service Implementation plan requirements will be as follows:

Scoring criteria Points Available


Service Implementation Plan provided with all 3 requirement fully
addressed with the listed areas Points = 0

Service Implementation Plan provided with 1 requirements fully


address with the listed areas Points = 6.67

Service Implementation Plan provided with 2 requirements fully


address with the listed areas Points = 13.33

Service Implementation Plan provided with all 3 requirement fully


addressed with the listed areas Points = 20

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 90 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND KZN INLAND
AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

ANNEXURE D: SUPPLIER DEVELOPMENT PLAN

Transnet requires that all Respondents submit a Supplier Development Plan demonstrating how they
will discharge their commitments made in the Supplier Development Value Summary.

The Supplier Development Plan is a detailed narrative document explaining the Respondent’s SD proposal
as summarised in the Supplier Development Value Summary.

Respondents must compile the SD plan, with an understanding of Supplier Development as detailed and
described in the SD Guideline Document and further guided by the specific requirements mentioned
below.

Important Notes for completion of SD Plan:

(i) Respondents are urged to pay careful attention to the compilation of the SD Plan since it, together with
the SD Value Summary, may represents a binding commitment on the part of the successful
Respondent.
(ii) Respondents are required to address each of the categories under the detailed SD Description as a
minimum for submission. This is however not an exhaustive list and Respondents are not limited to
these choices when compiling each section.
(iii) Respondents must ensure that the SD Value Summary submission and the SD Plan submission are
accurately cross-referenced with each other.
(iv) Respondents are requested to address each of the SD aspects in no more than two (2) pages per
category, to avoid lengthy submissions.

Minimum SD plan requirements

The SD Plan should outline the type of activities you intend to embark upon should you be awarded the
contract. This SD Plan should also provide an overview of what you intend to achieve, by when, and the
mechanisms to be used to achieve those objectives.

Category Description

Rural integration and regional Incorporation of the use of rural labour and regional businesses which
development (Local Economic will contribute to NGP objectives (excluding subcontracting)
Development)

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 91 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

SUPPLIER DEVELOPMENT PLAN

1. Supplier Development Executive Summary


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

2. Supplier Development plan per category:

o Rural integration and regional development (Local Economic Development)

Conclusion
...............................................................

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 92 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four (24) months for the Durban Coastal and KZN Inland Areas Returnable document

ANNEXURE E: SUPPLIER DEVELOPMENT VALUE SUMMARY

Instructions and Notes for completion of the SD Value Summary Template:

1 Respondents must complete this Annexure which summarises your Supplier Development [SD] Plan and related value commitments over the contract period.
2 Cross-reference the Value Indicators quoted under the column heading “SD PLAN CROSS-REFERENCE” with the corresponding section in your SD Plan.

Targeted Proposed
Targeted Proposed Total
Number of Number of RAND VALUE SD PLAN CROSS-
SD CATEGORY SD MEASUREMENT WEIGHT (%) Number-On Number On Weighted YES/NO
Persons by Persons by excluding VAT REFERENCE
Site Site Score (%)
Other Other

Rural Integration
The Service Provider’s planned use of regional labour and businesses will contribute to the Government’s NGP objectives and result in supply chain efficiencies. Commitment to rural development will result in poverty
1 and Regional
alleviation, thereby contributing to development objectives. This development must be sustainable in order to have a long-term and meaningful impact.
Development

8.1 Number of people employed from within the town/city of operation

Rand value spent on businesses within the town/city of operation (excluding


8.2
subcontracting)

Number and Rand value of rural businesses that the Service Provider plans
8.3
to develop as a result of the contract (excluding subcontracting)
Rand value of other initiatives [to be further detailed in your SD Bid
8.4
Document]

Total

Total Revenue Received , Excluding VAT : R


Supplier Development Commitment Expressed as a Percentage of Revenue Received : %

Company's Representative Transnet Supplier Development Representative

Company:_________________________________________________ Name :_________________________________________________

Designation:______________________________________________ Designation:______________________________________________

Signature:________________________________________________ Signature:________________________________________________

Date:__________________________________________________ Date:__________________________________________________

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 93 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR THE DURBAN COASTAL AND KZN INLAND
AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

ANNEXURE F: SCOPE OF WORK FOR THE PROVISION OF CLEANING AND WASTE SEPARATION
SERVICES FOR COASTAL - DURBAN COASTAL AREAS

This specification outlines standard requirements in the technical specification for the provision of
cleaning and waste separation services, and shall be applied as guideline and reference in the
procurement of such services for Transnet.

Specification for the provision of cleaning service

1. Background

Transnet Freight Rail requires the services of a cleaning service provider for the provision of good quality
cleaning service for Durban & Surrounding Areas for a period of 24 months

The scope of works includes cleaning of building’s internal floors, ablutions, kitchens, external
surroundings, deep cleaning, vacuuming and other cleaning-related and complementary services.

The Service provider shall provide all necessary machinery, tools and materials for the proper cleaning of
above mentioned areas and execution of the work. Such machinery and materials shall be of a high
standard, appropriately maintained and suitable for use within the Buildings.

The Service provider shall ensure that the OHS Act and any other relevant legislative prescripts, policies
and procedures are observed, and shall ensure that all cleaning functions and activities are carried out in
a compliant manner.

2. Service requirements

2.1 General service requirement

2.1.1 The Service provider is duly required to ensure the neat appearance of TFR buildings at all times.
Effectiveness of manual cleaning depends on the worker, therefore Transnet requires all personnel to
be appropriately trained in the cleaning competencies needed for the service that they provide.
2.1.2 The Selected bidder shall conduct proper training and induction of cleaning requirements to ensure
personnel are well-trained in all areas they service.
2.1.3 The Service provider shall provide suitable equipment, protective clothing and training on proper use of
chemicals, to ensure appropriate safety and wellness measures are taken to protect his employees and
those of Transnet.
2.1.4 The minimum requirements and frequency of intervention are as illustrated in the schedule.
2.1.5 The Selected bidder’s cleaning programme must demonstrate fair distribution of the work-load;
ensuring that each and every person is productive.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 94 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

2.1.6 Situations of over-utilisation and under-utilisation of staff i.e. where person has either too much or too
little work to do, must be addressed as soon reported through an improved service programme with
more efficient use of all personnel and fair model of work allocation.
2.1.7 This contract requires hands-on supervision with each Supervisor being aware of the contribution of
their personnel. The Supervisor must be able to spot competence gaps, and ensure the personnel
receive the required training.
2.1.8 Service concerns and areas of development will also from part of the Supervisor’s responsibilities to
ensure personnel are developed and given the right support.
2.1.9 The bidder shall meet the minimum capacity requirements for resources i.e. plant, machinery and
personnel.
2.1.10 The Service provider shall take cognisance that cleaning service is regarded as an essential service and
shall therefore ensure the continuity of service in the event of employees’ absenteeism, sickness or any
form of leave, during industrial action or any other service interruptive actions.
2.1.11 Duties and responsibilities assigned to personnel must be well balanced and a single person should not
service more than <15m2 area> or service more than <15 people in the allocated working area>.
2.1.12 The Service provider shall consider and adopt industry cleaning standards and norms where personnel
are kept up to date with new developments, cost saving initiatives are institutionalised, appropriate
benchmarks for cleaning in terms of type of cleaning required, frequency of such cleaning, correct
cleaning methods that not damage surfaces and upholsteries are used and correct chemicals and
equipment are at all times used.
2.1.13 Working hours are between 07h00 and 15h00 weekdays Monday to Friday and on weekends where
required. Working hours exclude public holidays.
2.1.14 Transnet shall monitor the cleaning activities to ensure adherence to the agreement.

2.2 Personnel requirements


2.2.1 The average personnel requirements are as indicate in Table A below. Figures are indicative staff
compliment based on historic service level requirements and are therefore intended to serve as
minimum requirement.
2.2.2 Bidder is expected to allocate as a minimum the number of personnel stipulated in the schedule to the
contract.
2.2.3 The Successful Bidder shall deploy the total number of personnel contracted for to site, daily for the
total number of designated hours for entire duration of the contract. Not at any point shall there be less
staff than was agreed.

Table 1 Personnel requirement for TFR Buildings in 97,100,120 Eel Road

Depot Description Size Personnel Number Hours Working Working


(M2) assignment of Staff per days hours
per day day
4m2 15 dayshift
02AD147U five days per Monday-
SCS 15 8 07h30-16h00
SCS Toilet week Friday
Cleaner
4m2 s
02AD148U Require Monday- 07h30-16h00
SCS 1 supervisor d 8
SCS Toilet Friday
five days per
week

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 95 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Depot Description Size Personnel Number Hours Working Working


(M2) assignment of Staff per days hours
per day day
02AD150U 170m2
SCS Mess and Monday-
SCS 8 07h30-16h00
Ablution Friday

02AD382U 82m2
Monday-
REM Civils Office & Toilet 8 07h30-16h00
Friday

02BD024U 408m2
Monday-
REM Civils Garages 8 07h30-16h00
Friday

02BD025U m2
Monday-
REM Civils Workshop/Office 8 07h30-16h00
Friday

02BD397U 70m2
Monday-
RME Pipelines Office 24 06h00-18h00
Friday
18h00-06h00
02BD398U 45m2
RME Pipelines Monday-
Toilet 8 07h30-16h00
Friday

02BD399U 126m2
Monday-
REM Civils Office 8 07h30-16h00
Friday

02BD400U 71m2
Monday-
Ablution 8 07h30-16h00
REM Civils Friday

02BD401U 34m2
Monday-
REM Civils Mess and Ablution 8 07h30-16h00
Friday

02BD403U 566m2
Monday-
RME Pipelines Workshop/Office 8 07h30-16h00
Friday

200m2
02BD404U Monday-
8 07h30-16h00
RME Pipelines Office Friday

RME Pipelines 02BD407U 67m2


Monday- 06h00-18h00
Office 24
Friday 18h00-06h00

02BD409 164m2
Monday- 07h30-16h00
RME Electrical Mess and Ablution 8
Friday

02BD413U 698m2
Monday- 06h00-18h00
RME Electrical Warehouse 24
Friday 18h00-06h00

165m2
02TD031U
Monday-
RME Electrical Mess and Ablution 8 07h30-16h00
Friday

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 96 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Depot Description Size Personnel Number Hours Working Working


(M2) assignment of Staff per days hours
per day day
973m2
02XD035U Monday- 06h00-18h00
Infrastructure 24
Training School Friday 18h00-06h00

974m2
02XD036U Monday-
Infrastructure 8 07h30-16h00
Training School Friday

1443m2
SCS 03AD005U Monday- 06h00-18h00
24
Store Friday 18h00-06h00

03AD008U 1803m2
RME Monday- 06h00-18h00
Warehouse 24
Structures Friday 18h00-06h00

Container
Monday-
RME Electrical Office 12x3 blue 8 07h30-16h00
36m2 Friday

Container
Monday- 06h00-18h00
RME Electrical Office 2x3 blue 24
6m2 Friday 18h00-06h00

Container
Monday- 06h00-18h00
RME Electrical Office 3x6 blue 24
9m2 Friday 18h00-06h00

Container
Monday-
RME Electrical Office 3x6 white 8 07h30-16h00
9m2 Friday

Parkhome
Board room Monday-
RME Electrical 133m2 8 07h30-16h00
CC753 Friday

Total staff 15 cleaners


1 Supervisor

Table 2 Personnel requirements for 50 Fish Eagle Road

Depot Description Size Personnel Number Hours Working Working


(M2) assignment of Staff per days hours
per day day
23
23 cleaners
02AD382U dayshift Cleaners 07h30-
RME 67m2 8 Monday-Friday
Office Required 16h00
five days per
week

02AD383U 1 Supervisor
RME 45m2 8 Monday-Friday
Toilet five days per
week 07h30-
16h00

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 97 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Depot Description Size Personnel Number Hours Working Working


(M2) assignment of Staff per days hours
per day day

02AD413U 07h30-
Property/HR 638m2 8 Monday-Friday
Office 16h00

02AD414U 07h30-
HR 451m2 8 Monday-Friday
Office 16h00

02BD386U Monday- 07h30-


Property 8m2 8
Toilet Friday 16h00

Asset
Protection 02BD387U Monday- 07h30-
15m2 8
Toilet Friday 16h00

Asset
Protection 02BD388U Monday- 07h30-
340m2 8
Office Friday 16h00

Asset
Protection/SCS 02BD389U Monday- 07h30-
579m2 8
Office Friday 16h00

02BD391U Monday- 07h30-


TFR Telecoms 1105m2 8
Office Friday 16h00

02BD392U Monday- 07h30-


TFR Telecoms 299m2 8
Office canteen Friday 16h00

CAB 02BD393U 130m2 Monday- 07h30-16h00


8
Office Friday

02BD394U Monday- 07h30-


Risk 137m2 8
Clinic Friday 16h00

02BD395U Monday- 07h30-


Driver Training 176m2 8
Office Friday 16h00

02MD026U
Monday- 07h30-
Property Office kitchen 160m2 8
Friday 16h00
record room

Asset
Protection 02ND002U Monday- 07h30-
27m2 8
Kitchen Friday 16h00

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 98 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

02RD010U Monday- 07h30-


HR 227m2 8
Office Friday 16h00

02TD030U Monday- 07h30-


Property 45m2 8
Store Friday 16h00

03JD024U Monday- 07h30-


HR 1063m2 8
Shed Friday 16h00

Infra
03AD013U
Department Monday- 07h30-
Wooden office 18m2 8
Friday 16h00
inside workshop

Infra Electrical
Toilets and Monday- 07h30-
6m2 8
showers Friday 16h00

Infra SYA6470
Department Toilets and Monday- 07h30-
6m2 8
Showers Friday 16h00
Container
Infra
Department SYA6440 Monday- 07h30-
6m2 8
Kitchen Container Friday 16h00

Infra
Department SYM12262 Monday- 07h30-
6m2 8
Locker room Friday 16h00

Infra
Department 02AD158U Monday- 07h30-
24m2 8
Office Friday 16h00

Infra
Department 02AD161U Monday- 07h30-
277m2 8
Lecture Room Friday 16h00

Infra
Department 02AD163U Monday- 07h30-
312m2 8
Ablution Friday 16h00

Infra
Department 02AD164U Monday- 07h30-
266m2 8
Store Friday 16h00

Infra
Department 02AD166U Monday- 07h30-
236m2 8
Electrical Offices Friday 16h00

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 99 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Depot Description Size Personnel Number Hours Working Working


(M2) assignment of Staff per days hours
per day day
Infra
02AD405U Monday-
Department 8 07h30-
Perway Ablution Friday
16h00
Infra 23m2
02AD406U Monday-
Department 8 07h30-
Perway Ablution Friday
16h00
Infra
Department 02AD407U Monday- 07h30-
94m2 8
Locker room Friday 16h00

