11.07.2015 Views

(r409) iym scmu rfq 29-12/13 - Intsika Yethu Municipality

(r409) iym scmu rfq 29-12/13 - Intsika Yethu Municipality

(r409) iym scmu rfq 29-12/13 - Intsika Yethu Municipality

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

INTSIKA YETHU MUNICIPALITY EC <strong>13</strong>5QUOTATION DOCUMENTPAVING OF TSOMO MAIN STREET (R409)IYM SCMU RFQ <strong>29</strong>-<strong>12</strong>/<strong>13</strong>PREPARED BY:SUPPLY CHAIN MANAGEMENT UNIT Tel: 047 8740 364Private Bag X <strong>12</strong>51 Fax: 047 8740 358Cofimvaba 5380


SUPPLY CHAIN MANAGEMENT UNITREQUEST FOR FORMAL WRITTEN QUOTATIONCLOSING DATE:PERSON DEALING WITHMATTER:REFERENCE:05/10/20<strong>12</strong> MASIKO S. SCMU RFQ <strong>29</strong>-<strong>12</strong>/<strong>13</strong>REQUEST FOR FORMAL WRITTEN QUOTATIONKindly furnish us with a written quotation for PAVING OF TSOMO MAIN STREET (R409)as per schedule attached.The specification are contained in the quotation document which will be available free as from27/09/20<strong>12</strong> during office hours from <strong>Intsika</strong> <strong>Yethu</strong> <strong>Municipality</strong>, Budget and Treasury OfficeSupply Chain Management Unit, Cofimvaba.The quotation must be submitted on a quotation document not later than 05/10/20<strong>12</strong> at 16:00 at<strong>Intsika</strong> <strong>Yethu</strong> <strong>Municipality</strong>, Budget and Treasury Office, Corner of Windus and Bellair Street.SUPPLIERS/ SERVICE PROVIDERS SHALL TAKE NOTE OF THE FOLLOWINGBID CONDITIONS:[a][b][c][d][e][f][g]The <strong>Intsika</strong> <strong>Yethu</strong> <strong>Municipality</strong> Supply chain Management Policy will applyThe <strong>Intsika</strong> <strong>Yethu</strong> <strong>Municipality</strong> does not bind itself to accept the lowest quotation orany other quotation and reserves the right to accept the whole or part of quotationRFQs which are late, incomplete, unsigned or submitted by facsimile orelectronically, will not be accepted.Price(c) quoted must be valid for at least thirty (30) days from date of your offerPrice(s) quoted must be firm and must inclusive of VAT.A firm delivery period must be indicated.Price(s) quoted must be valid for at least thirty (30) days from date of your offer.


[h][i][j][k]For all transactions exceeding R30 000, 00 original tax clearance certificate from SARS mustbe furnished.This quotation will be evaluated in terms of the 80/20 preference point system as prescribedin the form MBD 6.1 must scrutinised, completed and submitted together with yourquotation.Successful bidders will required to register as a supplier /service providers on the IYMsSupplier/Service Provider Database, if not already registered.Failure to comply with these conditions may invalidate your offer.Yours faithfullyMr Z. SHASHAMUNICIPAL MANAGER


Specification for the paving of Tsomo town Main Street{R409}Paver size: 200mm x 100mm x 50mmA = 25.50 X 1.80 = 45.90 m 2B = 24.80 x 1.80 = 44.64 m 2C = 177.60 x 1.80 = 319.68 m 2D = 1<strong>12</strong>.30 x 1.80 = 202.14 m 2E = 158.40 x 1.80 = 285.<strong>12</strong> m 2F = 166.50 x 1.80 = <strong>29</strong>9.70 m 2G = 90.30 x 1.80 = 162.54 m 2H = 23.00 x 1.80 = 41.40 m 2Total Area = 1 401.<strong>12</strong> m 2Total number of paver bricks = 1 401.<strong>12</strong> m 2 x 50 bricks/m 2= 700 56 paver bricks + 5% wastage= 735 59 paver bricksConcrete EdgingTotal Length = 778.40mVolume = 778.40 x 0.<strong>13</strong> x 0.18= 18.22 m 3


