CLARIFICATION MEETING LONG TERM SUPPLY OF COAL DATE: 16 OCTOBER 2019 - - PowerPoint PPT Presentation

clarification meeting
SMART_READER_LITE
LIVE PREVIEW

CLARIFICATION MEETING LONG TERM SUPPLY OF COAL DATE: 16 OCTOBER 2019 - - PowerPoint PPT Presentation

CLARIFICATION MEETING LONG TERM SUPPLY OF COAL DATE: 16 OCTOBER 2019 VENUE: FRANKLIN AUDITORIUM Agenda Time allocated Description Responsibility (minutes) 1. Emergency Evacuation Procedure 3 Safety Representative 2. Welcome, opening and


slide-1
SLIDE 1

CLARIFICATION MEETING LONG TERM SUPPLY OF COAL

DATE: 16 OCTOBER 2019 VENUE: FRANKLIN AUDITORIUM

slide-2
SLIDE 2

Sensitivity: Confidential

Agenda

Description Time allocated (minutes) Responsibility

  • 1. Emergency Evacuation Procedure

3 Safety Representative

  • 2. Welcome, opening and apologies

3 Karabo Rakgolela

  • 3. Introduction, Eskom Team and Agenda

10 Fulu Nematswerani

  • 4. Commercial

20 Melody Mc Currach

  • 5. Technical

20 Sunjay Andhee/Tony Cumming

  • 6. Safety and Health

20 Pulane Raophala/Eric Mohlodine

  • 7. Environmental

20 Shumani Mavhungu

  • 8. Finance

20 Rehana Moola/Sagren Govender

  • 9. Supplier Development, Localisation and

Industrialisation (SDL&I) 20 Phinda Ndabula/Martin Sabelo

  • 10. E-auction

10 Rakgomo Setshedi/Martin Nndwambi

  • 11. Lessons learnt from previous RFP’s

15 Phiwa Makhoba

  • 11. Questions and answer section

20 All participants

2

slide-3
SLIDE 3

Sensitivity: Confidential

Objectives and introduction

3

The objective of this session is to present and clarify the enquiry documents for the following RFP’s:

GEN 3313 Supply of an estimated 50 (fifty) million tons of coal to Kriel Power Station for a period of 10 (ten) years GEN 3314 Supply of an estimated 100 (hundred) million tons of coal to Tutuka Power Station for a period

  • f 20 (twenty) years

GEN 3315 Supply of an estimated 100 (hundred) million tons of coal to Matla Power Station for a period of 15 (fifteen) years GEN 3316 Supply of an estimated 13.6 (thirteen point six) million tons of coal to Camden Power Station for a period of 5 (five) years

slide-4
SLIDE 4

Sensitivity: Confidential

Eskom Representative and contact person:

GEN 3313

4

Supply of an estimated 50 (fifty) million tons of coal to Kriel Power Station for a period of 10 (ten) years Eskom Representative: Name : Melody McCurrach E-mail : Mcurram@eskom.co.za Landline : +27 11 800 2660 Enquiry closing Date : 03 December 2019 Enquiry closing time : 10:00 am (SAST) Enquiry Price : Free of Charge All enquiries during and after the tendering process shall be directed to the above buyer as stipulated in the enquiry document GEN 3313

slide-5
SLIDE 5

Sensitivity: Confidential

Eskom Representative and contact person:

GEN 3314

5

Supply of an estimated 100 (hundred) million tons of coal to Tutuka Power Station for a period of 20 (twenty) years Eskom Representative: Name : Penny Shabangu E-mail : MlangeNP@eskom.co.za Landline : +27 11 800 2851 Enquiry closing Date : 26 November 2019 Enquiry closing time : 10:00 am (SAST) Enquiry Price : Free of Charge All enquiries during and after the tendering process shall be directed to the above buyer as stipulated in the enquiry document GEN 3314

slide-6
SLIDE 6

Sensitivity: Confidential

Eskom Representative and contact person:

GEN 3315

6

Supply of an estimated 100 (hundred) million tons of coal to Matla Power Station for a period of 15 (fifteen) years Eskom Representative: Name : Phumzile Malape E-mail : Nyalunpe@eskom.co.za Landline : +27 11 800 5395 Enquiry closing Date : 06 December 2019 Enquiry closing time : 10:00 am (SAST) Enquiry Price : Free of Charge All enquiries during and after the tendering process shall be directed to the above buyer as stipulated in the enquiry document GEN 3315

slide-7
SLIDE 7

Sensitivity: Confidential

Eskom Representative and contact person:

GEN 3316

7

Supply of an estimated 13.6 (thirteen point six) million tons of coal to Camden Power Station for a period of 5 (five) years Eskom Representative: Name : Fulu Nematswerani E-mail : Nematsf@eskom.co.za Landline : +27 11 800 3858 Enquiry closing Date : 29 November 2019 Enquiry closing time : 10:00 am (SAST) Enquiry Price : Free of Charge All enquiries during and after the tendering process shall be directed to the above buyer as stipulated in the enquiry document GEN 3316

slide-8
SLIDE 8

COMMERCIAL

slide-9
SLIDE 9

Sensitivity: Confidential

Conditions of tender

9

SD&L Mandate

1

The tender/proposal shall be submitted as follows:  one (1) complete original file;  one (1) complete hard copy of the original file;  An additional soft copy may be included in the submission. Hard copies take precedence over the soft copies Where a tenderer does not submit an original tender and one complete hard copy of the

  • riginal tender at the tender deadline, the tenderer will be disqualified.

The original and complete hard copy of the tender must be clearly divided into the following sections:

  • Commercial (As per Commercial Tender Returnable)
  • Technical (As per Technical Tender Returnable)
  • Finance (As per Finance Tender Returnable)
  • SDL&I (As per SDL&I Tender Returnable)
  • Safety & Health (As per Safety & Health Tender Returnable)
  • Environmental (As per Safety & Health Tender Returnable)

Tenderers are advised to submit the tender in the above order

slide-10
SLIDE 10

Sensitivity: Confidential

Tender Submission Address

10

SD&L Mandate

1

The place for delivery of the tenders is the Eskom Tender Box, situated at the following delivery address: Tender Office Retail Centre Megawatt Park 1 Maxwell Drive Sunninghill Sandton

slide-11
SLIDE 11

Sensitivity: Confidential

Tender closing dates

11

Closing date of clarification on enquiry documents: 5 (five) working days before the deadline for tender submission)

GEN 3313 3 December 2019 10:00 (SAST) GEN 3314 26 November 2019 10:00 am (SAST) GEN 3315 6 December 2019 10:00 (SAST) GEN 3316 29 November 2019 10:00 am (SAST)

slide-12
SLIDE 12

Sensitivity: Confidential 12

Evaluation Criteria

Eskom will utilise the following evaluation method in selecting preferred Service Provider(s), if so required. A responsive tender will be evaluated on the following criteria: 1. Basic Compliance 2. Commercial Evaluations 3. Functionality (Technical Evaluation) 4. Price Evaluation 5. SDL & I (Contractual Requirements) 6. Safety & Health (Contractual Requirements) 7. Environmental (Contractual Requirements)

slide-13
SLIDE 13

Sensitivity: Confidential 13

BASIC COMPLIANCE Failure to submit a complete original tender and a copy of the original tender, meet eligibility criteria and to submit mandatory tender returnables for evaluation will render the submission as “non-responsive” and will be disqualified from further evaluations. FUNCTIONALITY NB: Tenderers who do not meet the above functionality threshold of 60% will not be evaluated furthervehresholof30% will not be evaluated further

Evaluation Criteria

Criteria: Weightings Technical (Refer to the Functionality Evaluation Criteria) 100% Overall minimum threshold for qualification 60%

slide-14
SLIDE 14

Sensitivity: Confidential 14

PRICE EVALUATION Calculate price points out of 90 (Price = Tendered or evaluated price). This evaluation will be based on item pricing; Where: Ps = Points scored for price of the tender Pt = Rand value of tender Pmin = Rand value of lowest acceptable tender

Evaluation Criteria

Adjudication Criteria Points 90

         min min 1 90 P P Pt Ps

slide-15
SLIDE 15

Sensitivity: Confidential 15

Evaluation Criteria (PPPFA, 2000, PPR, 2017)