Infra
Department 02AD410U Monday- 07h30-
522m2 8
Main Offices Friday 16h00

Infra
Department 02AD411U Monday- 07h30-
165m2 8
Perway Planning Friday 16h00

Infra
Department 02BD103U Monday- 07h30-
194m2 8
Office Friday 16h00

Infra
Department 02BD296U Monday- 07h30-
23m2 8
Office Friday 16h00

Infra 02BD297U
Department Ablution between Monday- 07h30-
18m2 8
weld workshop Friday 16h00
and office
Infra
02PD099U
Department Monday- 07h30-
Change 132m2 8
Friday 16h00
Rooms/mess

Infra
Department 02XD004U Monday- 07h30-
1531m2 8
Main Office Block Friday 16h00

Infra
Department 02XD005U Monday- 07h30-
564m2 8
Double storey Friday 16h00
ablution
Infra
Department Monday- 07h30-
1551m2 8
03AD010U Friday 16h00
Workshop
Infra 03AD011U
Department Toilet at end of Monday- 07h30-
147m2 8
pool vehicle Friday 16h00
garages

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 100 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Depot Description Size Personnel Number Hours Working Working


(M2) assignment of Staff per days hours
per day day
Infra
Department 03AD012U Monday- 07h30-
469m2 8
Ablution (Bridge Friday 16h00
Centre)
Infra
Department 03BD013U Monday- 07h30-
469m2 8
Welding workshop Friday 16h00

Infra
03BD015U
Department Monday- 07h30-
Garage/Security 12m2 8
Friday 16h00
Office

Infra
03LD004U
Department Monday- 07h30-
Boardroom 295m2 8
Friday 16h00
complex

Monday- 07h30-
Technical 618m2 8
02BD224U Friday 16h00
Office/Workshop
Asset
Protection 02BD225U Monday- 07h30-
277m2 8
Office and Friday 16h00
ablution
Asset
Protection 02BD226U Monday- 07h30-
154m2 8
Office Friday 16h00

Asset
Protection 02BD227U Monday- 07h30-
680m2 8
Ablution Friday 16h00

Technical/Fina 926m2
02XD023U Monday-
nce 8 07h30-
Workshop Friday
16h00

02XD024U Monday- 07h30-


Technical 926m2 8
Workshop Friday 16h00

Table 3 Personnel Requirements for Loliwe House

Depot Description Size Personnel Number Hours Working Working


(M2) assignment of Staff per days hours
per day day

Monday- 07h30-
Ground Floor 02WD016U 4001m2 8
Friday 16h00

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 101 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Depot Description Size Personnel Number Hours Working Working


(M2) assignment of Staff per days hours
per day day

24/7
First Floor

8 Monday-Friday 07h30-16h00
Second Floor

Third Floor
24/7

07h30-
Fourth Floor 8 Monday-Friday
16h00

Fifth Floor 07h30-


8 Monday-Friday 16h00

Security 02ZD420U 102 m2 24/7


Entrance

99m2
02YD042U 24/7

Locker Rooms
and Mess SYM12451 24/7
36m2

Locker Rooms
SYM12513
& Mess 24/7
36m2

Locker Rooms
& Mess SYM12496 24/7
36m2

Office
PH/BYD/CAB4 24/7

Room 46
Ground Floor 24/7

Guard House

SYM3031 9m2 24/7

Prayer Room
0m2 24/7

Telekoms
Building 07h30-
1910m2 Monday-
02WD017U 8 16h0
Friday
0

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 102 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Depot Description Size Personnel Number Hours Working Working


(M2) assignment of Staff per days hours
per day day
Ablution
07h30-16h00
02BD311U 2 8 Monday-Friday
43m

Mess
07h30-16h00
02DK023U 2 8 Monday-Friday
40m

Security Hut
02YK175U 07h30-16h00
8 Monday-Friday
12m2

Table 4 Personnel Requirements for TNPA Buildings

Depot Description Size (M2) Personnel Number Hours Working days Working
assignment of Staff per hours
per day day

Infrastructure
Dalbridge 12 Monday-Sunday 06h00-18h00
Signals
23 06h00-18h00
Maydon
CAB Refer to Cleaner 12 Monday-Sunday
Wharf
Building 17 dayshift s
CAB Schedule
Fynnlands Seven days Require 12 Monday-Sunday
Iran Road per week d 06h00-18h00
CAB
Island View Horseshu 6 Nightshift 12 Monday-Sunday 06h00-18h00
Road
Seven Nights
CAB Per Week
Kingsrest
Bayhead 12 Monday-Sunday 06h00-18h00
Road
1 supervisor
five days per
CAB
week 06h00-18h00
West Bayhead 12 Monday-Sunday
Road

CAB
Point Marine 12 Monday-Sunday 06h00-18h00
Parade
Total staff 23 cleaners, 1 Supervisor

Table 5 Personnel Requirements Bayhead Yards

Depot Description Size Personnel Number of Hours Working Working


(M2) assignment Staff per per days hours
day day
20 cleaners
dayshift

Office / Ablution 8 cleaners Monday- 06h00-18h00


Bayhead Yards 843m2 28 24
02AD217U nightshift Sunday 18h00-06h00

1 supervisor
dayshift

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 103 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Depot Description Size Personnel Number of Hours Working Working


(M2) assignment Staff per per days hours
day day

Bayhead Yards Monday- 06h00-18h00


Cabin 02AD224U 30m2 24
Sunday 18h00-06h00

Bayhead Yards Cabin 02AD232U Monday-


39m2 12 06h00-18h00
Friday

Admin Building 06h00-18h00


Emergency Services Monday-
184m2 24
02A237U Sunday 18h00-06h00

Emergency Services Toilet 02AD239U Monday-


13m2 12 06h00-18h00
Friday

Office / Ablution Monday- 06h00-18h00


Bayhead Yards 30m2 24
02AD247U Sunday 18h00-06h00

Office/Ablution
Bayhead Yards Monday-
215m2 12 06h00-18h00
02AD248U Friday

Mess & Ablution 06h00-18h00


Bayhead Yards Monday-
288m2 24
02AD253U Sunday 18h00-06h00

06h00-18h00
Office / Ablution 18h00-06h00
Monday-
Bayhead Yards 39m2 24
02AD254U Sunday

Office / Ablution 26m2 Monday- 06h00-18h00


Bayhead Yards 24
02AD257U Sunday 18h00-06h00
2
Umbilo Movement Mess & Ablution 53m 06h00-18h00
Monday-
24
Depot 02AD344U Sunday 18h00-06h00

Worksheet Office 48m2 06h00-18h00


Umbilo Loco Monday-
24
02AD345U Sunday 18h00-06h00

Umbilo Movement Mess & Ablution 427m2 06h00-18h00


Monday-
24
Depot Males 02AD346U Sunday 18h00-06h00

Umbilo Movement Admin Office 253m2 06h00-18h00


Monday-
24
Depot 02AD347U Sunday 18h00-06h00

Umbilo Movement 201m2


Monday-
12 06h00-18h00
Depot Mess 02AD350U Friday

Office and Toilet 35m2


Monday-
Bayhead Yards (Old Loco) 12 06h00-18h00
Friday
02AD361U
Office and 48m2
Examiners Office, 06h00-18h00
Ablution Monday-
24
Main Bld Sunday 18h00-06h00
02AD370U

37m2 Monday- 06h00-18h00


Bayhead Yards Mess & Ablution 24
02AD376U Sunday 18h00-06h00

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 104 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Depot Description Size Personnel Number of Hours Working Working


(M2) assignment Staff per per days hours
day day
24m2
Office and Toilet Monday- 06h00-18h00
Bayhead Yards 24
02AD378 Sunday 18h00-06h00

Office and Toilet 21m2 06h00-18h00


Bayhead Yards Monday-
24
02AD379U Sunday 18h00-06h00

Office (Fish Eagle 212m2 06h00-18h00


Bayhead Yards Monday-
24
Road) 02AD380U Sunday 18h00-06h00

71m2
Bayhead Monday-
12 06h00-18h00
Office 02BA164U Friday

Mess and Ablution 50m2 06h00-18h00


Eel Road Monday-
24
02BD112U Sunday 18h00-06h00

Ablution Monday-
Eel Road 48m2 12 06h00-18h00
02BD113U Friday

76m2
Monday-
Reception Yard Mess and Ablution 12 06h00-18h00
Friday
02BD149U
98m2
Office/Ablution Monday-
Bayhead Yards 12 06h00-18h00
02BD150U Friday

181m2 06h00-18h00
Radio Workshop 18h00-06h00
Mess & Ablution Monday-
24
Bayhead Sunday
02BD290U

60m2 Monday- 06h00-18h00


Wagons 24
Office 02BD303U Sunday 18h00-06h00
162m2
Mess and Ablution Monday-
Bayhead Yards 12 06h00-18h00
02BD304U Friday

35m2
Office and Toilet Monday-
Bayhead Yards 12 06h00-18h00
02BD308U Friday

15m2 Monday- 06h00-18h00


Fisheagle Rd 24
0ffice 02BD382U Sunday 18h00-06h00
2
Umbilo Movement Mess and Ablution 69m
Monday- 06h00-18h00
24
Depot 02BD419U Sunday 18h00-06h00

350m2
Mess and Ablution Monday-
Umbilo Loco 12 06h00-18h00
02BK124U Friday

56m2
Office / Ablution Monday-
Bayhead Yards 12 06h00-18h00
02DD003U Friday

196m2 Monday- 06h00-18h00


Reception Yard 24
Office 02DD004U Sunday 18h00-06h00

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 105 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Mess and Ablution 199m2 06h00-18h00


Wagons Monday-
24
02DD007U Sunday 18h00-06h00

Edwin Swales Store 295m2


Mess and Ablution Monday-
12 06h00-18h00
619 02WA029U Friday

Radio Workshop Radio Workshop 1901m2 06h00-18h00


Monday-
24
Bayhead 02WD020U Sunday 18h00-06h00

Office(CTC) 3060m2 06h00-18h00


Signals Monday-
24
02XD006 Sunday 18h00-06h00

Office & Ablution 824m2


Main Admin 06h00-18h00
Bayhead Monday-
24
Building 1st Floor Sunday 18h00-06h00
02XD027U

Office / Ablution Monday-


Bayhead Yards 26m2 12 06h00-18h00
02YD025U Friday

Umbilo Movement 15m2 Monday- 06h00-18h00


24
Depot Office 03LD036U Sunday 18h00-06h00
2
Umbilo Movement Knowledge Centre 135m 06h00-18h00
Monday-
24
Depot 03MD014U Sunday 18h00-06h00

12m2
Monday-
CTC Fisheagle Road Toilet/Shower 12 06h00-18h00
Friday
SYA6353
Guard house 9m2 06h00-18h00
Monday-
24
CAB / Security SYA3097 Sunday 18h00-06h00

Total staff 28 cleaners


1 Supervisor

Table 6 Personnel requirement for Wentworth Movement Depot

Depot Descriptio Size (M2) Personnel Numbe Hours Working days Working
n assignmen r of per hours
t Staff day
per day
02BA311U
Wentworth Section Monday-
210.2m2 06h00-18h00
Movement Depot Manager Sunday
Building 18h00-06h00
3 cleaners
dayshift
Wentworth 02BA333U Monday-
727.3m2 06h00-18h00
Movement Depot Admin Office Sunday
2 cleaners 5 24 18h00-06h00
nightshift
02WA040U
Wentworth Monday-
Male ablution 433.9m2 06h00-18h00
Movement Depot Sunday
Facility 18h00-06h00
Wentworth PH/WWWH/N Monday-
18m2
Movement Depot AT1 Parkhome Sunday 06h00-18h00

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 106 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Female Toilet 18h00-06h00

PH/WWWH/N
Wentworth Monday-
AT3 Parkhome 60m2 06h00-18h00
Movement Depot Sunday
Locker Room 18h00-06h00
PH/WWWH/N
Wentworth AT2 Parkhome Monday-
60m2 06h00-18h00
Movement Depot Female Mess Sunday
Room 18h00-06h00

PH/WWWH/N
Wentworth Monday-
AT5 Parkhome 17.7m2 06h00-18h00
Movement Depot Sunday
Service Driver 18h00-06h00
PH/WWWH/N
Wentworth Monday-
AT4 Satawu 28.8m2 06h00-18h00
Movement Depot Sunday
Office 18h00-06h00
Total staff 5 cleaners

Table 7 Personnel requirements for Shall cross

Depot Description Size (M2) Personnel Number Hours Working Working


assignment of Staff per day days hours
per day
Ablution-
Shallcross Signals 43m2 8 Monday-Friday 07h30-16h00
02BT023U

Office-
Shallcross Signals 221m2 1 cleaner 1 8 Monday-Friday 07h30-16h00
02BT022U

Ablution-
Shallcross Signals 6.9m2 8 Monday-Friday 07h30-16h00
PH/SCS/INFR1
1 cleaner
Total staff

Table 8 Personnel requirements for South Coast

Depot Descriptio Size Personnel Number Hours Working days Working


n (M2) assignment of Staff per hours
per day day
02AA107U-
Clairwood
Mass & 85.1m2 24 Monday-Sunday 07h30-16h00
Racecource
Ablution
5 cleaners
02AA108U- dayshift
Clairwood 24 06h00-18h00
Office/Mess & 85.1m2 Monday-Sunday
Racecource 18h00-06h00
Ablution
2 cleaners
02BA136U- nightshift
Clairwood 24 06h00-18h00
Shunters 24.5m2 8 Monday-Sunday
Racecource 18h00-06h00
Cabin
1 supervisor
02AA304U- dayshift
Isipingo Car Mess & 8
32.2m2 Monday-Saturday 07h30-16h00
Staging Area Ablution
Trainkar

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 107 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

02ZK505U
Isipingo Car 8
Mobile Home 30m2 Monday-Saturday 07h30-16h00
Staging Area
Office

Isipingo Car Mobile Home 8


30m2 Monday-Saturday 07h30-16h00
Staging Area Office

02AA297U-
Isipingo Car Office 8
26.3m2 Monday-Saturday 07h30-16h00
Staging Area Trainka
r
02AA298U
Isipingo Car Office 8
22.4m2 Monday-Saturday 07h30-16h00
Staging Area Trainka
r
02BA081-
Isipingo Office/Abluti 14m2 8 Monday-Saturday 07h30-16h00
on
02BA083-
Isipingo Office/Abluti 27.3m2 8 Monday-Saturday 07h30-16h00
on

