SWAZILAND CIVIL AVIATION AUTHORITY

Similar documents
Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

SWAZILAND CIVIL AVIATION AUTHORITY

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

(e-procurement System)

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

Procurement of Licences of Business Objects BI Platform

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

Provision of Janitorial & Related Services

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

PROPOSED CONSTRUCTION OF WATER TREATMENT PLANT TENDER DOCUMENT

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS REFERENCE NUMBER: RFP/STR01/2018

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

GOVERNMENT OF KARNATAKA

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

REPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS.

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

MATSAPHA TOWN COUNCIL

BHUTAN TELECOM LTD. REGISTERED OFFICE IN THIMPHU. Construction of Retaining Wall at RBA, Phuentsholing

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

TENDER NO KRC/2017/321

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

Procurement of Small Works

Standard Request for Proposals Selection of Consultants

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

COUNTY GOVERNMENT OF KIAMBU

KGN-SEC TENDER FOR DESIGN, CONSTRUCTION, FABRICATION AND INSTALLATION OF SECURITY GATES, GUARD HOUSES, FENCES AT OLKARIA

DRILLING & DISTRIBUTION OF KISIMUNI, KWA KASILIA, MWANYANI & KITONGUNI BOREHOLES. TENDER No. GMC/W/T/37/2017/2018 FINAL BID DOCUMENT

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT

REPUBLIC OF KENYA MINISTRY OF ENERGY AND PETROLEUM NYAYO HOUSE P. O. BOX NAIROBI

COUNTY GOVERNMENT OF KIAMBU

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE

GOVERNMENT OF KARNATAKA

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA

4. A bid Security of US $1, must be submitted along with the bid.

Construction of MLD Water Treatment Plant at Taba LAP

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM

REPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS

Procurement of Works & User s Guide

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF PUBLIC WORKS

MILLENNIUM CHALLENGE GEORGIA FUND

GOVERNMENT OF KARNATAKA

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

Evaluating tenders offers

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

COUNTY GOVERNMENT OF KIAMBU

Procurement of Works

for Developing and Implementing Quality Management System (ISO)

COUNTY GOVERNMENT OF KIAMBU

PW # 4-18 TENDER FOR GRANULAR A GRAVEL CRUSH, APPLY, & STOCKPILE

Procurement of Works & User s Guide

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

EXPRESSION OF INTEREST (EOI) for

GIS DATA MAPPING. TENDER NO. 10 of 2018/2019 AUGUST 2018

BIDDING DOCUMENT. For

TENDER DOCUMENT FOR PROVISION OF DEBT COLLECTION SERVICES

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY OFFICE OF THE GOVERNOR GMC/W/T/133/2015/2016 AND COMMISSIONING OF MULTI STAGE

SWAZILAND ENVIRONMENT AUTHORITY

NATIONAL JUDICIAL ACADEMY P.O. Suraj Nagar, Bhadbahda Road, Bhopal Telephone (EPABX): , Fax:

Information and Communication Technology Agency of Sri Lanka

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District

BIDDING DOCUMENT. For. Procurement of Plant Design, Supply and Installation. Ashuganj 400 MW Combined Cycle Power Plant Project (East)

REQUEST FOR PROPOSAL

Master Bidding Documents Procurement of Goods and User s Guide

AIA Document A701 TM 1997

REQUEST FOR PROPOSALS

B. The Bid is made in compliance with the Bidding Documents.

REQUEST FOR PROPOSALS

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION

برنامج األمم المتحدة اإلنمائي/ برنامج مساعدة الشعب الفلسطيني

PROCEEDING OF THE GOVERNMENT OF KARNATAKA

United Nations Development Programme

REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL AND DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

Procurement of Goods

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

TENDER FOR CONSTRUCTION OF ROAD WORK

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

MACHAKOS UNIVERSITY. ISO 9001:2008 Certified PROPOSED TUITION AND OFFICE BLOCK AT MACHAKOS UNIVERSITY, MACHAKOS COUNTY.