General Conditions of Contract1. Definitions1. The following terms shall be interpreted as indicated:1.1 “Closing time” means the date and hour specified in the bidding documents for thereceipt of bids.1.2 “Contract” means the written agreement entered into between the purchaser and thesupplier, as recorded in the contract form signed by the parties, including all attachments andappendices thereto and all documents incorporated by reference therein.1.3 “Contract price” means the price payable to the supplier under the contract for the fulland proper performance of his contractual obligations.1.4 “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of valueto influence the action of a public official in the procurement process or in contract execution.1.5 "Countervailing duties" are imposed in cases where an enterprise abroad is subsidizedby its government and encouraged to market its products internationally.1.6 “Country of origin” means the place where the goods were mined, grown or produced orfrom which the services are supplied. Goods are produced when, through manufacturing,processing or substantial and major assembly of components, a commercially recognizednew product results that is substantially different in basic characteristics or in purpose orutility from its components.1.7 “Day” means calendar day.1.8 “Delivery” means delivery in compliance of the conditions of the contract or order.1.9 “Delivery ex stock” means immediate delivery directly from stock actually on hand.1.10 “Delivery into consignees store or to his site” means delivered and unloaded in thespecified store or depot or on the specified site in compliance with the conditions of thecontract or order, the supplier bearing all risks and charges involved until the goods are sodelivered and a valid receipt is obtained.1.11 "Dumping" occurs when a private enterprise abroad market its goods on own initiative inthe RSA at lower prices than that of the country of origin and which have the potential toharm the local industries in the RSA.GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACTTHE NATIONAL TREASURY: Republic of South Africa 41.<strong>12</strong>”Force majeure” means an event beyond the control of the supplier and not involving thesupplier’s fault or negligence and not foreseeable. Such events may include, but is notrestricted to, acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods,epidemics, quarantine restrictions and freight embargoes.1.<strong>13</strong> “Fraudulent practice” means a misrepresentation of facts in order to influence aprocurement process or the execution of a contract to the detriment of any bidder, andincludes collusive practice among bidders (prior to or after bid submission) designed toestablish bid prices at artificial non-competitive levels and to deprive the bidder of thebenefits of free and open competition.


1.14 “GCC” means the General Conditions of Contract.1.15 “Goods” means all of the equipment, machinery, and/or other materials that the supplieris required to supply to the purchaser under the contract.1.16 “Imported content” means that portion of the bidding price represented by the cost ofcomponents, parts or materials which have been or are still to be imported (whether by thesupplier or his subcontractors) and which costs are inclusive of the costs abroad, plus freightand other direct importation costs such as landing costs, dock dues, import duty, sales dutyor other similar tax or duty at the South African place of entry as well as transportation andhandling charges to the factory in the Republic where the goods covered by the bid will bemanufactured.1.17 “Local content” means that portion of the bidding price, which is not included in theimported content provided that local manufacture does take place.1.18 “Manufacture” means the production of products in a factory using labour, materials,components and machinery and includes other related value-adding activities.1.19 “Order” means an official written order issued for the supply of goods or works or therendering of a service.1.20 “Project site,” where applicable, means the place indicated in bidding documents.1.21 “Purchaser” means the organization purchasing the goods.1.22 “Republic” means the Republic of South Africa.1.23 “SCC” means the Special Conditions of Contract.1.24 “Services” means those functional services ancillary to theGOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACTTHE NATIONAL TREASURY: Republic of South Africa 5Supply of the goods, such as transportation and any other incidental services, such asinstallation, commissioning, provision of technical assistance, training, catering, gardening,security, maintenance and other such obligations of the supplier covered under the contract.1.25 “Supplier” means the successful bidder who is awarded the contract to maintain andadminister the required and specified service(s) to the State.1.26“Tort”means in breach of contract.1.27 “Turnkey” means a procurement process where one service provider assumes totalresponsibility for all aspects of the project and delivers the full end product / service requiredby the contract.1.28 “Written” or “in writing” means hand-written in ink or any form of electronic ormechanical writing.