Umkomaas 02BA290U- 24 06h00-18h00


30m2 Monday-Sunday
Station Ablution 18h00-06h00

02AA088U- 33.88m 8
Kelso Station 2 Monday-Friday 07h30-16h00
Ablution

Port Shepstone 02AA145U- 8


448m2 Monday-Friday 07h30-16h00
Station Office/Ablution

7 cleaners
Total Staff 1 Supervisor

Table 9 Personnel requirements for Cato Ridge

Depot Descriptio Size (M2) Personnel Numbe Hours Working Working hours
n assignmen r of per day days
t Staff
per day
Cato Ridge 02BD085U- 8 Monday-
49m2 07h30-16h00
Infra Signals Ablution Friday
02BD252U- 3
Cato Ridge 2 Cleaners 8 Monday-
Mess & 74m 07h30-16h00
Infra Signals dayshift Friday
Ablution
5 5 days
Cato Ridge 02BD251U-
per week 8 Monday-
Yard Official Control 28m2 07h30-16h00
Friday
Cabin Cabin
2
cleaners
Cato Ridge 02BD253U- nightshift 8 Monday-
86m2 07h30-16h00
Infra Signals Office 5 nights Friday
per week

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 108 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Depot Descriptio Size (M2) Personnel Numbe Hours Working Working hours
n assignmen r of per day days
t Staff
per day
Cato Ridge 02BD254U- 8 Monday-
439m2 07h30-16h00
Infra Signals Relay Room Friday
Cato Ridge
Infra 02BD079U- 8 Monday-
14m2 07h30-16h00
Technical Toilet Friday
Support
Cato Ridge
Infra 02BD080U- 8 Monday-
9m2 07h30-16h00
Technical Toilet Friday
Support
PH/COR/OP
Cato Ridge S3- 8 Monday-
14m2 07h30-16h00
Operations Friday
Kitchen
PH/COR/OP
Cato Ridge S2- 8 Monday-
6.9m2 07h30-16h00
Operations Friday
Ablution
PH/COR/OP
Cato Ridge S1- 8 Monday-
6.9m2 07h30-16h00
Operations Friday
Ablution
PH/COR/CAB
Cato Ridge 1- 8 Monday-
9m2 07h30-16h00
CAB Friday
Guard hut
PH/COR/CAB
Cato Ridge 2- 8 Monday-
18m2 07h30-16h00
CAB Friday
Kitchen
PH/COR/CAB
Cato Ridge 3- 8 Monday-
18m2 07h30-16h00
CAB Friday
Ablution
PH/COR/CAB
Cato Ridge 4- 8 Monday-
18m2 07h30-16h00
CAB Friday
Office
PH/COR/CAB
Cato Ridge 5- 8 Monday-
18m2 07h30-16h00
CAB Friday
Ablution

Total Staff 5 cleaners

Table 10 Personnel requirement for Durban Station CTC & North Coast Station

Depots Description Size Personnel Number Hours Working days Working


(M2) assignme of Staff per day hours
nt per day

02XD038U- 6 cleaners 06h00-18h00


Umngeni 160m2 24 Monday-Sunday
Signal Cabin dayshift 18h00-06h00
02XD032U- 24 06h00-18h00
Effingham 161m2 1 cleaner Monday-Sunday
Signal Cabin 18h00-06h00

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 109 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Parkhome nightshift 8
Tongaat TON001- 14m 2 12 Monday-Friday 06h00-18h00
Ablution 1
supervisor
Parkhome dayshift
TON002- 12
Tongaat 18m2 Monday-Friday 06h00-18h00
Change
Room
02AA224U- 12
Tongaat 113m2 Monday-Friday 06h00-18h00
Office
02AA220U- 12
Tongaat 14m2 Monday-Friday 06h00-18h00
Toilet
02AA221U- 12
Tongaat 19m2 Monday-Friday 06h00-18h00
Ablution

02AA216U- 12
Tongaat 80m2 Monday-Sunday 06h00-18h00
Office Building

Parkhome
Shakaskraal SKS001- 6m2 12 Monday-Friday 06h00-18h00
Ablution
02AA183U- 12
Shakaskraal 57m2 Monday-Friday 06h00-18h00
Office

02AA184U- 12
Shakaskraal 174m2 Monday-Friday 06h00-18h00
Goods Shed

02AA194U- 24 06h00-18h00
Stanger 88m2 Monday-Sunday
Office/Ablution 18h00-06h00
02WD005U- 06h00-18h00
Durban Station CTC Building 120m2 24 Monday-Sunday
Ground Floor 18h00-06h00

02WD005U- 06h00-18h00
Durban Station CTC Building 220m2 24 Monday-Sunday
1st Floor 18h00-06h00

02WD005U- 06h00-18h00
Durban Station CTC Building 50m2 24 Monday-Sunday
4th Floor 18h00-06h00

02WD005U- 06h00-18h00
Durban Station CTC Building 200m2 24 Monday-Sunday
5th Floor 18h00-06h00

02WD005U- 06h00-18h00
Durban Station CTC Building 500m2 24 Monday-Sunday
7th Floor 18h00-06h00

02WD005U- 06h00-18h00
Durban Station CTC Building 150m2 24 Monday-Sunday
8th Floor 18h00-06h00

02WD005U- 06h00-18h00
Durban Station CTC Building 40m2 24 Monday-Sunday
9th Floor 18h00-06h00

02WD005U- 06h00-18h00
Durban Station CTC Building 1500m2 24 Monday-Sunday
10th Floor 18h00-06h00

02WD005U-
Lift Foyers 06h00-18h00
Durban Station and Stairways 400m2 24 Monday-Sunday
from Ground 18h00-06h00
Floor to 10th

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 110 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Floor

02WD005U- 24 06h00-18h00
Durban Station 700m2 Monday-Sunday
Tunnel Area 18h00-06h00
02WD005U-
Starway from
Tunnel area 24 06h00-18h00
Durban Station 50m2 Monday-Sunday
up to passage 18h00-06h00
to Durban
Station

Stanger 02BA257 58m2 12 Monday-Friday 06h00-18h00

4 500
Durban Station Car Park Area m 12 Monday-Friday 06h00-18h00
2

7 cleaners
Total Staff
1 Supervisor

Depots Description Size (M2) Personnel Number Hours Working Working


assignment of Staff per day days hours
per day
Wentworth 02BA31U-Training 07h30-16h00
178.3m2 Monday-Friday
School of Rail School

Wentworth 02BA380U-Change 6 cleaners 07h30-16h00


182.4m2 dayshift Monday-Friday
School of Rail Room
(2 male and 6 8
Wentworth 03LA019U- 2 2 female 07h30-16h00
20m Monday-Friday
School of Rail Car Port cleaners)
Wentworth 02AK500U-New 07h30-16h00
217.36m2 Monday-Friday
School of Rail Mess

Total staff 6 cleaners

Table 11 Personnel requirement for Wentworth School of Rail

2.2.4 The contractor shall bear sole responsibility for the recruitment, training, and provision of uniform,
remuneration and engagement with cleaning personnel whatsoever is required for the provision
cleaning services.
2.2.5 The Successful Bidder shall provide to Transnet within <7 days of appointment>, the identity of all staff
allocated to the contract, specifying whether they are employed on a permanent or temporary basis and
furthermore supply copies of identification documents for each individual.
2.2.6 Transnet prefer low supervisor to personnel ration to avoid Supervisors being overwhelmed by the large
number of employees to supervise.
2.2.7 There must be good coordination and communication between supervisors and their subordinate, and
teams must be efficiently managed.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 111 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

2.3 Cleaning personnel

2.3.1 Cleaners should be observant, keen, alert, efficient, willing and pleasant; and adequately trained to
guarantee a high cleaning standard.
2.3.2 Personnel shall at all times be neat dressed in identifiable uniform.
2.3.3 The Successful Bidder is encouraged to retain their staff for total duration of the contract however in
the event of staff replacement; the Contractor shall inform Transnet in writing <7 days> prior to the
replacement of any staff and submit identification of the new appointee(s).
2.3.4 The Service provider shall immediately substitute any staff found to be absent for whatever reason in
order to ensure continued of service, refer to clause <2.4>.
2.3.5 Personnel shall report maintenance matters, faults, and health and safety concerns to their supervisor
for attention. Supervisors must follow up and escalate maintenance issues to Property Management.

2.4 Relief staff

2.4.1 The Service provider is responsible for providing a continuous service to Transnet. If a cleaner is ill,
away or on leave, it is the Contractor’s responsibility to ensure that the service is still provided, as such
shall make alternative arrangements.
2.4.2 The contractor is expected to have bank of temporary relief staff as contingency to absenteeism.
2.4.3 The Site Manager shall be responsible for the proper arrangement of substitute staff and such person
shall be on site for total working hours for the total days for which they are required.
2.4.4 In case of emergency or unplanned leave, the Site Manager shall be allowed until 09h00 to have the
substitute staff on site. Failure to adhere to this will result in <specify penalty>.

2.5 The Supervisor

2.5.1 The Supervisor, who has sound knowledge and experience in supervising cleaning works for high quality
buildings, shall effectively supervise cleaning personnel and all daily operations at the Contractor’s own
cost.
2.5.2 The supervisor shall be sufficiently experienced, and CV of such person shall be submitted where
required. Transnet reserves the right at its own discretion to validate information provided through
listed references.
2.5.3 The Supervisor shall be on the premises daily to report and where possible remedy any faults or
irregularities which may affect daily operation.
2.5.4 He/she must escalate all faults, health and safety concerns and maintenance issues reported by
personnel to Property Management.
2.5.5 The onsite Supervisor must be trained and understand the contract requirements so they can translate
the requirements into tasks that a cleaning person can handle and execute in a timely manner.
2.5.6 The Supervisor must furthermore ensure the balance of activities between personnel, working time,
equipment and supplies required to execute the tasks.
2.5.7 The supervisor shall draw-up daily work schedules for staff under their management.
2.5.8 The Supervisor shall ensure relevant personnel are registered in the work schedules including areas to
which they are assigned.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 112 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

2.5.9 Supervisor shall ensure the monitoring schedule is displayed on rest room doors and shall be
responsible for the management and sign off of the schedule during hourly rounds.
2.5.10 The Supervisor shall keep accurate records of attendance of staff and work schedules. These records
must be made available to Transnet Property Management when required.
2.5.11 The Supervisor shall perform daily walk-about and evaluation of all cleaning operations for areas under
their supervision.
2.5.12 The onsite Supervisor must be able to conduct a work orientation of the service personnel are to
provide in areas of the buildings.
2.5.13 The Supervisor must be able to train personnel. This would include on the job training and facilitation of
personnel to ensure they understand the layout of their run, the time allotted for each task, equipment
and chemicals utilised and their proper and safe use.
2.5.14 The Supervisor must ensure balanced and even distribution of equipment and consumables between
personnel.
2.5.15 The onsite Supervisor must have sufficient soft skills to engage personnel, building manager/s and
Transnet employees who may have need of his/her time and attention.
2.5.16 People skills, basic math, training ability and scheduling are few of the skill sets required of competent
Supervisor assigned to this contract. A well-motivated supervisor shall go a long way in providing good
service to Transnet.

2.6 Site Manager/Customer Service Manager

2.6.1 The Service provider shall appoint a Site Manager/Customer Service Manager to the contract.
2.6.2 The Manager shall have the experience and competence to address contractual and service problems,
provide guidance to supervisors and personnel alike, remedy situations that arise and present feedback
to Transnet Property Manager as required.
2.6.3 Transnet representative shall direct all communication to Manager of their delegated person regarding
any service and contract related matters and the onus shall rest with the Manager to communicate
further to Supervisors and cleaning staff and/or remedy the situation as the situation may require.

3. Training

3.1 Staff shall be given on the job training on the and be exposed to mentoring and coaching,
3.2 Staff shall be afforded the opportunity to be up skilled and developed during the course of the contract.
3.3 The bidder shall provide a comprehensive training plan on formal and on the job training various skills
and modules.
3.4 The selected bidder is expected to conduct refresher training for personnel, assess skill gaps and
developmental needs and provide the needed training to personnel.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 113 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

4. Site File

4.1 The appointed service provider is required to provide a Transnet specific Site File which will include all
statutory and management information and documents such as:
 OHS Policy and Procedures;
 Safe works Procedures;
 Risk Assessments Procedures;
 Department of Labour documents e.g. COIDA, UIF and etc.
4.2 The Service provider will be required to provide a comprehensive site file within 30 days after
appointment.
4.3 The service provider will conduct a site assessment and to update, if required, any of its standard
procedures as listed above, to suit any Transnet specific site requirements.

5. Orientation sessions

5.1 Orientation sessions will be conducted annually by the Property Manager for the newly appointed
Service provider and staff.
5.2 Newly appointed staff will be orientated if there is staff turnover during the contract period. However,
the selected bidder is encouraged to retain their staff for total duration of the contract and a plan on
how this will be achieved should be submitted.

6. Meetings

6.1 Monthly meetings shall be held between Property Management, Contract manager/Site manager to
discuss the contract and service. Minutes of these must be kept in the Site file and be made available to
Property Management on request.
6.2 Emergency meetings may be held in urgent and emergency situations.
6.3 The Service provider shall hold monthly meetings with personnel to discuss among other things hygiene
and cleanliness, Occupational Health and Safety, skills and development, training etc.

7. General service requirements

7.1 The Contractor shall provide and promote good customer service
7.2 Display openness and transparency
7.3 Utilise protective clothing in all cleaning functions as appropriate
7.4 Ensure timeous cleaning of venues before and after events
7.5 Display signage all times in areas where cleaning personnel are working.
7.6 Cleaning during emergencies:
 In the event of an emergency, cleaning service must only be conducted as soon as it is deemed safe to
do so.
 In the event of flooding, emergency cleaning must be undertaken within 24 hours or as soon as
deemed safe.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 114 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

7.7 Contractor’s staff are prohibited from taking in their possession any objects property of Transnet
irrespective of size or value.

8. Equipment
8.1 The service Provider shall supply all equipment and tools required to render the daily cleaning service.
8.2 Maintenance of equipment shall be responsibility of the Service Provider and all costs associated with
maintenance of equipment shall be borne by him.
8.3 The Service Provider shall ensure that defective equipment is either be replaced or repaired as the case
may require, within 24 hours from the time that such defective equipment is reported by personnel or
Transnet Freight Rail Property Management.

Equipment list

Low noise industrial vacuum cleaners

Mops/mop caddy

Floor machines and burnishers

Mop bucket and wringer

Pressure washer

Mops and pads microfiber

Wet/dry mop

Janitorial trolleys

Cleaning caddy

Buckets Single and double bucket

Ladders Long & short

Industrial cleaner

High pressure cleaner

Industrials scrubbing machine with buffing


accessories

Colour coded cleaning cloths Microfiber (3 per cleaner)

Brooms Hard and soft brooms

Extension cord

Caution/hazard sign

Toilet brushes

General purpose/ Heavy duty elbow-length


gloves

Spray bottle

Dustpan and brush sets

Feather duster short and long

Plastic putty knife/soft scrub (to scrape soap

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 115 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

scum)

Scrubby sponge/ sponges

Dish scrubber

plunger

Knee pads

Flood pumper

Squeegee

Janitor’s cart with heavy duty bag

8.4 Great care must be taken to assure that brushes and equipment are cleaned to avoid cross-
contamination
8.5 Cloths, mops and pads must be laundered after use and dried as necessary.
8.6 No dirty or foul smelling equipment shall be used

9. Cleaning consumables
9.1 The contractor shall provide chemicals and materials which are not harmful to either persons or the
environment.
9.2 Transnet has preferred products based of historic use. However their proposed use will not advantage
the tenderer in any way.
9.3 Alternative products may be considered provided they are proven safe and desirable.
9.4 Such alternative products may be subject to Transnet prior approval, and samples may be required from
shortlisted bidders when appropriate during the tender process.