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

PW #1-18 TENDER FOR WINTER SAND AND GRANULAR B TYPE II 1 MINUS GRAVEL

STD: Supply and Installation (05/07) STANDARD TENDER DOCUMENTS. Supply and Installation of Plant and Equipment

KENYA MARITIME AUTHORITY TENDER DOCUMENT FOR

TENDER DOCUMENT FOR TENDER NO. KAA/ES/MANDA/1082/ENV

Transcription:

P.O. BOX D361 THE GABLES. SWAZILAND. TEL: (+268) 25184309 Fax (+268) 25184199 SWAZILAND CIVIL AVIATION AUTHORITY INVITATION TO TENDER FOR INTERGRATED WASTE MANAGEMENT AT KMIII INTERNATIONAL AIRPORT PRECINCT AND MATSAPHA AIRPORT REFERENCE NUMBER: 004 OF 2018/19 JUNE 2018 1 P a g e

ADVERTISEMENT INVITATION TO TENDER FOR INTERGRATED WASTE MANAGEMENT FOR KMIII INTERNATIONAL AIRPORT PRECINCT AND MATSAPHA AIRPORT TENDER NO. 004 OF 2018/19 1. Tenders are hereby invited from suitably qualified service providers to undertake Integrated Waste Management at the KM III International Airport and Matsapha Airport. 2. Tender documents may be purchased from; the Swaziland Civil Aviation Offices in Matsapha near the Airport (office of the Airport Development Planner) as from 15 th June 2018 for a non-refundable fee of E300.00 per set. The method of payment shall be cash or bank guaranteed cheque payable to the SWACAA offices. 3. Completed Tender Documents shall be delivered in a sealed envelope to: The Secretary of the Tender Board Swaziland Civil Aviation Authority Matsapha International Airport P.O Box D361 The Gables Not later than 12 noon Swaziland time on 25 th July, 2018 at which time the tenders will be opened in public. On the outside, the envelope shall be clearly marked: CONFIDENTIAL TENDER NO. 004 OF 2018/19 PROPOSAL TO UNDERTAKE INTERGRATED WASTE MANAGEMENT FOR KM III INTERNATIONAL AIRPORT PRECINCT AND MATSAPHA AIRPORT (Not to be opened before 12 Noon on the 25 th July, 2018). NB: Technical Proposal must be separated from Financial Proposal 4. All service providers shall include the following certified documents with their bids: Trading License, Tax Clearance certificate, form J, Form C, Police Clearance for Directors and tender purchase receipt. 5. SWACAA does not bind itself to accept the lowest or any tender and reserves the right to reject any or all tenders. 2 P a g e

BY MANAGEMENT SECTION 1 Letter of Invitation Dear Sir /Madam, The Swaziland Civil Aviation Authority hereby seeks the services of a reputable service provider to undertake waste management at the KM III International Airport and Matsapha Airport. 1. A firm will be selected under Quality & Cost-based Selection (QCBS) and procedures described in this TOR. 2. The RFP includes the following documents: Section 1 - Instructions to Tenderers Section 2 Form of tender and qualification information Section 3 Terms of Reference Section 4 General conditions of contract. Please note that SWACAA reserves the right to accept or reject all or any of the bids without assigning any reason whatsoever. BY MANAGEMENT 3 P a g e

Instructions to Consultants 1.1 Qualification of the bidder. All service providers shall include the following information and documents with their bids; (a) Trading License, Tax Clearance Certificate, Form J, Form C and Tender Purchase Receipt. First preference will be given to Swazi Companies. (b) Copies of original documents defining the constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the bid to commit the bidder; (c) Total monetary value of similar work performed for each of the last two years; (d) Experience in works of a similar nature and size for each of the last two years and details of work under way or contractually committed; and clients who may be contacted for further information on those contracts; (e) authority to seek references from the bidder s bankers; To qualify for award of the contract, service providers shall meet the following minimum qualifying criteria: a. experience as prime service providers in at least three projects of a similar nature and complexity equivalent to the works over the last 2 years (to comply with this requirement, works cited should be at least 70 percent complete); b. Reference from an Organization where a similar project was successfully undertaken. 4 P a g e