The tenderers will be evaluated in accordance to PPPFA regulation of 2017. 7 (2) where the tenderers will be allocated points as per B-BBEE scorecard below: B-BBBE Number of points 90/10 system 1 10 2 9 3 8 4 5 5 4 6 3 7 2 8 1 No-one compliant contributor

slide-16
SLIDE 16

Sensitivity: Confidential 16

Contractual Requirements

  • Contractual Requirements will be applied after evaluation and will be linked to

contract award

  • Contractual Requirements may not necessarily be linked to the allocation of points

for further scoring

  • The following will form part of the Contractual Requirements:
  • Financial Analysis
  • Safety and Health
  • Environmental
  • SDL&I

NB: The above are pre-requisites for contract award

slide-17
SLIDE 17

Sensitivity: Confidential 17

Tender Returnables

  • TENDER/PROPOSAL must be submitted as per below:

one (1) complete original file; one (1) complete hard copy of the original file An additional soft copy maybe included in the submission. Hard copies take precedence over the soft copies

  • All MANDATORY TENDER RETURNABLES must be submitted with the tender

document in order to be responsive. Please ensure that the returnables are complete before submission

  • Tenderers who do not submit MANDATORY TENDER RETURNABLES as at the

stipulated submission deadlines will be disqualified

  • Tender returnables required for both mandatory tender returnables for evaluation and

for contract award:

slide-18
SLIDE 18

TECHNICAL

slide-19
SLIDE 19

19 Sensitivity: Confidential

Functionality Criteria for Technical Scoring and Mandatory Returnables

slide-20
SLIDE 20

Sensitivity: Confidential

Functionality Criteria for Technical Scoring – Threshold is 60%

20

FUNCTIONALITY CRITERIA FOR TECHNICAL SCORING

1. Tenderers who do not meet the threshold of 60% for technical scoring will be disqualified. 2. The criteria for scoring is as shown in the following slides Criteria: Weight KPA 1: Returnables 5% KPA 2: CPR/Completed Technical Report information 45% KPA 3: Quality Specification Offered 50%

Threshold 60%

slide-21
SLIDE 21

Mandatory Returnables – Technical Evaluation Report / Competent Person’s Report (CPR) – Required for KPA 1 and KPA 2 Scoring

21

  • 75% and above scores 5% under KPA1 – Returnables
  • Less than 75% scores 2.5% under KPA1 – Returnables
slide-22
SLIDE 22

Sensitivity: Confidential

Technical Scoring – KPA 1

22

KPA 1: RETURNABLES AS PER GUIDELINES PROVIDED IN ANNEXURE P

  • Presentations will not be considered as Competent Person’s Report

(CPR) / Technical Report

  • 75% and above scores 5% under KPA1 – Returnables
  • Less than 75% scores 2.5% under KPA1 – Returnables

No Evaluation Parameter Weight (%) 1 2 3 4 5 KPA 1: RETURNABLES 0% 2.5% 5.0% 1.1 Completeness of Competent Person's Report or Technical Report as per the guidelines provided in Annexure P 5% Not submitted Incomplete Submitted Complete 1

slide-23
SLIDE 23

Sensitivity: Confidential 23

KPA 2: INFORMATION CONTAINED IN THE COMPETENT PERSON’S REPORT / TECHNICAL REPORT

KPA 2 : INFORMATION CONTAINED IN THE COMPETENT PERSON'S REPORT / TECHNICAL REPORT 0% 3% 2.1 Information on seams present / stratigraphy is contained in the report 3% Not contained in report Contained in report 2.2 Information on seam cut off / discount factors applied for tons is contained in the report 3% Not contained in report Contained in report 2.3 Information on seam cut off applied / discount factors for Coal Qualities is contained in the report 3% Not contained in report Contained in report 0% 18% 2.4 Information on Reserve / Resource Tonnage Categories GTIS/TTIS, MTIS is contained in the report 18% Not contained in report GTIS or TTIS

  • r MTIS

0% 4.5% 9.0% 13.5% 18.0% 2.5 Information on Coal Quality Parameters; Calorific Value, Ash content, Volatile matter content and Sulphur content is contained in the report 18% None 1 parameter 2 parameters 3 parameters 4 parameters 2

Technical Scoring – KPA 2

For the reserve / resource tons to score 18%, the Gross Ton In-situ (GTIS) or the Total Tons In-situ (TTIS) or Mineable Tons In-situ (MTIS) must be provided.

slide-24
SLIDE 24

Mandatory Returnables – Proposed Coal Quality Specifications – Required for KPA 3 Scoring

24

ANNEXURE O – PROPOSED COAL QUALITY SPECIFICATION

Please provide the coal quality specification that you wish to propose to Eskom for potential supply using the table provided below.