List of consumables

Ammoniated cleaner

Ammonia stripper/ non ammoniated stripper

Liquid polish stripper

Heavy duty refuse bags

All Purpose cleaner (For removal of lime and urine deposits on toilet bowls.
Thick. Highly foaming. Extremely acidic)

Toilet scrubber

Antiwax

General degreaser

Probiotic Cleaner

Floor emulsion polish and wax

Shoe covers

Disposable gloves

Deep cleaning liquid

Wood polish

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 116 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

List of consumables

Window cleaner

Dishwasher

Furniture Polish

Colour coding cloth

Mutton cloth

General disinfectant

Heavy duty soap

Neutral soap

Carpet cleaner/ shampoo

Paper towels and cleaning rags

Waste bags (to fit rubbish bins)

Air freshener

Antibacterial soap

Dish soap

Bleach

Anti-dust spray

Insecticides

Toilet Paper (2 Ply)

10. Scope of service and schedule

 The Service provider shall render good quality service wherein proper equipment, biodegradable
chemicals and material are used, well trained personnel and experienced supervisors provide the
cleaning service and general expertise is applied in ensure a satisfactory service.

 Cleaning personnel shall have access to areas in the building as inducted by the Property manager.
Personnel should be allowed to carry out their duties in these areas, unless a department requests
differently.
 The confidentiality and sensitivity of some work areas must be considered; therefore reasonable
arrangement must be made with Property management for access to these areas.
 It shall be the responsibility of related employees to ensure adherence to good governance and have all
confidential documentation kept under lock and key.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 117 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

10.1 Cleaning of floor types

 The different floor types shall be cleaned according to requirements for each type. Care must be
exercised in the cleaning process; ensuring the use of material that is not harmful to the floor type and
preserves its good quality and longevity.
10.2 Windows and blinds

 Blinds in offices to be deep cleaned twice a year <specify time>;


 High windows to be cleaned four times a year;
 Window sills must be wiped clean of all dust daily;
 Window handles must be cleaned and polished with metallic polish once monthly;
 All ground and eye level windows (inside and outside) must be cleaned once monthly.

10.3 Doors

 All revolving glass doors must be cleaned once monthly;


 Doors must be wiped clean of dust and dirt monthly;
 Door handles to be dusted and cleaned weekly.

10.4 Walls and surfaces

 Walls and surfaces must be wiped clean of all marks and dirt with a clean damp cloth
 High dusting of walls and corners to be done weekly;
 Low walls must be wiped off weekly;
 Washing of walls monthly using SABS approved cleaning detergents;
 Damp cleaning of doors, door frames and cupboard doors weekly.

10.5 Restrooms and ablution facilities:

 Restrooms and ablution facility floors must be cleaned daily;


 Walls and wall tiles cleaning of weekly
 Daily cleaning and disinfection of all toilets, urinals, basins and drains;
 Cleaning of restroom door handles, taps, and equipment must be done weekly;
 Mirrors must be cleaned weekly to a clear and shiny finish.

10.6 Equipment and appliances

 Cleaning and disinfection of domestic appliances with SABS approved cleaning materials daily.

10.7 Workstations

 Tables must be wiped clean twice weekly with clean damp cloth;
 Office machinery and utilities (telephones, photocopier machine, desktop, laptop etc.) must be dusted
and wiped clean twice weekly.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 118 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

10.8 Upholstery (suites, chairs, couches etc.)

 Deep cleaning of upholstered furniture quarterly.

10.9 Cleaning scope and schedule

 Water/detergent solutions must be changed frequently and cleaning must be done with clean water
solution.
 Soil must be removed from the equipment by scraping the surfaces or soft rubbing depending on
surface type, and swept off prior to application of water solution.

Area Cleaning function Frequency

Offices, workstations and boardrooms

Office equipment, Dust all equipment with microfiber cloth Twice weekly
Photocopier Machines, Wipe clean with clean damp cloth Twice weekly
Printers , Phones,
handsets,computers/Laptops

Desk, tables, chairs Dust clean with microfiber cloth Twice weekly

Wipe clean with clean damp cloth Twice weekly

Polish with furniture/wood polish Twice weekly

Waste bins Empty bins in morning and afternoon Twice daily

Wipe bins clean Daily

Disinfect with liquid disinfectant Daily

Floor type: carpet floors Vacuum floors Once weekly

Spot clean with detergent solution to remove stains, vacuum dry When required

Floor type: teak block floors Sweep clean of all dust – apply a film of spirit solvent
 wax (do not use water emulsion wax unless the floor has been thoroughly
sealed), or, where the traffic density is high, natural paste wax.
 Allow the liquid polish time to harden. Buff daily with a suitable polishing
machine.

Floor type: cork flooring  Spills must be wiped away almost immediately from floor. Sweep clean or
vacuum free of dirt, dust, grit and debris. Damp mop once a week or
when required. Avoid wet mopping as excess as excess water may seep
between the tiles and loosen them from the floor. The floor should be
thoroughly dried.
 The floor should be cleaned with a good quality mild-wood floor
detergent, non-abrasive soaps and cleaning material. Then dry steel wool
(or gauze) may be used to remove stains and clean badly soiled areas.
When dry, the floor should be sealed with either a polyurethane or oleo
resinous seal. Such sealing is a specialized process and should not be

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 119 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

attempted other than under experienced supervision.


 If the floor is not sealed, it then requires to treat the surface with several
coats of high-grade polish or to fill up the pores. Over this base any polish
including emulsions can be used. However, whatever polish is applied, it is
to be stripped at regular intervals and followed by frequent maintenance
detailed below.
 For subsequent maintenance, an occasional application of floor wax,
either solvent bound or an emulsion polish will considerably extend the life
of the seal and provide a better resistance to scuff marks.

Floor type: concrete floor  Bright bronze must be kept free form dust during the process of toning

bronze finish down, so that the atmosphere may act on it evenly until the required
colour is obtained. This action must then be checked and the surface
preserved by building up on it (by frequent applications of wax polish) a
coating of hard wax, impervious to moisture and easily polished.
 Chemically toned bronze requires the action of the atmosphere for a short
time after fixing to “see” it to its permanent shade, during which it should
be kept free form dust by occasionally cleaning with a little petrol. After
which the surface should be protected in the same way as natural toned
bronze. N.B. – The usual kinds of metal polish, and oil such as paraffin,
should on no account be used. An approved natural wax may be used.
Apply with a cloth pad and allow to dry. When thoroughly dry buff to a
brilliant finish.

Floor type: concrete floor  Chrome finishes rarely require anything more than a rub down with a soft

chrome finish cloth, but to prevent pitting such finishes may be cleaned once a month
with chrome cleaners.

Kitchen

Appliances and kitchen Wash with liquid soap solution and wipe clean Twice weekly
equipment Wipe clean Daily
Kitchen sink Wash with liquid soap solution and wipe clean Daily
Disinfect with liquid disinfectant Daily
Floor type: tiles  Sweep clean of all dust – scrub with approved liquid detergent solution – Daily
wash down thoroughly with clean water – remove all excessive water
from surface with clean cloth.
 An approved water emulsion polish may be applied to tile walls where a
highly polished finish is desirable.

N.B. – Unsafe cleaning detergents that will eat away the concrete grouting
surrounding the tiles must be avoided.

Floor type: White or  Dust mop to avoid grit from building up Daily
coloured rubbed granite  Sweep clean of all dust – mop with warm-hot water to remove stubborn
Twice weekly
stains-mop with approved liquid detergent solution – wash down
thoroughly with clean water and remove all excess water with clean cloth.
 Apply granite polish on floors, wipe with soft cloth and buff. N.B. – Avoid
the use of metal brushes or wire wool or acidic cleaning agents.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 120 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

When required

Floor type: thermo-plastic  Sweep clean of all dust – wash with a weak solution of approved liquid

(asphalt or vinyl) tiles detergent, wash down thoroughly with clean water and dry with clean
cloth. Apply a thin film of water emulsion Polymer type polish which is
self-polishing and dries with a bright surface in about 20 minutes. After
repeated applications of polish, a “build-up” old polish may occur – this
may be removed by the use of an approved concentrated detergent
cleanser of the appropriate type of stripping agent

Floor type: linoleum  As for Thermo-plastic Tiles.

N.B. – High quality paste wax and spirit solvent wax can be used if traffic
conditions are heavy. They should be applied generously, allowed to dry
thoroughly and then buffed to a brilliant finish using a suitable polishing
machine

Light fitting and switches Wipe clean with damp cloth Twice weekly

Furniture Wipe clean with damp cloth Twice weekly


Polish Twice weekly
Cupboards and counters Wipe clean with damp cloth Twice weekly
Polish with furniture/wood polish Weekly
Tea cups and utensils Wash with warm water and liquid dishwasher Twice daily

Rinse and dry

Rest rooms and ablution facilities

Ablutions must be cleaned fully once a day (in the morning) and spot cleaned in the afternoon. In a reception area or in
high traffic areas ablutions must be fully cleaned twice daily.

Toilet bowls Wash the inside with soapy solution and toilet brush Twice daily

Wipe clean with clean damp cloth. Sanitize

Urinals Wash the inside with soapy solution and brush. Wipe clean with clean Twice daily
damp cloth. Sanitize

Hand basins Wash with soapy solution and cloth. Wipe clean with clean damp cloth. Twice daily
Sanitize

Taps Wash with soapy solution and cloth. Wipe clean with clean damp cloth.

Sanitize

Mirrors Wipe clean with damp cloth and window cleaner dry with dry cloth. Shine Daily
with cloth and window cleaner

Floors: Glazed tiles  Brush clean of all dust – scrub with an approved liquid detergent solution Daily
– wash down thoroughly with clean water and dry thoroughly with clean
cloth.
 N.B. – Each operator should clean, rinse and dry an area of about 1m2 at
one time. This allows time to rinse before the cleaning solution has had
time to dry and cause streaks.

Walls and wall tiles Wipe with damp cloth Daily

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 121 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

(Bathroom wall tiling to Disinfect


2000 mm height above
Spot clean When required
finished floor level)

Doors, door frames and Spot clean When required


handles Wipe with damp cloth and polish Weekly

Vanity tops Clean with cloth and soapy solution. Daily

Sanitise

Toilet equipment (paper Clean and wipe with damp Weekly


dispensers, SHE cloth and disinfectant solution
Bins, waste bins, etc.) Disinfect Weekly

Common rooms and areas (reception areas, entrance hall)

Furniture Dust Daily

Polish with furniture/wood polish Weekly

Steam clean Quarterly

Upholstery Dust Daily

Floor type: Terrazzo  Sweep clean of dust, crumbs, loose dirt and debris– wet mop with neutral Twice weekly
liquid detergent solution – allow wet solution for few minutes, wash down
thoroughly and rinse with clean water – remove all excess water and dirt
from surface with clean cloth or wet vacuum or squeegee.
 Buff floor to restore shine. An approved water emulsion polish may be
applied to mosaic tile walls and dados where a highly polished finish is
desirable. Dry mop to remove dust

N.B. – Avoid unsafe cleaning detergents, acids or other corrosive liquids


that may eat the concrete matrix away from the marble chips.

Daily

Entrance area

Floor type: quarry tiles  Sweep clean of all dust – scrub with an approved liquid detergent solution
- wash down thoroughly with clean water and dry thoroughly with clean
cloth.
 If a dust free surface is required a coat of spirit solvent wax can be
applied. Allow drying out and when thoroughly dried buffs to a brilliant
finish preferably with a suitable polishing machine.

Do not use pigmented polishes without prior consent from the Manager.

Floor type: marble  Sweep clean of all dust – scrub with warm water and a non-caustic
detergent. Wash down with clean water and remove all excessive water
with clean cloth.
 The surface may be polished where a brilliant finish is desirable. As
required, a non-slippery liquid wax may be applied onto marble finishes.

N.B. – Avoid the use of acid which is harmful to marble.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 122 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas


Floor type: concrete painted Flat finish. Remove all surface dust with a soft brush, wipe down with

surface (oil) damp cloth containing weak approved detergent solution. Wipe down with
a clean damp cloth. Persistent stains may be removed by the sparing use
of a fine abrasive paste or powder.
 High gloss finishes. As above, but do not use any form of abrasive to
remove stains. The use of washing soda or any other highly alkaline
material should also be avoided. For a superior finish a high quality paste
wax can be applied and buffed to the required finishes.

Ramp (entrance ramp, ramp


for disabled persons etc.)

Stainless steel  Sweep clean. To maintain the original bright and clean appearance, Daily
accumulation of deposit from the atmosphere must be prevented.
Weekly
Frequent careful washing with soap and water or an approved detergent
solution will maintain appearance indefinitely. Avoid the use of abrasives
and steel wool. Accumulated dirt may be removed by the use of nylon
web pad.

Aluminium  Sweep clean. Thoroughly wash down with water containing non-alkaline Daily
soap or detergent and dry thoroughly with clean cloth. Accumulated dirt
Weekly
may be removed by the use of nylon pad. Occasional application of a wax
polish may preserve an attractive appearance. N.B – Avoid the use of
abrasive and steel wool.

Stairwells and landings

Handrails and fittings Wipe clean with damp cloth sanitize Weekly

Floor type: polished  Sweep clean of soil and dust – mop floor with wet mop in detergent Daily
concrete solution – remove all excess water from surface with wringed mop.
 An approved floor wax may be applied where a highly polished finish is
desirable
Weekly

Floor type: rubber flooring  Before waxing it is essential that the surface should be perfectly clean. Twice weekly
 Avoid excessive use of water as this might creep between the joints of the
flooring and affect the adhesion of the rubber to the sub-floor.
 The best method of cleaning of the rubber floor is by means of a paste
cleanser applied with a damp cloth.
 Thorough rinsing is essential, again a minimum amount of water should
be used and the floor dried thoroughly with a clean cloth.
 Good quality bar or liquid soap can also be used but soft soaps with high
alkalinity, liquids containing essential oils (e.g. turpentine and pine oil)
and coarse abrasives should be avoided.
 When clean, the floor should be treated with an approved water emulsion
Polymer type polish, which should be allowed to dry thoroughly before

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 123 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

traffic is allowed to pass over it.

N.B. – Solvent based waxes should not be used on rubber floors. White
spirit and other solvents such as petrol, benzine and paraffin attack
rubber flooring Causing it to become soft and sticky and “bleeding” of
colours may occur.