1.2 One bid per Bidder. 1.3 Cost of bidding. Each service provider shall submit only one bid. A service provider who submits or participates in more than one bid will result in disqualification. The service provider shall bear all costs associated with the preparation and submission of his bid, and the employer will in no case be responsible or liable for those costs. 1.4 Content of Bidding Documents. The set of bidding documents comprises the documents listed below and any addenda issued: Invitation to bid Instructions to bidders Forms of bid and qualification Information Conditions of contract 1.5 Clarification of bidding documents. 1.6 Amendment of bidding Documents. A prospective service provider requiring any clarification of the bidding documents may notify the employer in writing or by email at the employer s address indicated in the invitation to bid. The employer will respond to any request for clarification received earlier than 14 days prior to the deadline for submission of bids. Copies of the employer s response will be forwarded to all purchasers of the bidding documents, including a description of the inquiry, but without identifying its source. Before the deadline for submission of bids, the employer may modify the bidding documents by issuing addenda. Any addendum issued shall be part of the bidding documents and shall be communicated in writing or by email to all purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum by email to the Employer. To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the 5 P a g e

Employer shall extend, as necessary, the deadline for submission of bids. 1.7 Documents comprising the bid. The bid submitted by the bidder shall comprise the following: (a) (b) The bid Qualification Information Form and any other materials required to be completed and submitted by bidders, as specified in these instructions to Bidders. 1.8 Bid prices. The Contract shall be for the whole project, based on the bid price submitted by the bidder. All duties, taxes, and other levies payable by the service provider under the Contract, shall be included in the total bid price submitted by the bidder. The prices quoted by the bidder shall not be subject to adjustment during the performance of the Contract. 1.9. Bid validity Bids shall remain valid for a period of 60 days from date of tender opening. In exceptional circumstances, the Employer may request that the bidders extend the period of validity for a specified additional period. The request and the bidders responses shall be made in writing. A bidder may refuse the request without forfeiting the bid Security. A bidder agreeing to the request will not be required or permitted to otherwise modify the bid, but will be required to extend the validity of bid security for the period of the extension. 1.10. Format and signing of bid The bidder shall prepare one original of the documents comprising the bid as described in these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly marked ORIGINAL. In addition, the Bidder shall submit a copy of the Bid, and clearly marked as COPY. In the event of discrepancy between them, the original shall prevail. The copies are to be used as working documents while the Originals will be kept by the Employer for record purposes. 6 P a g e

The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the bidder. All pages of the bid where entries or amendments have been made shall be initialed by the person or persons signing the Bid. The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid. 1.11. Sealing and marking of bids The bidder shall seal the original and the copy of the Bid in two separate envelopes duly marking the envelopes as ORIGINAL and COPY respectively. The envelopes shall; -be addressed to the Employer at the address provided in the tender advertisement. -bear the name and identification number of the Contract as defined. - provide a warning not to open before the specified time and date for Bid opening. - Envelopes of Financial proposals must have a name of the Company on the Envelope. In addition to the identification required, the envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late. If the envelopes are not sealed and marked as above, the will assume no responsibility for the misplacement premature opening of the bid. Employer or Technical and Financial proposals shall be submitted in separate envelopes. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked TECHNICAL PROPOSAL Similarly, the original Financial Proposal shall be placed in a sealed envelope 7 P a g e

clearly marked FINANCIAL PROPOSAL followed by the name of the assignment, and with a warning DO NOT OPEN WITH THE TECHNICAL PROPOSAL. The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. The outer envelope shall bear the submission address, reference number and be clearly marked DO NOT OPEN, EXCEPT IN PRESENCE OF THE OFFICIAL APPOINTED NOT LATER THAN 12 NOON LOCAL TIME ON THE 25 TH JULY 2018. 1.12. Deadline for sub-mission of bids 1.13. Late bids 1.14. Bid opening 1.15. Process to be confidential Bids shall be delivered to the employer at the address specified in the tender advertisement and no later than the time and date specified. The employer may extend the deadline for submission of bids by issuing an amendment, in which case all rights and obligations of the employer and the bidders previously subject to the original deadline will then be subject to the new deadline. Any bid received by the employer after the prescribed deadline will be returned unopened to the bidder. The employer will open the bids, in the presence of the bidders representatives who choose to attend at the time and in the place specified in the tender advertisement. The presence or absence of bid security documents defining the constitution or legal status (e.g. valid trading license/, tax clearance certificate etc.) will be announced by the Employer at the opening. The Employer will also check for proof of official purchase and payment of the tender documents and companies or suppliers are urged to attach copies of the purchase receipts. Firms with incomplete documentation will be disqualified. The Employer will prepare a record of the opening. Information relating to the examination, clarification, evaluation, and comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced. Any effort by a bidder to influence the Employer s processing of bids or award decisions will result in the rejection of the bid. 8 P a g e