2. Application2.1 These general conditions are applicable to all bids, contracts and orders including bidsfor functional and professional services (excluding professional services related to thebuilding and construction industry), sales, hiring, letting and the granting or acquiring ofrights, but excluding immovable property, unless otherwise indicated in the biddingdocuments.2.2 Where applicable, special conditions of contract are also laid down to cover specificgoods, services or works.2.3 Where such special conditions of contract are in conflict with these general conditions,the special conditions shall apply.3. General3.1 Unless otherwise indicated in the bidding documents, the purchaser shall not be liable forany expense incurred in the preparation and submission of a bid. Where applicable anonrefundable fee for documents may be charged.3.2 Invitations to bid are usually published in locally distributed news media and on themunicipality/municipal entity website.4. Standards4.1 The goods supplied shall conform to the standards mentioned in the bidding documentsand specifications.5. Use of contract documents and information inspection5.1 The supplier shall not, without the purchaser’s prior written consent, disclose thecontract, or any provision thereof, or any specification, plan, drawing, pattern, sample, orinformation furnished by or on behalf of the purchaser in connection therewith, to any personother than a person employed by the supplier in the performance of the contract. Disclosureto any such employed person shall be made in confidence and shall GOVERNMENTPROCUREMENT: GENERAL CONDITIONS OF CONTRACT THE NATIONAL TREASURY:Republic of South Africa 6 extend only as far as may be necessary for purposes of suchperformance.5.2 The supplier shall not, without the purchaser’s prior written consent, make use of anydocument or information mentioned in GCC clause 5.1 except for purposes of performing thecontract.5.3 Any document, other than the contract itself mentioned in GCC clause 5.1 shall remainthe property of the purchaser and shall be returned (all copies) to the purchaser oncompletion of the supplier’s performance under the contract if so required by the purchaser.5.4 The supplier shall permit the purchaser to inspect the supplier’s records relating to theperformance of the supplier and to have them audited by auditors appointed by thepurchaser, if so required by the purchaser.


6. Patent Rights6.1 The supplier shall indemnify the purchaser against all third-party claims of infringement ofpatent, trademark, or industrial design rights arising from use of the goods or any part thereofby the purchaser.6.2 When a supplier developed documentation / projects for the municipality / municipalentity, the intellectual, copy and patent rights or ownership of such documents or projects willvest in the municipality / municipal entity.7. Performance security7.1 Within thirty (30) days of receipt of the notification of contract award, the successfulbidder shall furnish to the purchaser the performance security of the amount specified inSCC.7.2 The proceeds of the performance security shall be payable to the purchaser ascompensation for any loss resulting from the supplier’s failure to complete his obligationsunder the contract.7.3 The performance security shall be denominated in the currency of the contract, or in afreely convertible currency acceptable to the purchaser and shall be in one of the followingforms:(a) a bank guarantee or an irrevocable letter of credit issued by a reputable bank located inthe purchaser’s country or abroad, acceptable to the purchaser, in the form provided in thebidding documents or another form acceptable to the purchaser; or(b) a cashier’s or certified cheque.7.4 The performance security will be discharged by the purchaser and returned to thesupplier not later than thirty (30) days following the date of completion of the supplier’sperformance obligations under the contract, including any warranty obligations, unlessotherwise specified.GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACTTHE NATIONAL TREASURY: Republic of South Africa 78. Inspections, tests and analyses8.1 All pre-bidding testing will be for the account of the bidder.8.2 If it is a bid condition that goods to be produced or services to be rendered should at anystage be subject to inspections, tests and analyses, the bidder or contractor’s premises shallbe open, at all reasonable hours, for inspection by a representative of the purchaser ororganization acting on behalf of the purchaser.8.3 If there is no inspection requirements indicated in the bidding documents and no mentionis made in the contract, but during the contract period it is decided that inspections shall becarried out, the purchaser shall itself make the necessary arrangements, including paymentarrangements with the testing authority concerned.8.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3 show the goodsto be in accordance with the contract requirements, the cost of the inspections, tests andanalyses shall be defrayed by the purchaser.