Walkways, hallways and corridors

Skirting tiles and boards Wipe with semi dry cloth Weekly

Floor area and skirting Sweep and dust Daily

Damp mop and buff Weekly

Walls Spot clean Daily

Lifts

0 lifts in the building

Mirrors Wipe clean with damp cloth and window cleaner Twice weekly

dry with dry soft cloth

Shine with cloth and window cleaner

Floor type: Vinyl Remove refuse and litter Daily

Sweep clean of dirt and dust and prevent build up Daily

Dry mop

Damp clean with detergent solution- remove all excess water from surface Twice weekly

Doors Wipe clean with disinfectant solution Weekly

External area

Parking area Remove refuse and litter Daily

Main entrance Damp mop Weekly

Polish Weekly

Common facilities and amenities that require cleaning function:

Facility/amenity Cleaning function Frequency

Waste bins

All waste bins Empty Twice daily

Wipe clean Daily

Disinfect

Blinds

Blinds Dust clean Weekly

Damp wipe Weekly

Vacuum Twice yearly

Curtains

Curtain Dust and fluff dust off Weekly

Curtain rail Dust clean Monthly

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 124 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Wipe with damp cloth

Windows

Interior windows Wipe clean with damp cloth and window cleaner Weekly

Dry and shine

Wash thoroughly Quarterly

Exterior windows Wash thoroughly Quarterly

Window sills Dust clean Weekly

Wipe with damp cloth

Polish

Window burglar proofing Dust clean Weekly

Wipe with damp cloth Weekly

Doors

Burglar gates Dust clean Weekly

Wipe with damp cloth Weekly

Door handles Wipe with damp cloth Weekly

Polish Weekly

Glass doors Wipe clean with damp cloth and window cleaner Weekly

Dry and shine

Carpets

Fitted carpets Vacuum/dry cleaning Weekly

Spot clean When required

Steam clean Quarterly

Loose mats Vacuum Weekly

Spot clean When required

Steam clean Quarterly

High and low surfaces

Necessary safety precautions must be exercised when cleaning high lying areas

High ledges/shelves Dust clean Once monthly

Clean with semi dry cloth where required

Low ledges, skirting boards Dust clean Weekly

Clean with semi dry cloth where required Weekly

Walls

All walls Wash Quarterly

Spot clean When required

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 125 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Clean with damp cloth Weekly

Pot plant holder

Pot plant holders Spot clean Weekly

10.10 Deep cleaning of carpets/loose mats and upholstered furniture (office chairs, arm chairs,
couches etc.)
 All deep and heavy duty cleaning tasks shall be carried out by a mobile cleaning team.
 The working time of the said mobile team shall be fixed at <time>.
 The team shall be appropriately trained in the use of scaffold system, waxing machine, etc. and shall
use and operate the necessary equipment such as gondola. Staff shall have proper qualifications
required in that respect that such shall be solely borne to the Contractor.

Carpet shampooing/Dry cleansing

(i) Rotary brush method – Dry vacuum the area first, then shampoo carpeting carefully with a
good quality appropriately diluted liquid shampoo & to comply with the manufacturer’s
instructions for operating the rotary machine. Use wet vacuum immediately to remove
excessive water and slurry. After shampooing brush the carpet pile in the direction with a
carpet pile brush and warn users not to walk on the carpet until it is completely dry. As a final
operation, dry vacuum on the following day to remove any loose fluff and lint loosened by the
refinishing process.
(ii) Dry foam method – Use a pile-lifting machine to run over the area first. A fully automatic
dry-foam machine which converts the liquid shampoo & into a foaming fluffy solution will be
operated (i) lay the fluffy solution, (ii) scrub with brushes in one pass and in one direction and
immediately suck up the slurry.
(iii) Steam extraction method – Use a fully automatic steam machine to jet heated solution of
appropriately mixed water and shampoo into the carpet under pressure in one pass and in one
direction and remove all loosened dirt instantly by simultaneous vacuum action.

N.B. – Before cleaning carpets with any of the above methods, it is essential to clear the room of all light
furniture and scrub a small area to check for colourfastness and backing wetness. Only skilled operators are
allowed to carry out such carpet shampooing and great care must be taken to prevent shrinkage and over-
wetting. A second pass may be necessary in heavily soiled areas.

10.11 Strip and seal


10.11.1 Strip and seal should be done twice a year <specify time> for vinyl and stone/ceramic floors.

11. Insurance

The service provider will be required to have insurance to protect himself and Transnet against liability
claims. Proof of such insurance must be submitted within 7 days of having been appointed.
1. Insurance of workmen in terms of provisions of the Compensation for Occupational Injuries and Disease
Act No.130 of 1993.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 126 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

12. Specification for waste separation services

12.1 Introduction

12.1.1 Transnet Freight Rail (TFR), an Operating Division of Transnet Ltd (SOC) requires the provision of a
comprehensive Waste Separation Service at Station precincts.

12.2 Scope of Work

12.2.1 The service provider shall be responsible for the efficient and effective management of the facilities to
satisfy the requirements of TFR.

12.2.2 The services shall include the following:

12.2.3 Waste Management within scope of contract on TFR buildings.

12.2.4 The scope of the services are detailed in Appendix A: “Service Level Agreement for Services at Station
Precincts”

13. Compliance to Environmental Laws

13.1 The Service Provider shall comply with the specifications of the National Environmental Management
Act, 1998, National Environmental Management : Waste Act, 2008 and Hazardous Substances Act,1973
and any other applicable national environmental laws.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 127 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

RFP FOR THE PROVISION OF


CLEANING AND WASTE SEPARATION SERVICES FOR KZN INLAND AREAS
FOR A PERIOD OF TWENTY FOUR (24) MONTHS

ANNEXURE G: SCOPE OF WORK FOR THE PROVISION OF CLEANING AND WASTE SEPARATION
SERVICES FOR DURBAN INLAND AREA - ESTCOURT, HARRISMITH, COLENSO, LADYSMITH,
DANSKRAAL, DUNDEE, GLENCORE & NEWCASTLE

This specification outlines standard requirements in the technical specification for the provision of
cleaning and waste separation services, and shall be applied as guideline and reference in the
procurement of such services for Transnet.

Specification for the provision of cleaning service

1. Background

Transnet Freight Rail requires the services of a cleaning service provider for the provision of good quality
cleaning service for Pietermaritzburg, Estcourt, Harrismith, Colenso, Ladysmith, Dundee, Glencoe &
Newcastle for a Period of 24 months.
The scope of works includes cleaning of building’s internal floors, ablutions, kitchens, external surroundings,
deep cleaning, vacuuming and other cleaning-related and complementary services.
The Service provider shall provide all necessary machinery, tools and materials for the proper cleaning of
above mentioned areas and execution of the work. Such machinery and materials shall be of a high
standard, appropriately maintained and suitable for use within the Buildings.
The Service provider shall ensure that the OHS Act and any other relevant legislative prescripts, policies
and procedures are observed, and shall ensure that all cleaning functions and activities are carried out in a
compliant manner.

2. Service requirements

2.2 General service requirement

2.2.1 The Service provider is duly required to ensure the neat appearance of TFR buildings at all times.
Effectiveness of manual cleaning depends on the worker, therefore Transnet requires all personnel to
be appropriately trained in the cleaning competencies needed for the service that they provide.
2.2.2 The Selected bidder shall conduct proper training and induction of cleaning requirements to ensure
personnel are well-trained in all areas they service.
2.2.3 The Service provider shall provide suitable equipment, protective clothing and training on proper use of
chemicals, to ensure appropriate safety and wellness measures are taken to protect his employees and
those of Transnet.
2.2.4 The minimum requirements and frequency of intervention are as illustrated in the schedule.
2.2.5 The Selected bidder’s cleaning programme must demonstrate fair distribution of the work-load;
ensuring that each and every person is productive.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 128 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

2.2.6 Situations of over-utilisation and under-utilisation of staff i.e. where person has either too much or too
little work to do, must be addressed as soon reported through an improved service programme with
more efficient use of all personnel and fair model of work allocation.
2.2.7 This contract requires hands-on supervision with each Supervisor being aware of the contribution of
their personnel. The Supervisor must be able to spot competence gaps, and ensure the personnel
receive the required training.
2.2.8 Service concerns and areas of development will also from part of the Supervisor’s responsibilities to
ensure personnel are developed and given the right support.
2.2.9 The bidder shall meet the minimum capacity requirements for resources i.e. plant, machinery and
personnel.
2.2.10 The Service provider shall take cognisance that cleaning service is regarded as an essential service and
shall therefore ensure the continuity of service in the event of employees’ absenteeism, sickness or any
form of leave, during industrial action or any other service interruptive actions.
2.2.11 Duties and responsibilities assigned to personnel must be well balanced and a single person should not
service more than <15m2 area> or service more than <15 people in the allocated working area>.
2.2.12 The Service provider shall consider and adopt industry cleaning standards and norms where personnel
are kept up to date with new developments, cost saving initiatives are institutionalised, appropriate
benchmarks for cleaning in terms of type of cleaning required, frequency of such cleaning, correct
cleaning methods that not damage surfaces and upholsteries are used and correct chemicals and
equipment are at all times used.
2.2.13 Working hours are between 07h00 and 15h00 weekdays Monday to Friday and on weekends where
required. Working hours exclude public holidays.
2.2.14 Transnet shall monitor the cleaning activities to ensure adherence to the agreement.

2.7 Personnel requirements

2.7.1 The average personnel requirements are as indicate in Table A below. Figures are indicative staff
compliment based on historic service level requirements and are therefore intended to serve as
minimum requirement.
2.7.2 Bidder is expected to allocate as a minimum the number of personnel stipulated in the schedule to the
contract.
2.7.3 The Successful Bidder shall deploy the total number of personnel contracted for to site, daily for the
total number of designated hours for entire duration of the contract. Not at any point shall there be less
staff than was agreed.

Table 1 Personnel requirement for Pietermaritzburg Depots

Premises Description Size Personnel Number Hour Working Working


(M2) assignme of Staff s per days hours
nt per day day
21 cleaners
02BP176U-Toilet 12 Monday-
Boughton 7m2 dayshift 06h00-18h00
Nursery Sunday
3 cleaner
02ZP046U- 12 Monday-
Boughton 28m2 nightshift 06h00-18h00
Office Nursery 25 Sunday

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 129 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

03FP050U- 1
12 Monday-
Boughton Ablution & 31m2 supervisor 06h00-18h00
Sunday
Shower Nursery dayshift
02AP063U- 12 Monday- 06h00-18h00
Lions River 280m2
Station Building Sunday
02AP255U-
Main Admin 12 Monday- 06h00-18h00
Masons Mill 662m2
Office Diesel Sunday
Depot

24 Monday- 06h00-18h00
Masons Mill 02AP261U 149m2
Sunday 18h00-06h00

02AP278U- Mess 12
Masons Mill 175m2 Monday-Friday 06h00-18h00
& Ablution

02AP279U- Mess 12
Masons Mill 64m2 Monday-Friday 06h00-18h00
& Ablution

02AP282U- Mess 12
Masons Mill 102m2 Monday-Friday 06h00-18h00
& Ablution
02AP283U-
Masons Mill Checkers Office 23m2 12 Monday-Friday 06h00-18h00
& Toilet
02AP284U- 12
Masons Mill 112m2 Monday-Friday 06h00-18h00
Fodder Store

02AP285U- 12
Masons Mill 157m2 Monday-Friday 06h00-18h00
Mess & Ablution
02AP286- Mess &
12 Monday-
Masons Mill Ablution 150m2 06h00-18h00
Sunday
02AP288U-
Ablution & 12
Masons Mill 38m2 Monday-Friday 06h00-18h00
Lockers

02AP289- Mess &


24 Monday- 06h00-18h00
Masons Mill Ablution 87m2
Sunday 18h00-06h00

02AP291-Office 12
Masons Mill 180m2 Monday-Friday 06h00-18h00

02AP292U-
Masons Mill Controllers Cain 120m2 12 Monday-Friday 06h00-18h00
(5)
02BP094U- 12
Masons Mill 351m2 Monday-Friday 06h00-18h00
Operating Offfice

02BP095U- 12
Masons Mill 138m2 Monday-Friday 06h00-18h00
Standby Room

02WD005U-CTC 12
Pmburg 50m2 Monday-Friday 06h00-18h00
Building 4th Floor

02AP088U-PWI 12
Pmburg 7m2 Monday-Friday 06h00-18h00
Store

02AP090U – 12
Pmburg 317m2 Monday-Friday 06h00-18h00
Trolley Shed SDE

02AP102U – 12
Pmburg 82m2 Monday-Friday 06h00-18h00
Ablution Block

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 130 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

02AP104U –
Ablution 12
Pmburg 201m2 Monday-Friday 06h00-18h00
Block/Bentonite
Store
02AP106U –
Pmburg Electrical 82m2 12 Monday-Friday 06h00-18h00
Workshop
02AP141U –Sen
Pmburg District Engineer 737m2 12 Monday-Friday 06h00-18h00
Office
02AP142U- 12
Pmburg 29m2 Monday-Friday 06h00-18h00
Overheads

02AP146U- 12
Pmburg 36m2 Monday-Friday 06h00-18h00
Ablution SDE

02AP172U-Signal 12
Pmburg 41m2 Monday-Friday 06h00-18h00
Workshop

02AP173U-Toilets 12
Pmburg 10m2 Monday-Friday 06h00-18h00
Communications

02AP195U- 12
Pmburg 245m2 Monday-Friday 06h00-18h00
Millright Store
02AP197U-
Pmburg Millright 778m2 12 Monday-Friday 06h00-18h00
Workshop
02AP202U- 12
Pmburg 97m2 Monday-Friday 06h00-18h00
Millright Office

Pmburg 02AP221U-Toilets 12m2 12 Monday-Friday 06h00-18h00

Pmburg 02BP037U-Toilet 18m2 12 Monday-Friday 06h00-18h00

02BP045U-Land 12
Pmburg 354m2 Monday-Friday 06h00-18h00
Survey Office

02BP046U- 12
Pmburg 46m2 Monday-Friday 06h00-18h00
Ablution
02BP047U-
Pmburg Telkom/Transtel 400m2 12 Monday-Friday 06h00-18h00
Depot
02BP048U- 12
Pmburg 127m2 Monday-Friday 06h00-18h00
Ablution Block
02BP077U-Office
Pmburg Tech Supt EX 253m2 12 Monday-Friday 06h00-18h00
House
02BP081U-Office 12
Pmburg 36m2 Monday-Friday 06h00-18h00
L.S.O
02BP085U-
Pmburg Apprentice 400m2 12 Monday-Friday 06h00-18h00
School
02PP139U- 12
Pmburg 442m2 Monday-Friday 06h00-18h00
0ffice/W/Shop

02YP029U-Signal 12
Pmburg 112m2 Monday-Friday 06h00-18h00
Cabin
02AP320U-
Victoria Waiting Room 47m2 12 Monday-Friday 06h00-18h00
(0ffice)