Table 1:

RESPONDENT: Source: Product Description (e.g. ROM, Middlings, Dump Re-wash, etc.): Please indicate if there is slurry in the Coal, if yes state percentage (%): Beneficiation Method: CHEMICAL PROPERTIES UNIT PROPOSED COAL QUALITY BASIS

Calorific Value MJ/kg Air Dried Total Moisture % As Received Inherent Moisture % As Received Ash % Air Dried Abrasive Index (Eskom Mining House Method) mgFe/4kg As Received Hardgrove Index

  • As Received

Sulphur % Air Dried Volatiles % Air Dried AFT (Initial deformation) ºC As Received Sizing As Received +60mm % +50mm %

  • 3.0mm (cumulative)

% 0-1mm (cumulative) %

slide-25
SLIDE 25

Sensitivity: Confidential

Technical Scoring – KPA 3

25

If coal quality ranges are given in the coal quality specification offered then the

worse value will be used for scoring as follows:

  • Lower range value for calorific values, volatiles, ash fusion temperature and

Hargrove index will be used

  • Higher range value for sulphur, ash, total moisture, abrasive index and size

fraction will be used

KPA 3 :COAL QUALITY SPECIFICATION OFFERED (ANNEXURE O) 0% 10% 20% 30% 40% 3.1 Number of main coal quality parameters offered that meet Eskom coal quality specifications (Calorific Value, Ash content, Volatile matter content and Sulphur content) 40% No parameter meets Eskom Quality Specification 1 parameter meets Eskom Quality Specification 2 parameters meet Eskom Quality Specification 3 parameters meet Eskom Quality Specification 4 parameters meet Eskom Quality Specification 0.0% 2.0% 4.0% 6.0% 8.0% 10.0% 3.2 Number of other coal quality parameters offered that meet Eskom coal quality specifications (Total Moisture, Ash Fusion Temperature, Abrasiveness Index, Hardgrove Index and Particle Size Distribution ( meet all size fractions)) 10% No parameter meets Eskom Quality Specification 1 parameter meets Eskom Quality Specification 2 parameters meet Eskom Quality Specification 3 parameters meet Eskom Quality Specification 4 parameters meet Eskom Quality Specification 5 parameters meet Eskom Quality Specification 3

KPA 3: COAL QUALITY SPECIFICATION OFFERED (ANNEXURE O)

slide-26
SLIDE 26

Sensitivity: Confidential

Coal Quality Specifications for the RFP’s

slide-27
SLIDE 27

Scope of Work: GEN 3313 (Kriel) – Coal Quality Specification

All parameters are measured to 1 (one) decimal place, except AI, Hardgrove Index and AFT which shall be measured to the nearest integer and Sulphur content which shall be measured to 2 (two) decimal places.

Column 1 Column 2 Column 3 Column 4 Column 5 Quality parameter Unit Power Station Acceptable Rejection Limit Measurement basis Calorific Value MJ/kg 23.0 ≤21.9 Air Dried Total Moisture % ≤9.0 >9.0 As received Inherent Moisture % 5.0 N/A As received Ash % 22.2 ≥25.0 Air Dried Abrasive Index (Eskom Mining House Method) mgFe/4kg ≤450 >450 As received Sulphur % <1.15 ≥1.15 Air Dried Volatiles % 21.1 ≤20.6 Air Dried AFT (Initial deformation) ºC ≥1190 <1190 As received Sizing: As received +50mm % +45mm % ≤5.0 >5.0

  • 3.0mm (cumulative)

% ≤30.0 >30.0 0-1mm (cumulative) % ≤15.0 >15.0

Hardgrove Index Indicative: >54

slide-28
SLIDE 28

Scope of Work: GEN 3314 (Tutuka) – Coal Quality Specification

All parameters are measured to 1 (one) decimal place, except AI, Hardgrove Index and AFT which shall be measured to the nearest integer and Sulphur content which shall be measured to 2 (two) decimal places.