8.5 Where the goods or services referred to in clauses 8.2 and 8.3 do not comply with thecontract requirements, irrespective of whether such goods or services are accepted or not,the cost in connection with these inspections, tests or analyses shall be defrayed by thesupplier.8.6 Goods and services which are referred to in clauses 8.2 and 8.3 and which do notcomply with the contract requirements may be rejected.8.7 Any contract goods may on or after delivery be inspected, tested or analyzed and may berejected if found not to comply with the requirements of the contract. Such rejected goodsshall be held at the cost and risk of the supplier who shall, when called upon, remove themimmediately at his own cost and forthwith substitute them with goods, which do comply withthe requirements of the contract. Failing such removal the rejected goods shall be returnedat the suppliers cost and risk. Should the supplier fail to provide the substitute goodsforthwith, the purchaser may, without giving the supplier further opportunity to substitute therejected goods, purchase such goods as may be necessary at the expense of the supplier.8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the purchaser tocancel the contract on account of a breach of the conditions thereof, or to act in terms ofClause 22 of GCC.9. Packing9.1 The supplier shall provide such packing of the goods as is required to prevent theirdamage or deterioration during transit to their final destination, as indicated in the contract.The packing shall be sufficient to withstand, without limitation, rough handling during transitand exposure to extreme temperatures, salt and precipitation during transit, and openstorage. Packing, case sizeGOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACTTHE NATIONAL TREASURY: Republic of South Africa 8 weights shall take into consideration,where appropriate, the remoteness of the goods’ final destination and the absence of heavyhandling facilities at all points in transit.9.2 The packing, marking, and documentation within and outside the packages shall complystrictly with such special requirements as shall be expressly provided for in the contract,including additional requirements, if any, and in any subsequent instructions ordered by thepurchaser.10. Delivery and documents10.1 Delivery of the goods and arrangements for shipping and clearance obligations shall bemade by the supplier in accordance with the terms specified in the contract.11. Insurance11.1 The goods supplied under the contract shall be fully insured in a freely convertiblecurrency against loss or damage incidental to manufacture or acquisition, transportation,storage and delivery in the manner specified.<strong>12</strong>. Transportation<strong>12</strong>.1 Should a price other than an all-inclusive delivered price be required, this shall bespecified.


<strong>13</strong>. Incidental Services<strong>13</strong>.1 The supplier may be required to provide any or all of the following services, includingadditional services, if any:(a) Performance or supervision of on-site assembly and/or commissioning of the suppliedgoods;(b) Furnishing of tools required for assembly and/or maintenance of the supplied goods;(c) Furnishing of a detailed operations and maintenance manual for each appropriate unit ofthe supplied goods;(d) performance or supervision or maintenance and/or repair of the supplied goods, for aperiod of time agreed by the parties, provided that this service shall not relieve the supplier ofany warranty obligations under this contract; and(e) training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly,start-up, operation, maintenance, and/or repair of the supplied goods.<strong>13</strong>.2 Prices charged by the supplier for incidental services, if not included in the contractprice for the goods, shall be agreed upon in advance by the parties and shall not exceed theprevailing rates charged to other parties by the supplier for similar services.14. Spare parts14.1 As specified, the supplier may be required to provide any or all of the followingmaterials, notifications, and information pertaining to spare parts manufactured or distributedby the supplier: GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACTTHE NATIONAL TREASURY: Republic of South Africa 9(a) such spare parts as the purchaser may elect to purchase from the supplier, provided thatthis election shall not relieve the supplier of any warranty obligations under the contract; and;(b) in the event of termination of production of the spare parts:(i) Advance notification to the purchaser of the pending termination, in sufficient time topermit the purchaser to procure needed requirements; and(ii) Following such termination, furnishing at no cost to the purchaser, the blueprints,drawings, and specifications of the spare parts, if requested.15. Warranty15.1 The supplier warrants that the goods supplied under the contract are new, unused, ofthe most recent or current models and those they incorporate all recent improvements indesign and materials unless provided otherwise in the contract. The supplier further warrantsthat all goods supplied under this contract shall have no defect, arising from design,materials, or workmanship (except when the design and/or material is required by thepurchaser’s specifications) or from any act or omission of the supplier, that may develop


under normal use of the supplied goods in the conditions prevailing in the country of finaldestination.15.2 This warranty shall remain valid for twelve (<strong>12</strong>) months after the goods or any portionthereof as the case may be, have been delivered to and accepted at the final destinationindicated in the contract, or for eighteen (18) months after the date of shipment from the portor place of loading in the source country, whichever period concludes earlier, unlessspecified otherwise.15.3 The purchaser shall promptly notify the supplier in writing of any claims arising underthis warranty.15.4 Upon receipt of such notice, the supplier shall, within the period specify and with allreasonable speed, repair or replace the defective goods or parts thereof, without costs to thepurchaser.15.5 If the supplier, having been notified, fails to remedy the defect(s) within the periodspecified, the purchaser may proceed to take such remedial action as may be necessary, atthe supplier’s risk and expense and without prejudice to any other rights which the purchasermay have against the supplier under the contract.16. Payment16.1 The method and conditions of payment to be made to the supplier under this contractshall be specified.16.2 The supplier shall furnish the purchaser with an invoice accompanied by a copy of thedelivery note and upon fulfillment of other obligations stipulated in the contract.GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACT THE NATIONALTREASURY: Republic of South Africa 1016.3 Payments shall be made promptly by the purchaser, but in no case later than thirty (30)days after submission of an invoice or claim by the supplier.16.4 Payment will be made in Rand unless otherwise stipulated.17. Prices17.1 Prices charged by the supplier for goods delivered and servicesperformed under the contract shall not vary from the prices quoted by the supplier in his bid,with the exception of any price adjustments authorized or in the purchaser’s request for bidvalidity extension, as the case may be.18. Variation orders18.1 In cases where the estimated value of the envisaged changes in purchase does notvary more than 15% of the total value of the original contract, the contractor may beinstructed to deliver the goods or render the services as such. In cases of measurablequantities, the contractor may be approached to reduce the unit price, and such offers maybe accepted provided that there is no escalation in price.19. Assignment