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 131 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

02AP323U-Mess 12
Victoria 76m2 Monday-Friday 06h00-18h00
& Ablution
24 cleaners
Total Staff
1 Supervisor

Table 2 Personnel requirements for Danksraal Depots


Premises Description Size Personnel Numbe Hours Working Working
(M2) assignment r of per days hours
Staff day
per
day
Ablution Kitchen
Danskraal 897 24 Monday-Friday
Office
Danskraal Sand House 255 12 Monday-Friday 06h00-18h00
Danskraal Union Building 84 12 Monday-Friday 06h00-18h00
Danskraal
Rosa Office 582 12 Monday-Friday 06h00-18h00

Danskraal Board Room 146 12 Monday-Friday 06h00-18h00


Monday-
Danskrral Cabin 140 30 24
Sunday
Section Manager Monday-
Danskraal 100 24
Office Sunday
Danskraal Locker Room 320 12 Monday-Friday 06h00-18h00

Danskraal First Aid Room 40 12 Monday-Friday 06h00-18h00


Mess & Ablution 06h00-18h00
Danskraal Train Marshalls 161 12 Monday-Friday

Ablution 06h00-18h00
Danskraal 145 12 Monday-Friday
Office
Monday-
Danskraal Control Point 14 24
Sunday
Monday-
Danskraal Control Point 94 24
Sunday
Monday-
Danskraal Cabin 125 53 24 Cleaners 7 24
Sunday
days per 06h00-18h00
Danskraal Garages 522 12 Monday-Friday
week
Monday-
Danskraal Cabin 128 176 24
Sunday
Monday-
Danskraal Control Point 127 28 24
5 Cleaners 7 Sunday
New Loco nights per Monday-
Danskraal 286 24
Building week 18h00 Sunday
Millwright to 06H00 06h00-18h00
Danskraal 230 12 Monday-Friday
Workshop
Danskraal SCS 260.5 12 Monday-Friday 06h00-18h00
Locker Room & 06h00-18h00
Danskraal 160 1 Supervisor 12 Monday-Friday
Ablution
Locker Room & 06h00-18h00
Danskraal 220 12 Monday-Friday
Ablution 5 days per
Danskraal EL&P Workshop 242 week 06H00 12 Monday-Friday 06h00-18h00
to 18H00
Danskraal Garages 790 12 Monday-Friday 06h00-18h00

Danskraal Garages 624 12 Monday-Friday 06h00-18h00

Danskraal Garages 366 12 Monday-Friday 06h00-18h00

Danskraal Training Office 159 12 Monday-Friday 06h00-18h00


Monday-
Danskraal Kombi Room 63 24
Sunday

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 132 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Danskraal Trade Union 13 12 Monday-Friday 06h00-18h00


Danskraal Mess & Ablution 155 12 Monday-Friday 06h00-18h00
Monday-
Danskraal Shed Man Room 120 24
Sunday
Monday-
Danskraal Old Loco Building 120 24
Sunday
Danskraal Garages 844 12 Monday-Friday 06h00-18h00
Danskraal Offices 137 12 Monday-Friday 06h00-18h00
Danskraal Track Masters 123 12 Monday-Friday 06h00-18h00
06h00-18h00
Danskraal Mess & Ablutions
82 12 Monday-Friday
& Locker Room

Danskraal Monday-
House 97 24
Sunday
Danskraal Tractions 184 12 Monday-Friday 06h00-18h00
Danskraal Tractions 183 12 Monday-Friday 06h00-18h00
Danskraal Offices 138 12 Monday-Friday 06h00-18h00
Danskraal Store 130 12 Monday-Friday 06h00-18h00
Danskraal Mess & Ablution 130 12 Monday-Friday 06h00-18h00
Danskraal Offices 128 12 Monday-Friday 06h00-18h00
Danskraal Offices 128 12 Monday-Friday 06h00-18h00
Danskraal Offices 70 12 Monday-Friday 06h00-18h00
Danskraal Store 1338 12 Monday-Friday 06h00-18h00

Danskraal Monday-
Fire Department 986 24
Sunday
Danskraal Workshop 4278 12 Monday-Friday 06h00-18h00

Danskraal Monday-
Offices 30 24
Sunday
Danskraal Monday-
Offices 30 24
Sunday
24 Cleaners x 7 days a week day shift
Total staff 5 Cleaners x 7 days a week night shift 18h00 to 06h00
1 supervisors 5 times per week, day shift

Table 3 Personnel requirements for Ladysmith


Premises Description Size Personnel Numbe Hours Working Working
(M2) assignme r of per days hours
nt Staff day
per
day
DE Office Building
Transtel 01FL001U 206m2 8 Monday-Friday 07h30-16h00
7 cleaners
dayshift
Comms Building 8
02AL438U 17.4m2 8 Monday-Friday 07h30-16h00
Transtel
1 supervisor
Cooms Building dayshift
02AL445U 700.5m2 8 Monday-Friday 07h30-16h00
Transtel

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 133 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Ladysmith Security Monday- 06h00-18h00


02BL031U 95m2 24
Office Sunday 18h00-06h00

Waiting Room 02BL033U 68m2 8 Monday-Friday 07h30-16h00

Clothing Store 02BL034U 144m2 8 Monday-Friday 07h30-16h00

HR Office 02DL013U 1800m2 8 Monday-Friday 07h30-16h00

DEM Office 02EL001U 1002m2 8 Monday-Friday 07h30-16h00

DEM Lab Ablution 02PL114U 95m2 8 Monday-Friday 07h30-16h00

Total staff 7 cleaners


1 Supervisor

Table 4 Personnel requirements for Harrismith


Premises Description Size (M2) Personnel Number Hours Working days Working
assignment of Staff per hours
per day day
1
Double Garages 06h00-18h00
A02B168B 44m2 Cleaner 24 Monday-Sunday
and Offices 1 18h00-06h00
dayshift
5 days per
24 06h00-18h00
Store Signals 02AB169B 59m2 week Monday-Friday
18h00-06h00

Total Staff 1 cleaner

Table 5 Personnel requirements for Estcourt and Colenso

Premises Description Size (M2) Personnel Number Hours Working days Working
assignment of Staff per hours
per day day
Main Station
06h00-18h00
Building Shunters 02AL481U 400m2 24 Monday-Sunday
18h00-06h00
Cabin/Offices

Signal Office 02AL560U 303m2 8 Monday-Friday 07h30-16h00

6
Electrical Depot
02AL568U 139.1m2 Cleaners 8 Monday-Friday 07h30-16h00
Transtel
dayshift 6
5 days per
Board Room 02AL571U 303m2 week 8 Monday-Friday 07h30-16h00

Office Block
02AL572U 82m2 8 Monday-Friday 07h30-16h00
Perway

Main Station
A2DL018U 417m2 8 Monday-Friday 07h30-16h00
Building Ablutions

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 134 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Toilets 02DL020U 8m2 8 Monday-Friday 07h30-16h00

Locker Room 02RL009U 54m2 8 Monday-Friday


07h30-16h00

07h30-16h00
Ablution 02RL009U 55m2 8 Monday-Friday

Goods Shed 02AL497U 55m2 8 Monday-Friday 07h30-16h00

RME Office 01AL253U 100m2 8 Monday-Friday 07h30-16h00

6 cleaners
Total staff

Table 6 Personnel requirements for Glencoe and Dundee


Premises Description Size Personnel Number Hours Working days Working
(M2) assignment of Staff per hours
per day day

Electrical Office 02BL040U 471m2 8 Monday-Friday 07h30-16h00

Perway Office 02AL241U 95.6m2 8 Monday-Friday 07h30-16h00

Signals Office 02AL244U 121m2 8 Monday-Friday 07h30-16h00

Signala Office
02AL245U 80m2 8 Monday-Friday 07h30-16h00
Block

06h00-18h00
Shunters Cabin 02AL259U 255m2 24 Monday-Sunday
18h00-06h00
2
Communication Cleaners
02AL280U 212m2 8 Monday-Friday 07h30-16h00
Building dayshift
2
5 days per
Standby Plant week
02AL281U 67m2 8 Monday-Friday 07h30-16h00
Workshop Comms

Mess and Ablution


02AL296U 288m2 8 Monday-Friday 07h30-16h00
Facilities

Admin Building 02AL302 251m2 8 Monday-Friday 07h30-16h00

06h00-18h00
Mess and Ablution 02YL032 200m2 24 Monday-Sunday
18h00-06h00

Prefab Rest 06h00-18h00


50m2 24 Monday-Sunday
Rooms 18h00-06h00

06h00-18h00
Park Home 20m2 24 Monday-Sunday
18h00-06h00
2 cleaners
Total staff

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 135 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Table 7 Personnel requirements for Newcastle

Size Personnel Number of Working


Premises Description Working days
(M2) assignment staff per day Hours

Mess and
Newcastle 59 5 07H00-15h00
Ablution
Newcastle Workshop 138 5 07H00-15h00
Mess and
Newcastle 128 5 07H00-15h00
Ablution
903
Newcastle Office WI Depot 147 5 07H00-15h00

MESS AND
Newcastle ABLUTION- 147 5 07H00-15h00
ELECT DEPOT /

Cleaners 26
MESS AND (day)
Newcastle ABLUTION- 289 Cleaners 7 5 07H00-15h00
ELECT DEPOT 1 (night)
Supervisor 1

ELECT DEPOT
NEWCASTLE
Newcastle 433 5 07H00-15h00
OFFICES
WSHOP 2

GARAGES ELECT
Newcastle DEPOT 314 5 07H00-15h00
NEWCASTLE /
S&T
WORKSHOP-
Newcastle 48 5 07H00-15h00
DEPOT-
NEWCASTLE /
MESS AND
ABLUTION-
Newcastle 48 5 07H00-15h00
SIGNALS.DEPOT
/
Newcastle Garages 251 5 07H00-15h00

SLING STORE-
Newcastle DIESEL DEPOT- 35 0 This is a store
NEWCASTLE /

Newcastle Admin Office 560 7 24hours


Newcastle General room 94 7 24hours
Newcastle Garages 500 24hours
Newcastle Training office 23 0

Newcastle Foremans Office 123 7 24hours

Newcastle Cabin 80 7 24hours

Newcastle Kitchen/Ablution 194 7 24hours

Newcastle Control piont 80 7 24hours


CONTROLLERS
Newcastle 34 7 24hours
CABIN 114
Maintenance
Newcastle 134 7 24hours
Asst. Cabin
Examiner &
Newcastle 64 7 24hours
Repair Cabin

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 136 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Newcastle Mess & Ablution 64 5 24hours

Newcastle Exhauster Room 38 1 Exhauster Room


UP yard
Newcastle Rest Room 140 7 12hours
Newcastle Office 745 5 12hours

Training, section
Managers,
Newcastle Security at 1030 5 24hours
Newcastle
station

Exhauster Room
Newcastle 38 1 Exhauster Room
DOWN yard

Control point
Newcastle 34 7 24hours
113
Newcastle Ablutions 94 5 24hours
Newcastle Garages 1809 24hours
Control point
Newcastle 160 7 24hours
115
Newcastle Office 97 7 24hours
Yard Marsters
Newcastle 80 7 24hours
building
CTC-BUILDING .
Newcastle 2590 5 24hours
/
Newcastle Ablution 866 5 8hours
Newcastle C & W Building 1441 5 12hours
Newcastle Office 36 7 24hours
Newcastle Toilets 13 7 24hours
Newcastle Shed 81 7 24hours
Newcastle Offices 159 7 24hours
Newcastle Ablution 25 7 24hours
Newcastle Client Centre 715 5 24hours
Newcastle Security Office 85 7 8hours
Newcastle Garages 228 24hours

Newcastle Ablutions Facility 30 7 24hours

Newcastle Locker Room 30 7 24hours


Newcastle Office 30 7 24hours
Examiner &
Newcastle Mittal Repair +
170 7 24hours
Yard Maintenance
Cabin

2.7.4 The contractor shall bear sole responsibility for the recruitment, training, and provision of uniform,
remuneration and engagement with cleaning personnel whatsoever is required for the provision
cleaning services.
2.7.5 The Successful Bidder shall provide to Transnet within <7 days of appointment>, the identity of all staff
allocated to the contract, specifying whether they are employed on a permanent or temporary basis and
furthermore supply copies of identification documents for each individual.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 137 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

2.7.6 Transnet prefer low supervisor to personnel ration to avoid Supervisors being overwhelmed by the large
number of employees to supervise.

2.7.7 There must be good coordination and communication between supervisors and their subordinate, and
teams must be efficiently managed.

2.8 Cleaning personnel

2.8.1 Cleaners should be observant, keen, alert, efficient, willing and pleasant; and adequately trained to
guarantee a high cleaning standard.
2.8.2 Personnel shall at all times be neat dressed in identifiable uniform.
2.8.3 The Successful Bidder is encouraged to retain their staff for total duration of the contract however in
the event of staff replacement; the Contractor shall inform Transnet in writing <7 days> prior to the
replacement of any staff and submit identification of the new appointee(s).
2.8.4 The Service provider shall immediately substitute any staff found to be absent for whatever reason in
order to ensure continued of service, refer to clause <2.4>.
2.8.5 Personnel shall report maintenance matters, faults, and health and safety concerns to their supervisor
for attention. Supervisors must follow up and escalate maintenance issues to Property Management.

2.9 Relief staff

2.9.1 The Service provider is responsible for providing a continuous service to Transnet. If a cleaner is ill,
away or on leave, it is the Contractor’s responsibility to ensure that the service is still provided, as such
shall make alternative arrangements.
2.9.2 The contractor is expected to have bank of temporary relief staff as contingency to absenteeism.
2.9.3 The Site Manager shall be responsible for the proper arrangement of substitute staff and such person
shall be on site for total working hours for the total days for which they are required.
2.9.4 In case of emergency or unplanned leave, the Site Manager shall be allowed until 09h00 to have the
substitute staff on site. Failure to adhere to this will result in <specify penalty>.