Column 1 Column 2 Column 3 Column 4 Column 5 Quality parameter Unit Power Station Acceptable Rejection Limit Measurement basis Calorific Value MJ/kg 22.1 ≤21.2 Air Dried Total Moisture % ≤9.0 >9.0 As received Inherent Moisture % 4.1 N/A As received Ash % 25.2 ≥27.5 Air Dried Abrasive Index (Eskom Mining House Method) mgFe/4kg ≤450 >450 As received Sulphur % <1.39 ≥1.39 Air Dried Volatiles % 20.8 ≤20.4 Air Dried AFT (Initial deformation) ºC ≥1250 <1250 As received Sizing: As received +60mm % +50mm % ≤5.0 >5.0

  • 3.0mm (cumulative)

% ≤30.0 >30.0 0-1mm (cumulative) % ≤15.0 >15.0

Hardgrove Index Indicative: >50

slide-29
SLIDE 29

Scope of Work: GEN 3315 (Matla) – Coal Quality Specification

All parameters are measured to 1 (one) decimal place, except AI, Hardgrove Index and AFT which shall be measured to the nearest integer and Sulphur content which shall be measured to 2 (two) decimal places. Column 1 Column 2 Column 3 Column 4 Column 5 Quality parameter Unit Power Station Acceptable Rejection Limit Measurement basis Calorific Value MJ/kg 20.7 ≤19.8 Air Dried Total Moisture % ≤9.0 >9.0 As received Inherent Moisture % 4.0 N/A As received Ash % 28.7 ≥31.1 Air Dried Abrasive Index (Eskom Mining House Method) mgFe/4kg ≤450 >450 As received Sulphur % <0.99 ≥0.99 Air Dried Volatiles % 20.2 ≤19.7 Air Dried AFT (Initial deformation) ºC ≥1143 <1143 As received Sizing: As received +60mm % 50mm % ≤5.0 >5.0

  • 3.0mm

(cumulative) % ≤25.0 >25.0 0-1mm (cumulative) % ≤10.0 >10.0

Hardgrove Index- Indicative : >55

slide-30
SLIDE 30

Scope of Work: GEN 3316 (Camden) – Coal Quality Specification

All parameters are measured to 1 (one) decimal place, except AI, Hardgrove Index and AFT which shall be measured to the nearest integer and Sulphur content which shall be measured to 2 (two) decimal places.

Column 1 Column 2 Column 3 Column 4 Column 5 Quality parameter Unit Power Station Acceptable Rejection Limit Measurement basis Calorific Value MJ/kg 24.2 ≤22.8 Air Dried Total Moisture % ≤9.0 >9.0 As received Inherent Moisture % 3.2 N/A As received Ash % 20.8 ≥24.2 Air Dried Abrasive Index (Eskom Mining House Method) mgFe/4kg ≤450 >450 As received Sulphur % <1.55 ≥1.55 Air Dried Volatiles % 21.9 ≤21.3 Air Dried AFT (Initial deformation) ºC ≥1200 <1200 As received Sizing: As received +60mm % +50mm % ≤5.0 >5.0

  • 3.0mm (cumulative)

% ≤30.0 >30.0 0-1mm (cumulative) % ≤15.0 >15.0 Hardgrove Index Indicative: >52

slide-31
SLIDE 31

Sensitivity: Confidential

Technical Returnables from Shortlisted Tenderers – Required before contract award

slide-32
SLIDE 32

Technical Returnables from shortlisted tenderers – Reserve and Resource Statement (1/2)

32

Data for each seam to to supplied individually GTIS - Gross tons in-situ TTIS - Total tons insitu MTIS - Mineable tons insitu ROM - Run of Mine To be complete for each reserve category i.e. Measured, Indicated, Inferred, Resources. Supplier to sign off each category

slide-33
SLIDE 33

Technical Returnables from shortlisted tenderers – Reserve and Resource Statement (2/2)

33

Data for each seam to to supplied individually GTIS - Gross tons in-situ TTIS - Total tons insitu MTIS - Mineable tons insitu ROM - Run of Mine To be complete for each reserve category i.e. Measured, Indicated, Inferred, Resources. Supplier to sign off each category

IM Ash CV Vol S IM Ash CV Vol S IM Ash CV Vol S IM Ash CV Vol S IM Ash CV Vol S IM Ash CV Vol S