1.16. Clarification of bids To assist in the examination, evaluation, and comparison of bids, the employer may, at the Employer s discretion, ask any Bidder for clarification of the Bidder s Bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing, or email, but no change in the price or substance of the bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the employer in the evaluation of the bids. 1.17. Correction of errors Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer as follows: (a) (b) where there is a discrepancy between the amounts in figures and in words, the amount in words will govern; and where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern, unless in the opinion of the Employer there is an obviously gross misplacement of the decimal point in the unit rate, in which case the line item total as quoted will govern, and the unit rate will be corrected. The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, the Bid will be rejected. 1.18. Evaluation and award criteria 1.18.1 Intention to Award The employer will evaluate and award only those bids determined to be substantially responsive to the bidding documents. All bidders are required to provide their email addresses to the Authority through which they will be notified of the intention to award on the day that the intention is sent to Swaziland Public Procurement Regulatory Agency (SPPRA). 9 P a g e

1.19. Employer s right to accept any bid and to reject any or all bids 1.20. Notification of award and signing of agreement The employer reserves the right to accept or reject any Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for the Employer s action. The bidder whose bid has been accepted will be notified of the award by the employer prior to expiration of the bid validity period by a letter. This letter (hereinafter and in the Conditions of Contract called the Letter of Award ) will state the sum that the employer will pay the company in consideration of the execution and completion of the project by the service provider as prescribed by the Contract (hereinafter and in the contract called the Contract Price ). The notification of award will constitute the formation of the Contract, subject to the bidder furnishing the Performance Security if required and signing the Agreement. The employer will notify the other bidders that their bids have been unsuccessful. 1.21 Police Clearance for Directors Directors of Companies have to attach a Police Clearance. Failure to comply may result in the disqualification of the Tender bid. 10 P a g e

SECTION 2. Form of tender, qualification information, letter of acceptance and agreement Form of tender Project Title: Integrated Waste Management at KM III international airport precinct and Matsapha Airport Contract No: Tender number no. 004 of 2018/19 To: The Secretary to the Tender Board Swaziland Civil Aviation Authority Matsapha International Airport P.O. Box D361 The Gables Sir/Madam I/We undertake to complete and deliver the whole of the project within the time to be agreed with you. Unless and until a formal Agreement is prepared and executed, this tender, together with the written acceptance thereof by you, shall constitute a binding Contract between us. Yours faithfully, Date Contact Numbers. Tel.. Email. Authorized Signature.. 11 P a g e

Qualification Information The Bidder shall supply the following information; 1.0 Constitution or legal status of Bidder: [attach copy] 2.0 Power of attorney of signatory of Bid: [attach] 3.0 Total annual volume of contractual work related to this project performed in the last two years, 4.0 Work performed as prime contractor on works of a similar nature and volume over the last two years. Also list details of work under way or committed, including expected completion date. (a) Project name Name of client and contact person Type of work performed and year of completion Value of contract (b) (c) (d) 5.0 Experience of key personnel proposed for administration and execution of the contract. Attach biographical data. (a) Position Name Years of experience (general) Years of experience in proposed position 12 P a g e

(b) (c) (d) CONTRACT AGREEMENT This Agreement is made between the Swaziland Civil Aviation Authority (hereinafter called the Employer ) and.. (Hereinafter called the Service Provider ) of the other part. Whereas the Employer is desirous that the Service Provider execute the contract for Integrated Waste Management for KM III International Airport, temporary staff housing and surrounding area and Matsapha Airport ((hereinafter called the Works ) and the Employer has accepted the Bid by the Service Provider for the execution and completion of such Works. NOW THIS AGREEMENT WITNESSETH as follows: 1. Regardless of the date of signature, the contract shall commence from the 1 st September 2018. 2. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part of this Agreement. 3. The following documents shall be deemed to form and be read and construed as part of this Agreement viz: (a) The Special Conditions of Contract (b) The General Conditions of contract (c) The Letter of Appointment. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter 13 P a g e

referred to, and they shall be deemed to form and be read and construed as part of this Agreement. 3. In consideration of the payments to be made by the Employer to the Service Provider as hereinafter mentioned, the Service Provider hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract. 4. The Employer hereby covenants to pay the Service Provider in consideration of the execution and completion of the Works and the remedying of defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. In Witness whereof the parties here have caused this Contract to be signed in their respective positions in the presence of witnesses: 14 P a g e