2.10 The Supervisor

2.10.1 The Supervisor, who has sound knowledge and experience in supervising cleaning works for high quality
buildings, shall effectively supervise cleaning personnel and all daily operations at the Contractor’s own
cost.
2.10.2 The supervisor shall be sufficiently experienced, and CV of such person shall be submitted where
required. Transnet reserves the right at its own discretion to validate information provided through
listed references.
2.10.3 The Supervisor shall be on the premises daily to report and where possible remedy any faults or
irregularities which may affect daily operation.
2.10.4 He/she must escalate all faults, health and safety concerns and maintenance issues reported by
personnel to Property Management.
2.10.5 The onsite Supervisor must be trained and understand the contract requirements so they can translate
the requirements into tasks that a cleaning person can handle and execute in a timely manner.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 138 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

2.10.6 The Supervisor must furthermore ensure the balance of activities between personnel, working time,
equipment and supplies required to execute the tasks.
2.10.7 The supervisor shall draw-up daily work schedules for staff under their management.
2.10.8 The Supervisor shall ensure relevant personnel are registered in the work schedules including areas to
which they are assigned.
2.10.9 Supervisor shall ensure the monitoring schedule is displayed on rest room doors and shall be
responsible for the management and sign off of the schedule during hourly rounds.
2.10.10 The Supervisor shall keep accurate records of attendance of staff and work schedules. These records
must be made available to Transnet Property Management when required.
2.10.11 The Supervisor shall perform daily walk-about and evaluation of all cleaning operations for areas under
their supervision.
2.10.12 The onsite Supervisor must be able to conduct a work orientation of the service personnel are to
provide in areas of the buildings.
2.10.13 The Supervisor must be able to train personnel. This would include on the job training and facilitation of
personnel to ensure they understand the layout of their run, the time allotted for each task, equipment
and chemicals utilised and their proper and safe use.
2.10.14 The Supervisor must ensure balanced and even distribution of equipment and consumables between
personnel.
2.10.15 The onsite Supervisor must have sufficient soft skills to engage personnel, building manager/s and
Transnet employees who may have need of his/her time and attention.
2.10.16 People skills, basic math, training ability and scheduling are few of the skill sets required of competent
Supervisor assigned to this contract. A well-motivated supervisor shall go a long way in providing good
service to Transnet.

2.11 Site Manager/Customer Service Manager

2.11.1 The Service provider shall appoint a Site Manager/Customer Service Manager to the contract.
2.11.2 The Manager shall have the experience and competence to address contractual and service problems,
provide guidance to supervisors and personnel alike, remedy situations that arise and present feedback
to Transnet Property Manager as required.
2.11.3 Transnet representative shall direct all communication to Manager of their delegated person regarding
any service and contract related matters and the onus shall rest with the Manager to communicate
further to Supervisors and cleaning staff and/or remedy the situation as the situation may require.

3. Training

3.1 Staff shall be given on the job training on the and be exposed to mentoring and coaching,
3.2 Staff shall be afforded the opportunity to be up skilled and developed during the course of the contract.
3.3 The bidder shall provide a comprehensive training plan on formal and on the job training various skills
and modules.
3.4 The selected bidder is expected to conduct refresher training for personnel, assess skill gaps and
developmental needs and provide the needed training to personnel.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 139 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

4. Site File

4.1 The appointed service provider is required to provide a Transnet specific Site File which will include all
statutory and management information and documents such as:
 OHS Policy and Procedures;
 Safe works Procedures;
 Risk Assessments Procedures;
 Department of Labour documents e.g. COIDA, UIF and etc.
4.2 The Service provider will be required to provide a comprehensive site file within 30 days after
appointment.
4.3 The service provider will conduct a site assessment and to update, if required, any of its standard
procedures as listed above, to suit any Transnet specific site requirements.

5. Orientation sessions

5.1 Orientation sessions will be conducted annually by the Property Manager for the newly appointed
Service provider and staff.
5.2 Newly appointed staff will be orientated if there is staff turnover during the contract period. However,
the selected bidder is encouraged to retain their staff for total duration of the contract and a plan on
how this will be achieved should be submitted.

6. Meetings

6.1 Monthly meetings shall be held between Property Management, Contract manager/Site manager to
discuss the contract and service. Minutes of these must be kept in the Site file and be made available to
Property Management on request.
6.2 Emergency meetings may be held in urgent and emergency situations.
6.3 The Service provider shall hold monthly meetings with personnel to discuss among other things hygiene
and cleanliness, Occupational Health and Safety, skills and development, training etc.

7. General service requirements

7.1 The Contractor shall provide and promote good customer service
7.2 Display openness and transparency
7.3 Utilise protective clothing in all cleaning functions as appropriate
7.4 Ensure timeous cleaning of venues before and after events
7.5 Display signage all times in areas where cleaning personnel are working.
7.6 Cleaning during emergencies:
 In the event of an emergency, cleaning service must only be conducted as soon as it is deemed safe to
do so.
 In the event of flooding, emergency cleaning must be undertaken within 24 hours or as soon as
deemed safe.
7.7 Contractor’s staff are prohibited from taking in their possession any objects property of Transnet
irrespective of size or value.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 140 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

8. Equipment

8.1 The service Provider shall supply all equipment and tools required to render the daily cleaning service.
8.2 Maintenance of equipment shall be responsibility of the Service Provider and all costs associated with
maintenance of equipment shall be borne by him.
8.3 The Service Provider shall ensure that defective equipment is either be replaced or repaired as the case
may require, within 24 hours from the time that such defective equipment is reported by personnel or
Transnet Freight Rail Property Management.
Equipment list
Low noise industrial vacuum cleaners
Mops/mop caddy
Floor machines and burnishers
Mop bucket and wringer
Pressure washer
Mops and pads microfiber
Wet/dry mop
Janitorial trolleys
Cleaning caddy
Buckets Single and double bucket
Ladders Long & short
Industrial cleaner
High pressure cleaner
Industrials scrubbing machine with buffing accessories
Colour coded cleaning cloths Microfiber (3 per cleaner)
Brooms Hard and soft brooms
Extension cord
Caution/hazard sign
Toilet brushes
General purpose/ Heavy duty elbow-length gloves
Spray bottle
Dustpan and brush sets
Feather duster short and long
Plastic putty knife/soft scrub (to scrape soap scum)
Scrubby sponge/ sponges
Dish scrubber
plunger
Knee pads
Flood pumper
Squeegee
Janitor’s cart with heavy duty bag

8.4 Great care must be taken to assure that brushes and equipment are cleaned to avoid cross-
contamination

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 141 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

8.5 Cloths, mops and pads must be laundered after use and dried as necessary.
8.6 No dirty or foul smelling equipment shall be used.

9. Cleaning consumables
9.1 The contractor shall provide chemicals and materials which are not harmful to either persons or the
environment.
9.2 Transnet has preferred products based of historic use. However their proposed use will not advantage
the tenderer in any way.
9.3 Alternative products may be considered provided they are proven safe and desirable.
9.4 Such alternative products may be subject to Transnet prior approval, and samples may be required from
shortlisted bidders when appropriate during the tender process.

List of consumables
Ammoniated cleaner
Ammonia stripper/ non ammoniated stripper
Liquid polish stripper
Heavy duty refuse bags
All Purpose cleaner (For removal of lime and urine deposits on toilet bowls.
Thick. Highly foaming. Extremely acidic)
Toilet scrubber
Antiwax
General degreaser
Probiotic Cleaner
Floor emulsion polish and wax
Shoe covers
Disposable gloves
Deep cleaning liquid
Wood polish
Window cleaner
Dishwasher
Furniture Polish
Colour coding cloth
Mutton cloth
General disinfectant
Heavy duty soap
Neutral soap
Carpet cleaner/ shampoo
Paper towels and cleaning rags
Waste bags (to fit rubbish bins)
Air freshener
Antibacterial soap

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 142 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

List of consumables
Dish soap
Bleach
Anti-dust spray
Insecticides
Toilet Paper (2 Ply)

10. Scope of service and schedule

 The Service provider shall render good quality service wherein proper equipment, biodegradable
chemicals and material are used, well trained personnel and experienced supervisors provide the
cleaning service and general expertise is applied in ensure a satisfactory service.

 Cleaning personnel shall have access to areas in the building as inducted by the Property manager.
Personnel should be allowed to carry out their duties in these areas, unless a department requests
differently.
 The confidentiality and sensitivity of some work areas must be considered; therefore reasonable
arrangement must be made with Property management for access to these areas.
 It shall be the responsibility of related employees to ensure adherence to good governance and have all
confidential documentation kept under lock and key.

10.1 Cleaning of floor types

 The different floor types shall be cleaned according to requirements for each type. Care must be
exercised in the cleaning process; ensuring the use of material that is not harmful to the floor type and
preserves its good quality and longevity.
10.2 Windows and blinds

 Blinds in offices to be deep cleaned twice a year <specify time>;


 High windows to be cleaned four times a year;
 Window sills must be wiped clean of all dust daily;
 Window handles must be cleaned and polished with metallic polish once monthly;
 All ground and eye level windows (inside and outside) must be cleaned once monthly.

10.3 Doors

 All revolving glass doors must be cleaned once monthly;


 Doors must be wiped clean of dust and dirt monthly;
 Door handles to be dusted and cleaned weekly.

10.4 Walls and surfaces

 Walls and surfaces must be wiped clean of all marks and dirt with a clean damp cloth
 High dusting of walls and corners to be done weekly;

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 143 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

 Low walls must be wiped off weekly;


 Washing of walls monthly using SABS approved cleaning detergents;
 Damp cleaning of doors, door frames and cupboard doors weekly.

10.5 Restrooms and ablution facilities:

 Restrooms and ablution facility floors must be cleaned daily;


 Walls and wall tiles cleaning of weekly
 Daily cleaning and disinfection of all toilets, urinals, basins and drains;
 Cleaning of restroom door handles, taps, and equipment must be done weekly;
 Mirrors must be cleaned weekly to a clear and shiny finish.

10.6 Equipment and appliances

 Cleaning and disinfection of domestic appliances with SABS approved cleaning materials daily.

10.7 Workstations

 Tables must be wiped clean twice weekly with clean damp cloth;
 Office machinery and utilities (telephones, photocopier machine, desktop, laptop etc.) must be dusted
and wiped clean twice weekly.

10.8 Upholstery (suites, chairs, couches etc.)

 Deep cleaning of upholstered furniture quarterly.

10.9 Cleaning scope and schedule

 Water/detergent solutions must be changed frequently and cleaning must be done with clean water
solution.
 Soil must be removed from the equipment by scraping the surfaces or soft rubbing depending on
surface type, and swept off prior to application of water solution.
Area Cleaning function Frequency
Offices, workstations and boardrooms
Office equipment, Dust all equipment with microfiber cloth Twice weekly
Photocopier Machines, Wipe clean with clean damp cloth Twice weekly
Printers , Phones,
handsets,computers/Laptops
Desk, tables, chairs Dust clean with microfiber cloth Twice weekly
Wipe clean with clean damp cloth Twice weekly
Polish with furniture/wood polish Twice weekly
Waste bins Empty bins in morning and afternoon Twice daily
Wipe bins clean Daily
Disinfect with liquid disinfectant Daily

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 144 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Area Cleaning function Frequency


Floor type: carpet floors Vacuum floors Once weekly
Spot clean with detergent solution to remove stains, vacuum dry When required
Floor type: teak block floors Sweep clean of all dust – apply a film of spirit solvent
 wax (do not use water emulsion wax unless the floor has been
thoroughly sealed), or, where the traffic density is high, natural paste
wax. Allow the liquid polish time to harden. Buff daily with a suitable
polishing machine.
Floor type: cork flooring  Spills must be wiped away almost immediately from floor. Sweep clean
or vacuum free of dirt, dust, grit and debris. Damp mop once a week
or when required. Avoid wet mopping as excess as excess water may
seep between the tiles and loosen them from the floor. The floor should
be thoroughly dried.
 The floor should be cleaned with a good quality mild-wood floor
detergent, non-abrasive soaps and cleaning material. Then dry steel
wool (or gauze) may be used to remove stains and clean badly soiled
areas. When dry, the floor should be sealed with either a polyurethane
or oleo resinous seal. Such sealing is a specialized process and should
not be attempted other than under experienced supervision.
 If the floor is not sealed, it then requires to treat the surface with
several coats of high-grade polish or to fill up the pores. Over this base
any polish including emulsions can be used. However, whatever polish
is applied, it is to be stripped at regular intervals and followed by
frequent maintenance detailed below.
 For subsequent maintenance, an occasional application of floor wax,
either solvent bound or an emulsion polish will considerably extend the
life of the seal and provide a better resistance to scuff marks.
Floor type: concrete floor  Bright bronze must be kept free form dust during the process of toning
bronze finish down, so that the atmosphere may act on it evenly until the required
colour is obtained. This action must then be checked and the surface
preserved by building up on it (by frequent applications of wax polish) a
coating of hard wax, impervious to moisture and easily polished.
 Chemically toned bronze requires the action of the atmosphere for a
short time after fixing to “see” it to its permanent shade, during which it
should be kept free form dust by occasionally cleaning with a little
petrol. After which the surface should be protected in the same way as
natural toned bronze. N.B. – The usual kinds of metal polish, and oil
such as paraffin, should on no account be used. An approved natural
wax may be used. Apply with a cloth pad and allow to dry. When
thoroughly dry buff to a brilliant finish.
Floor type: concrete floor  Chrome finishes rarely require anything more than a rub down with a
chrome finish soft cloth, but to prevent pitting such finishes may be cleaned once a
month with chrome cleaners.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 145 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Kitchen
Area Cleaning function Frequency
Appliances and kitchen Wash with liquid soap solution and wipe clean Twice weekly
equipment Wipe clean Daily
Kitchen sink Wash with liquid soap solution and wipe clean Daily
Disinfect with liquid disinfectant Daily
Floor type: tiles  Sweep clean of all dust – scrub with approved liquid detergent solution Daily
– wash down thoroughly with clean water – remove all excessive water
from surface with clean cloth.
 An approved water emulsion polish may be applied to tile walls where a
highly polished finish is desirable.
N.B. – Unsafe cleaning detergents that will eat away the concrete
grouting surrounding the tiles must be avoided.
Floor type: White or  Dust mop to avoid grit from building up Daily
coloured rubbed granite  Sweep clean of all dust – mop with warm-hot water to remove stubborn Twice weekly
stains-mop with approved liquid detergent solution – wash down
thoroughly with clean water and remove all excess water with clean
cloth.
 Apply granite polish on floors, wipe with soft cloth and buff. N.B. – When required
Avoid the use of metal brushes or wire wool or acidic cleaning agents.
Floor type: thermo-plastic  Sweep clean of all dust – wash with a weak solution of approved liquid
(asphalt or vinyl) tiles detergent, wash down thoroughly with clean water and dry with clean
cloth. Apply a thin film of water emulsion Polymer type polish which is
self-polishing and dries with a bright surface in about 20 minutes. After
repeated applications of polish, a “build-up” old polish may occur – this
may be removed by the use of an approved concentrated detergent
cleanser of the appropriate type of stripping agent
Floor type: linoleum  As for Thermo-plastic Tiles.
N.B. – High quality paste wax and spirit solvent wax can be used if
traffic conditions are heavy. They should be applied generously, allowed
to dry thoroughly and then buffed to a brilliant finish using a suitable
polishing machine
Light fitting and switches Wipe clean with damp cloth Twice weekly
Furniture Wipe clean with damp cloth Twice weekly
Polish Twice weekly
Cupboards and counters Wipe clean with damp cloth Twice weekly
Polish with furniture/wood polish Weekly
Tea cups and utensils Wash with warm water and liquid dishwasher Rinse and dry Twice daily
Rest rooms and ablution facilities
Ablutions must be cleaned fully once a day (in the morning) and spot cleaned in the afternoon. In a reception area or in
high traffic areas ablutions must be fully cleaned twice daily.
Toilet bowls Wash the inside with soapy solution and toilet brush Twice daily
Wipe clean with clean damp cloth. Sanitize
Urinals Wash the inside with soapy solution and brush. Wipe clean with clean Twice daily
damp cloth. Sanitize