Probable

Seam Seam Seam

Proved

Seam Seam Seam

Total

Measured

Seam Seam Seam

Total Indicated

Seam Seam Seam

Total Inferred

Seam Seam Seam

Total Grand Total

Reserve/ Resource Category COAL QUALITY(air dried basis) Reserves Resources ROM(contaminated) SALES GTIS TTIS MTIS ROM (uncontaminated)

slide-34
SLIDE 34

Technical Returnables from shortlisted tenderers – Coal Process Flow Diagram

34

Coal Process Flow Diagram to be submitted showing the tonnage and qualities for each stage of the process to arrive at the Eskom product

slide-35
SLIDE 35

Technical Returnables from shortlisted tenderers – Geological Model

35

Validation / Verification of supplier geological model will be conducted

slide-36
SLIDE 36

Technical Returnables from shortlisted tenderers – Mine Plan and Combustion Test Sample

36

  • Mine Plan Schedule to demonstrate the capacity (equipment) relating to

production rates and coal qualities.

  • Bulk sample for combustion test or borehole sample for drop tube furnace test

where applicable to determine Power Station suitability

  • Bulk sample for combustion test before or after commencement of mining. Minimum

bulk sample of 3 tons.

  • Sample for drop tube furnace test where bulk sample is not available prior to

commencement of mining.

  • Collection of sample to be arranged between shortlisted tenderer and Eskom.

MINE PLAN AND SCHEDULE COMBUSTION TEST SAMPLE

slide-37
SLIDE 37

HEALTH & SAFETY

slide-38
SLIDE 38

Health & Safety

38

Description  COIDA – Valid letter of good standing or proof of application (Tender letter) issued by the Compensation Fund (COID) - Department of Labour or a licensed compensation insurer.  Company’s SHE policy, signed by CEO or the most senior person in the company  Health and Safety Plan based on the scope/proposal,  Baseline Risk Assessment based on the scope/Activities  Medical Fitness Certificate or Medical surveillance program  Signed Health and Safety costing/Budget  Legally required appointments and supporting competency certificates. Eg. First aiders, Safety officer, Environmental officer,SHE Representative. For Safety and Environmental

  • fficers include CV’s

 Annexure B: Acknowledgement Form for Eskom SHE Rules and other Requirements (will be supplied by Eskom for your signatures) Evaluation criteria used is ALL OR NOTHING

slide-39
SLIDE 39

ENVIRONMENTAL

slide-40
SLIDE 40

Sensitivity: Confidential

Mining Right holders

Returnable from the supplier

Mining Right, Mining Permit or any other applicable mining authorisation approved by the applicable Minister in terms of the Mineral and Petroleum Resources Development Act, (Act 28

  • r 2002) “MPRDA”.

Valid Water Use License or General Authorisation or any other applicable authorisation approved by the applicable Minister in terms of the National Water Act, (Act 36 of 1998). Approved Environmental Management Programme/Plan with approval stamp. If the Environmental Management Programme/Plan does not have the approval stamp it must be accompanied by approval letter or Environmental Authorisation. Latest Closure Cost Assessment report which provides a breakdown item of the costs for closure and rehabilitation. The report should not be older than two years for operating mines and for non-operating mines available latest closure cost assessment report must be submitted.

40

  • Environmental documents are not required to be submitted by tender

closing date

  • Environmental documents to be returned prior to contract award
slide-41
SLIDE 41

Sensitivity: Confidential

Value Adders operating outside the mining area

Returnable from the supplier

Mining Right, Mining Permit or any other applicable mining authorisation approved by the applicable Minister in terms of the Mineral and Petroleum Resources Development Act, (Act 28 or 2002) of where coal will be purchased or mined from. Valid Water Use License or General Authorisation or any other applicable authorisation approved by the applicable Minister in terms of the National Water Act, (Act 36 of 1998) of where coal will be mined and beneficiation activities will take place. Approved Environmental Management Programme/Plan with approval stamp for the mining authorization where coal will be purchased or mined from. The Environmental Management Programme/Plan without the approval stamp must be accompanied by approval letter or Environmental Authorisation. Latest Closure Cost Assessment report which provides a breakdown item of the costs for closure and rehabilitation. The report should not be older than two years for operating mines and for non-

  • perating mines available latest closure cost assessment report must be submitted.