SECTION 3: TERMS OF REFERENCE BACKGROUND The Swaziland Civil Aviation Authority has been tasked with the responsibility to manage all waste generated within and the area just outside the KM III International Airport at Sikhuphe and Matsapha Airport and therefore desires to engage a service provider to undertake the following works: 1) Integrated Waste Management within the two Airport precincts. 2) Snake Control in the temporary housing village and the newly completed flats 3) Grounds Maintenance in the temporary Housing Village 4) Litter picking along the access roads to both airports It is critical that proper waste management practices are utilized at the two Airports in line with the SWACAA Environmental Policy. Further it is critical that the service provider applies best practice and comply with sustainable development principles in both Airports. 15 P a g e

SCOPE OF WORKS The scope of work encompasses litter picking, refuse collection, waste minimization and beneficiation by using environmentally friendly approach to waste management; i.e. waste separation from the source. Also the service provider will undertake snake control and grounds maintenance at the KM III temporary housing village. The detailed work areas for KM III International Airport and Matsapha Airport are as follows: 1. Landside: Separation of waste from source by providing additional labeled bins for the daily operation in the public spaces, offices & landscape works. Waste receptacles will be provided at the parking area that will be emptied daily. 2. Offices: Waste to be collected e.g. food, glass, plastic bottles, cans and paper. Color - coded bins must be supplied for this operation. When full they will be taken to the sorting area for further separation. Nonrecyclable material will be disposed of at a licensed landfill facility. 3. Yard waste: Waste from landscaping works e.g. green waste must be collected by the service provider. Compost bins must be provided at the sorting area. 4. Parking lot and driveways: collection of waste in waste receptacles to be done two times a week 5. Cargo: Waste to be collected e.g. pallets, cardboard, plastic wrapping & metal racks. 6. Waste Receptacles: provision of refuse bins with a Capacity of 200 Litres to be provided and installed in strategic areas as directed by SWACAA and emptied 2 times a week. All identified areas shall be provided with receptacles for Bottles, Cans, Plastic, Paper and General waste. Areas of installation: A) Terminal Building. B) VVIP Royal Terminal. C) Automotive Workshop. D) Cargo Terminal. E) Police Post. F) Fire station. 16 P a g e

G) Main Gate H) Car park I) Temporary Housing Estate 7. Litter picking: Litter to be picked once a week along the Airport access roads. Litter pickers and Litter Wardens shall be employed to ensure that the area is kept clean at all times. Litter Wardens will be responsible for the enforcement of the Litter Regulations of 2012. 8. Aircraft: Waste from Aircraft to be collected e.g. paper, plastic bottles, card, food and sanitary waste. Separation of the waste will be done at the sorting area; the operation will be coordinated with the ground handling company. Things to be done by service provider to manage aircraft waste All galley and cabin waste must be handled in such a way that there is no leakage of the contents from the containers or bags. These containers or bags must be placed in storage bins. If galley and cabin waste is stored on the apron, it must be stored in waste removal bins that have lids and are clearly marked galley and cabin waste only. An effort should be made to separate the 2 types of waste, as they present differing categories of risk. The galley waste bins must be emptied daily. All waste spilled around the container when collecting waste must be treated as galley waste and the area disinfected with an approved disinfectant. If there is a galley and cabin waste retention area, this should be fenced, the access to this area must be restricted, all waste skips containing galley waste should be kept covered by a tarpaulin to prevent access by wild birds and there should be documented and ongoing rodent control programmes in place. The cabin and galley waste is to be removed from the apron and be disposed of in an approved dump site or an approved incineration facility. Under special conditions, cabin waste can be subjected to recycling at an approved recycling facility prior to disposal at an approved dumping site. Subsequent to use, the bins must be disinfected with an approved disinfectant. A register of all waste removed from the apron needs to be kept. The register should clearly indicate what type of waste it is (cabin or galley 17 P a g e