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 146 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Area Cleaning function Frequency


Hand basins Wash with soapy solution and cloth. Wipe clean with clean damp cloth. Twice daily
Sanitize
Taps Wash with soapy solution and cloth. Wipe clean with clean damp cloth.
Sanitize
Mirrors Wipe clean with damp cloth and window cleaner dry with dry cloth. Daily
Shine with cloth and window cleaner
Floors: Glazed tiles  Brush clean of all dust – scrub with an approved liquid detergent Daily
solution – wash down thoroughly with clean water and dry thoroughly
with clean cloth. N.B. – Each operator should clean, rinse and dry an
area of about 1m2 at one time. This allows time to rinse before the
cleaning solution has had time to dry and cause streaks.
Walls and wall tiles Wipe with damp cloth Daily
(Bathroom wall tiling to Disinfect
2000 mm height above Spot clean When required
finished floor level)
Doors, door frames and Spot clean When required
handles Wipe with damp cloth and polish Weekly
Vanity tops Clean with cloth and soapy solution. Sanitise Daily
Toilet equipment (paper Clean and wipe with damp Weekly
dispensers, SHE cloth and disinfectant solution
Bins, waste bins, etc.) Disinfect Weekly
Common rooms and areas (reception areas, entrance hall)
Furniture Dust Daily
Polish with furniture/wood polish Weekly
Steam clean Quarterly
Upholstery Dust Daily
Floor type: Terrazzo  Sweep clean of dust, crumbs, loose dirt and debris– wet mop with Twice weekly
neutral liquid detergent solution – allow wet solution for few minutes,
wash down thoroughly and rinse with clean water – remove all excess
water and dirt from surface with clean cloth or wet vacuum or
squeegee. Buff floor to restore shine. An approved water emulsion
polish may be applied to mosaic tile walls and dados where a highly
polished finish is desirable. Dry mop to remove dust N.B. – Avoid
unsafe cleaning detergents, acids or other corrosive liquids that may eat Daily
the concrete matrix away from the marble chips.
Entrance area
Floor type: quarry tiles  Sweep clean of all dust – scrub with an approved liquid detergent
solution - wash down thoroughly with clean water and dry thoroughly
with clean cloth. If a dust free surface is required a coat of spirit
solvent wax can be applied. Allow drying out and when thoroughly
dried buffs to a brilliant finish preferably with a suitable polishing
machine. Do not use pigmented polishes without prior consent from

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 147 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

the Manager.
Area Cleaning function Frequency
Floor type: marble  Sweep clean of all dust – scrub with warm water and a non-caustic
detergent. Wash down with clean water and remove all excessive water
with clean cloth.
 The surface may be polished where a brilliant finish is desirable. As
required, a non-slippery liquid wax may be applied onto marble finishes.
N.B. – Avoid the use of acid which is harmful to marble.

Floor type: concrete painted


 Flat finish. Remove all surface dust with a soft brush, wipe down with
surface (oil) damp cloth containing weak approved detergent solution. Wipe down
with a clean damp cloth. Persistent stains may be removed by the
sparing use of a fine abrasive paste or powder.
 High gloss finishes. As above, but do not use any form of abrasive to
remove stains. The use of washing soda or any other highly alkaline
material should also be avoided. For a superior finish a high quality
paste wax can be applied and buffed to the required finishes.
Ramp (entrance ramp, ramp
for disabled persons etc.)
Stainless steel  Sweep clean. To maintain the original bright and clean appearance, Daily
accumulation of deposit from the atmosphere must be prevented. Weekly
Frequent careful washing with soap and water or an approved
detergent solution will maintain appearance indefinitely. Avoid the use
of abrasives and steel wool. Accumulated dirt may be removed by the
use of nylon web pad.
Aluminium  Sweep clean. Thoroughly wash down with water containing non- Daily
alkaline soap or detergent and dry thoroughly with clean cloth. Weekly
Accumulated dirt may be removed by the use of nylon pad. Occasional
application of a wax polish may preserve an attractive appearance. N.B
– Avoid the use of abrasive and steel wool.
Stairwells and landings
Handrails and fittings Wipe clean with damp cloth sanitize Weekly
Floor type: polished  Sweep clean of soil and dust – mop floor with wet mop in detergent Daily
concrete solution – remove all excess water from surface with wringed mop.
 An approved floor wax may be applied where a highly polished finish is
desirable Weekly
Floor type: rubber flooring  Before waxing it is essential that the surface should be perfectly clean. Twice weekly
 Avoid excessive use of water as this might creep between the joints of
the flooring and affect the adhesion of the rubber to the sub-floor.
 The best method of cleaning of the rubber floor is by means of a paste
cleanser applied with a damp cloth.
 Thorough rinsing is essential, again a minimum amount of water should
be used and the floor dried thoroughly with a clean cloth.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 148 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

 Good quality bar or liquid soap can also be used but soft soaps with
high alkalinity, liquids containing essential oils (e.g. turpentine and pine
oil) and coarse abrasives should be avoided.
 When clean, the floor should be treated with an approved water
emulsion Polymer type polish, which should be allowed to dry
thoroughly before traffic is allowed to pass over it.
N.B. – Solvent based waxes should not be used on rubber floors. White
spirit and other solvents such as petrol, benzine and paraffin attack
rubber flooring Causing it to become soft and sticky and “bleeding” of
colours may occur.
Walkways, hallways and corridors
Area Cleaning function Frequency
Skirting tiles and boards Wipe with semi dry cloth Weekly
Floor area and skirting Sweep and dust Daily
Damp mop and buff Weekly
Walls Spot clean Daily
Lifts
0 lifts in the building
Mirrors Wipe clean with damp cloth and window cleaner Twice weekly
dry with dry soft cloth
Shine with cloth and window cleaner
Floor type: Vinyl Remove refuse and litter Daily
Sweep clean of dirt and dust and prevent build up Daily
Dry mop
Damp clean with detergent solution- remove all excess water from Twice weekly
surface
Doors Wipe clean with disinfectant solution Weekly
External area
Parking area Remove refuse and litter Daily
Main entrance Damp mop Weekly
Polish Weekly
Common facilities and amenities that require cleaning function:
Facility/amenity Cleaning function Frequency
Waste bins
All waste bins Empty Twice daily
Wipe clean Daily
Disinfect
Blinds
Blinds Dust clean Weekly
Damp wipe Weekly
Vacuum Twice yearly
Curtains
Curtain Dust and fluff dust off Weekly

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 149 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Curtain rail Dust clean Monthly


Wipe with damp cloth
Windows
Area Cleaning function Frequency
Interior windows Wipe clean with damp cloth and window cleaner Weekly
Dry and shine
Wash thoroughly Quarterly
Exterior windows Wash thoroughly Quarterly
Window sills Dust clean Weekly
Wipe with damp cloth
Polish

Window burglar proofing Dust clean Weekly


Wipe with damp cloth Weekly
Doors
Burglar gates Dust clean Weekly
Wipe with damp cloth Weekly
Door handles Wipe with damp cloth Weekly
Polish Weekly
Glass doors Wipe clean with damp cloth and window cleaner Weekly
Dry and shine
Carpets
Fitted carpets Vacuum/dry cleaning Weekly
Spot clean When required
Steam clean Quarterly
Loose mats Vacuum Weekly
Spot clean When required
Steam clean Quarterly
High and low surfaces
Necessary safety precautions must be exercised when cleaning high lying areas
High ledges/shelves Dust clean Once monthly
Clean with semi dry cloth where required
Low ledges, skirting boards Dust clean Weekly
Clean with semi dry cloth where required Weekly
Walls
All walls Wash Quarterly
Spot clean When required
Clean with damp cloth Weekly
Pot plant holder
Pot plant holders Spot clean Weekly

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 150 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

10.10 Deep cleaning of carpets/loose mats and upholstered furniture (office chairs, arm chairs,
couches etc.)
 All deep and heavy duty cleaning tasks shall be carried out by a mobile cleaning team.
 The working time of the said mobile team shall be fixed at <time>.
 The team shall be appropriately trained in the use of scaffold system, waxing machine, etc. and shall
use and operate the necessary equipment such as gondola. Staff shall have proper qualifications
required in that respect that such shall be solely borne to the Contractor.

Carpet shampooing/Dry cleansing

(iv) Rotary brush method – Dry vacuum the area first, then shampoo carpeting carefully with a
good quality appropriately diluted liquid shampoo & to comply with the manufacturer’s
instructions for operating the rotary machine. Use wet vacuum immediately to remove
excessive water and slurry. After shampooing brush the carpet pile in the direction with a
carpet pile brush and warn users not to walk on the carpet until it is completely dry. As a final
operation, dry vacuum on the following day to remove any loose fluff and lint loosened by the
refinishing process.
(v) Dry foam method – Use a pile-lifting machine to run over the area first. A fully automatic
dry-foam machine which converts the liquid shampoo & into a foaming fluffy solution will be
operated (i) lay the fluffy solution, (ii) scrub with brushes in one pass and in one direction and
immediately suck up the slurry.
(vi) Steam extraction method – Use a fully automatic steam machine to jet heated solution of
appropriately mixed water and shampoo into the carpet under pressure in one pass and in one
direction and remove all loosened dirt instantly by simultaneous vacuum action.
N.B. – Before cleaning carpets with any of the above methods, it is essential to clear the room of all light
furniture and scrub a small area to check for colourfastness and backing wetness. Only skilled operators are
allowed to carry out such carpet shampooing and great care must be taken to prevent shrinkage and over-
wetting. A second pass may be necessary in heavily soiled areas.

10.11 Strip and seal


10.11.1 Strip and seal should be done twice a year <specify time> for vinyl and stone/ceramic floors.

11. Insurance
The service provider will be required to have insurance to protect himself and Transnet against liability
claims. Proof of such insurance must be submitted within 7 days of having been appointed.
2. Insurance of workmen in terms of provisions of the Compensation for Occupational Injuries and Disease
Act No.130 of 1993.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 151 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

12. Specification for waste separation services

12.1 Introduction
12.1.1 Transnet Freight Rail (TFR), an Operating Division of Transnet Ltd (SOC) requires the provision of a
comprehensive Waste Separation Service at Station precincts.

12.2 Scope of Work


12.2.1 The service provider shall be responsible for the efficient and effective management of the facilities to
satisfy the requirements of TFR.

12.2.2 The services shall include the following:

12.2.3 Waste Management within scope of contract on TFR buildings.

12.2.4 The scope of the services are detailed in Appendix A: “Service Level Agreement for Services at Station
Precincts”

13. Compliance to Environmental Laws


13.1 The Service Provider shall comply with the specifications of the National Environmental Management
Act, 1998, National Environmental Management: Waste Act, 2008 and Hazardous Substances Act, 1973
and any other applicable national environmental laws.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 152 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

SERVICE LEVEL AGREEMENT FOR WASTE SEPARATION SERVICES

Purpose of the Service Level Agreement

The Management Service Level Agreement covers the provision of Services for the compliance of Act
No. 59 of 2008: National Environmental Management: Waste Act, 2008 which support
Transnet Freight Rail’s business and operational requirements.

The Service Level Agreement objective is for the service provider to deliver a service to the requested
Transnet Freight Rail’s personnel and users of Transnet Freight Rail’s properties/buildings in respect to
the provision of the act.

Certification
The service provider will be responsible for the certification of the Services being provided. The
certification scheme is to be proposed by the service provider (including statutory compliance) and
agreed with Transnet Freight Rail. Transnet Freight Rail must be able to audit the methods and results
of the certification system.

The service provider must create and maintain adequate documentation to demonstrate conformance
with the Service standard.

Role and Functions


Transnet Freight Rail will provide a properly qualified person within the organisation who will serve as a
point of contact to the waste separation service provider Team. This person will be able to cover all
services and interfaces with the service provider, and will be responsible for the service provider’s
performance and the client assessment in regard to all aspects of the Contract

The service provider will provide a properly qualified person within their organisation who will serve as a
point of accountability to Transnet Freight Rail. This person must be able to cover all services and
interfaces with Transnet Freight Rail, and will be responsible for the service provider’s performance in
regard to all aspects of the Contract

Communication Plan
The service provider must design and implement a process that provides Transnet Freight Rail with
formal and informal communication and feedback. The service provider must develop a communication
plan that identifies key meetings (types, participants and cycles), reports and evaluation programmes.
The service provider must submit to Transnet Freight Rail sample reports, meeting agendas and
recommendations for resolving breakdowns in communication. The service provider must also produce
a record of all meetings with Transnet Freight Rail, and done in format(s) agreed by Transnet Freight
Rail.

Environmental Requirements
The service provider must adopt and comply with Transnet Freight Rail’s Environmental policies, targets
and ISO 14001. The Facilities Management service provider must implement the waste management
process based on waste hierarchy and further provide waste management infrastructure (colour coded
waste collection bins) that encourages waste separation at source, re-use and recycling and proper
waste management disposal. The service provision shall conduct waste accounting exercise per month
and reconcile waste volumes per type, recycled and re-used. The Facility Management Service provider
shall submit to TFR Real Estate Management, monthly waste statistics and accompanied waste disposal
certificates.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp
Transnet Request for Proposal No HOAC-DNR-31958 Page 153 of 153
RFP for the Provision of cleaning and waste separation services for a period of twenty four Returnable document
(24) months for the Durban Coastal and KZN Inland Areas

Waste Management, Including Hazardous Waste

Service Scope of Service: Processes & Performance Measurements Penalty


Normal Requirement Documents Standards / criteria / Key
Service Level Performance
Indicator
Waste Mgt.  Provision of waste  National Waste  Waste separation
infrastructure Management Policy infrastructure
Including (waste separation provided
bins) to support waste
Hazardous separation initiative  Waste
for re-use and Management  Monitor and
Waste
recycling programme. Hierarchy provide monthly
reports on
performance and
 Specifically provide  South African provide
waste containers for National standards consolidated
hazardous materials monthly report
and appropriately
 SANS 10400
transport and dispose
at Hazardous Landfill  Waste
Site. transfer/disposal
 TFR Integrated
certificates
Management
System (IMS)
 Store waste as per
Policy Statement  Waste stream
the requirements of
internal policies, SANS statistics
Codes and regulatory  TFR Waste
requirements Management
Framework
 Transport waste from
the building in line  Waste separation
with the applicable guideline
regulatory
requirements.

 Use waste registers to


record collected waste
per type and compile
an updated waste
database.

 Manage the collection


and provide reports
capturing volumes on
individual waste
categories.

_____________________________ ____________________________
Respondent’s Signature Date & Company Stamp

Potrebbero piacerti anche