An Air Emission License in terms of the National Environmental Management: Air Quality for sites with a carrying capacity of 100kt or more. If the Air Emission License is none applicable, a letter from a qualified Quantity Surveyor or Bulk Material Handler must be submitted supporting such.

41

slide-42
SLIDE 42

Sensitivity: Confidential

Value Adders operating within the area deemed as mining area

Returnable from the supplier

Mining Right, Mining Permit or any other applicable mining authorisation approved by the applicable Minister in terms of the Mineral and Petroleum Resources Development Act, (Act 28

  • r 2002) of where coal will be mined and beneficiation activities will take place.

Valid Water Use License or General Authorisation or any other applicable authorisation approved by the applicable Minister in terms of the National Water Act, (Act 36 of 1998) of where coal will be mined and beneficiation activities will take place. Approved Environmental Management Programme/Plan with approval stamp for the mining authorization where coal will be mined and beneficiation activities will take place. The Environmental Management Programme/Plan without the approval stamp must be accompanied by approval letter or Environmental Authorisation Latest Closure Cost Assessment report which provides a breakdown item of the costs for closure and rehabilitation. The report should not be older than two years for operating mines and for non-operating mines available latest closure cost assessment report must be submitted.

42

A site visit will be conducted for shortlisted suppliers only

slide-43
SLIDE 43

FINANCE

slide-44
SLIDE 44

Sensitivity: Confidential

COST PRICE ADJUSTMENT

44

Eskom hereby reserves the right to negotiate the CPA basket with the short listed suppliers.

slide-45
SLIDE 45

SUPPLIER DEVELOPMENT, LOCALISATION & INDUSTRIALISATION

slide-46
SLIDE 46

B-BBEE Certification

46

Tenderers are required to submit a valid SANAS accredited B-BBEE certificate. Joint Ventures must submit a BEE certificate for the JV not individual certificates. No letters from Accountants/Auditors are accepted as proof

  • f B-BBEE.
slide-47
SLIDE 47

Subcontracting

47

Thirty percent subcontracting to designated companies that are either EME/QSE will apply at contract stage. Eskom will not finalize contract with potential suppliers without subcontracting having been met. Therefore, subcontracting will not be a pre-qualification criteria, but a contracting stage criteria

slide-48
SLIDE 48

ANNEXURE G - SUPPLIER DEVELOPMENT LOCALISATION AND INDUSTRIALISATION (SDL&I) MATRIX

48

Weight (%) Total Target (%) Proposed Target (%) Total Overall Weighted Score 50.00% 30.00% 0.00% 50.00% 0.00% 100.00% Skill Type (Occupation) OFO Occupational Group Weight (%) Target Number

  • f Persons to be

Trained (Local to South Africa) Proposed Number of Persons to be Trained (Local to South Africa) Total Weighted Score Professionals (Enginners)

25.00%

30 0.00% Technicians

25.00%

30 0.00% Bursaries

25.00%

30 0.00% Apprentice Section 18 (1) Learners

25.00%

30 0.00% Total 100.00% 120 120 0.00%

To be completed by Tenderer

Number of jobs to be created as a result

  • f this contract

Number of jobs to be retained as a result

  • f this contract

Total Score Skills Development TABLE 2: SKILLS DEVELOPMENT COMPLIANCE MATRIX Criteria Procurement from EME/QSE owned by Black People TABLE 1: SUPPLIER DEVELOPMENT AND LOCALISATION COMPLIANCE MATRIX FOR SUPPLIERS AND CONTRACTORS 0.00% Total Supplier Development and Localisation Score

slide-49
SLIDE 49

E-AUCTION

slide-50
SLIDE 50

Sensitivity: Confidential

What is e-Auction?

e-Auction is online pricing and negotiation tool that can be used to procure (reverse e-auction), and dispose goods and services (e-auction) which are clearly specified. Auction types:

50

Reverse e-auction seeks to obtain lowest prices for the goods and services being procured by Eskom. e-Auction seeks to obtain highest price for goods and services being disposed by Eskom.

slide-51
SLIDE 51

Sensitivity: Confidential

PR Raised on SAP _Where applicable Strategy is developed RFQ / Enquiry Issued to Market Clarification Session (Train the Supplier on the use of e-Auction) Tenders come back without prices. Evaluation of Compliance Functionality Invite technically acceptable supplier to auction. Run & Close out the auction.