or mixed) as well as the truck registration details, the driver details, and the destination of the truck as well as the number of containers. The galley waste must be transported in a closed vehicle and precautionary measures must be taken to prevent spillage or seepage from the containers during transportation. During removal of waste from the airport, the shortest route acceptable to the Airport Authority to the dumping or incineration site must be taken. The monitoring of waste management systems will be done once a week by the airport authority. 9. Snake control: Application of snake control methods to deter snakes from entering the village will be conducted by the service provider. 10. Grounds Maintenance: the maintenance of the temporary housing village to be done by the service provider, this involves grass cutting and general ground maintenance works at the temporary housing at Sikhuphe. ON SITE WASTE MANAGEMENT Processing of waste on a dedicated site in an effort to minimize the volume of refuse that ultimately ends up going to the landfill has to be undertaken by the service provider. CARRIAGE OF WASTE Daily records of the waste removed from site to site to the dedicated incinerator approved by SEA will be kept and submitted monthly to the office of the Airport Development Planner. Copies of each consignment must be kept for monthly audits. A dedicated vehicle must be provided to remove all infectious waste from the holding area to an incinerator; in an existing licensed facility DURATION The successful service provider will be given a three year performance based contract (with a performance review at the end of the first year). MONTHLY REPORTING 18 P a g e

The service provider shall produce a monthly report to the office of the Airport Development Planner. SECTION 4 DATA SHEET A. General GCC 1.1 (o) The Employer is: The Swaziland Civil Aviation Authority 19 P a g e

GCC 1.1 (r) GCC 1.1 (u) GCC 1.1 (z) GCC 2.1. GCC 3.1 The duration of the works shall be: 36 months. The Project Manager is: Fiksile Dlamini, Swaziland Civil Aviation Authority The Start Date shall be: Within 1 week after receipt of letter of appointment. Site Investigation Reports are: Not applicable. The Site Possession Date(s) shall be: advised. B. Time Control GCC 4.1 The Service Provider shall submit for approval a waste collection Program within 5 working days from the date of the Letter of Appointment. D. Cost Control GCC 5.1 The Service Provider is subject to price adjustment should there be a significant increase in traffic volumes during the duration of the contract. EVALUATION OF THE TECHNICAL PROPOSALS CRITERIA WEIGHING FACTORS SCORE Adequacy for the Project Relevant technical expertise Competence of key management, professional and technical personnel Technical team CVs Availability of resources Size of team to handle project within a given period 30% Relevant Experience Methodology Local Participation Previous projects of this nature and magnitude 20% Role of tenderer in previous projects Experience of project leader and/or team in similar projects Delivery of the service Roles of each team member 30% What percentage of management and technical team is local 20% 20 P a g e

Joint venture with local company (if service provider is foreign) Skills transfer to locals TOTAL 100% NB: The combined scores will be as follows: Technical Proposal = 80% Financial Proposal = 20% For the Financial Proposal to be opened by the Employer, the Service Provider must score 80% and above. If the Service Provider is below the 80% threshold, the Financials for that particular Service Provider will not be opened. 21 P a g e

DECLARATION OF ELIGIBILITY [The Service Provider must provide a signed declaration on its company letterhead in the following format. If the Proposal is being presented by a joint venture or consortium all members must each sign their own declaration.] [>>>Name of Service Provider, Address, and Date>>>] To: Dear Sirs, The Secretary of the Tender Board, Swaziland Civil Aviation Authority P.O BOX D361 THE GABLES H126 Re Tender Reference: 004 of 2018/19 We hereby declare that:- (a) (b) (c) (d) (e) I/We, including any joint venture partners or consortium partners, are a legal entity and have the legal capacity to enter into the contract; I/We are not insolvent, in receivership, bankrupt or being wound up, our affairs are not being administered by a court or a judicial officer, our business activities have not been suspended, and we are not the subject of legal proceedings for any of the foregoing; I/We have fulfilled our obligations to pay taxes I/We have not, and our directors or officers have not, been convicted of any criminal offence related to our professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a contract within a period of five years preceding the commencement of the procurement proceedings; and police clearances for Directors are attached; and I/We do not have a conflict of interest in relation to the procurement requirement. Signed.. 22 P a g e

Authorised Representative Date.. 23 P a g e