51

The interface: How will the application/ system work?

slide-52
SLIDE 52

Sensitivity: Confidential

The interface, How will the application/ system work? Cont…

52

slide-53
SLIDE 53

Sensitivity: Confidential

The interface, How will the application/ system work? Cont…

53

Auctions you have been invited for:

slide-54
SLIDE 54

Sensitivity: Confidential

Critical documents

54

No. Doc Mandatory for Evaluation Mandatory for Contract Award 1. Annexure A.1 Acknowledgement Form - Reverse E-auctioning Training 2. Annexure A.2 Definition of Reverse E-auctioning 3. Confirmation of Last Bid Template 4. User Guide

slide-55
SLIDE 55

LESSONS LEARNT/ COMMON MISTAKES

slide-56
SLIDE 56

Sensitivity: Confidential

Common mistakes by suppliers responding to RFPs

56

Common Mistakes by tenderers

  • Submitting only one original copy of their proposal and not an original and a copy (two files) as required
  • E-mailing the tender documents to the Eskom representative. Tenders have to be submitted as a file to the tender office
  • Submitting documents that are not signed as well as submitting incomplete/not completed documents
  • Submitting documents that are not relevant to the tender while omitting to submit the mandatory documents
  • Tenderers submitting alternative tenders to the ones specified by the enquiry
  • Tenderers submitting documents in formats that are different to the ones issued in the RFP. This may lead to errors in the re-

created templates

  • Tenderers not supplying mandatory documents for one enquiry because they had already submitted the information in another

RFP when responding to multiple tenders

  • Not checking the tender bulletin regularly for updates. The RFP’s are updated from time to time before closing date and the

tenderer should ensure they check for any updates before the closing date

  • Sending clarification questions after the deadline has passed (deadline is 5 days before tender closure)
  • Submitting tenders after closure time. Tenders close exactly on the time indicated in the RFP.
  • Tenderers not attending clarification meetings(although they are not compulsory)

Requirements on the Request For Proposals

  • Request For Proposals have mandatory requirements for evaluation and mandatory requirements for contracting.

Mandatory requirements for evaluation should be submitted with the tender documents by the closing date otherwise the tender is non-responsive and it is not evaluated

slide-57
SLIDE 57

QUESTIONS

slide-58
SLIDE 58

QUESTIONS RECEIVED TO DATE (1/3)

58

QUESTION RESPONSE

I came across a tender online to transport coal for Eskom, I would just like to know how do I go about applying for it? The tender/Request for Proposal (RFP) is for the supply of coal i.e. Eskom is looking to buy coal and not standalone coal transportation services. Please can you guide me regarding the downloads of tender documents for this tender? The tender documents can be downloaded from one of two platforms:

  • 1. Eskom tender bulletin

https://www.eskom.co.za/Tenders/What sOutToTender/Pages/List_Of_Tenders.a spx

  • 2. National Treasury e-tender portal:

https://etenders.treasury.gov.za/content/ advertised-tenders

slide-59
SLIDE 59

QUESTIONS RECEIVED TO DATE (2/3)

59

QUESTION RESPONSE

Are we required to submit our questions prior to the clarification meeting, and if so what is the deadline date? You need not submit questions prior the clarification meeting. There will be a “question and answer” section as part of the meeting. What information are we expected to submit for “Cataloguing information” referred to in Annexure A? There is no cataloguing information required from the respondents. Will there be e-auction training provided at the clarification meeting? More info will be provided on e-auction at the clarification meeting scheduled for 16 October 2019. Do I need to provide any information/ documents already held by or submitted to Eskom in respect of previous tenders

  • r current contracts need to be

resubmitted Any documents already held by / submitted to Eskom in respect of previous tenders or current contracts need to be resubmitted, for each tender.

slide-60
SLIDE 60

QUESTIONS RECEIVED TO DATE (3/3)

60

QUESTION RESPONSE

Are we required to submit Annexure A (or any other documents) before the closing deadline? The annexures that fall under the “Mandatory returnable for evaluation” category must be returned with the tender before the closing date. While the documents under the “Mandatory returnable for contract award” category need not be submitted before the tender closing date. They will however be required to be submitted before Eskom awards the contract to successful bidder(s). Annexure A falls within the first category and therefore must be returned with the tender prior the closing date thereof.

slide-61
SLIDE 61

THANK YOU