19.1 The supplier shall not assign, in whole or in part, its obligations to perform under thecontract, except with the purchaser’s prior written consent.20. Subcontracts20.1 The supplier shall notify the purchaser in writing of all subcontracts awarded under thiscontract if not already specified in the bid. Such notification, in the original bid or later, shallnot relieve the supplier from any liability or obligation under the contract.21. Delays in the supplier’s performance21.1 Delivery of the goods and performance of services shall be made by the supplier inaccordance with the time schedule prescribed by the purchaser in the contract.21.2 If at any time during performance of the contract, the supplier or its subcontractor(s)should encounter conditions impeding timely delivery of the goods and performance ofservices, the supplier shall promptly notify the purchaser in writing of the fact of the delay, itslikely duration and its cause(s). As soon as practicable after receipt of the supplier’s notice,the purchaser shall evaluate the situation and may at his discretion extend the supplier’s timefor performance, with or without the imposition of penalties, in which case the extension shallbe ratified by the parties by amendment of contract.21.3 The right is reserved to procure outside of the contract smallquantities or to have minor essential services executed if an emergency arises, the supplier’spoint of supply is not situated at or near the place where the goods are required, or thesupplier’s services are not readily available.GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACT THE NATIONALTREASURY: Republic of South Africa 1<strong>12</strong>1.4 Except as provided under GCC Clause 25, a delay by the supplier in the performance ofits delivery obligations shall render the supplier liable to the imposition of penalties, pursuantto GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 22.2without the application of penalties.21.5 Upon any delay beyond the delivery period in the case of a goods contract, thepurchaser shall, without cancelling the contract, be entitled to purchase goods of a similarquality and up to the same quantity in substitution of the goods not supplied in conformitywith the contract and to return any goods delivered later at the supplier’s expense and risk,or to cancel the contract and buy such goods as may be required to complete the contractand without prejudice to his other rights, be entitled to claim damages from the supplier.22. Penalties22.1 Subject to GCC Clause 25, if the supplier fails to deliver any or allof the goods or to perform the services within the period(s) specified in the contract, thepurchaser shall, without prejudice to its other remedies under the contract, deduct from thecontract price, as a penalty, a sum calculated on the delivered price of the delayed goods orunperformed services using the current prime interest rate calculated for each day of thedelay until actual delivery or performance. The purchaser may also consider termination ofthe contract pursuant to GCC Clause 23.


27.3 Should it not be possible to settle a dispute by means of mediation, it may be settled ina South African court of law.27.4 Notwithstanding any reference to mediation and/or court proceedings herein,(a) the parties shall continue to perform their respective obligations under the contract unlessthey otherwise agree; and(b) the purchaser shall pay the supplier any monies due the supplier for goods delivered and/or services rendered according to the prescripts of the contract.28. Limitation of Liability28.1 Except in cases of criminal negligence or willful misconduct, and in the case ofinfringement pursuant to Clause 6;(a) the supplier shall not be liable to the purchaser, whether in contract, tort, or otherwise, forany indirect or consequential loss or damage, loss of use, loss of production, or loss ofprofits or interest costs, provided that this exclusion shall not apply to any obligation of thesupplier to pay penalties and/or damages to the purchaser; and(b) the aggregate liability of the supplier to the purchaser, whether under the contract, in tortor otherwise, shall not exceed the total contract price, provided that this limitation shall notapply to the cost of repairing or replacing defective equipment.<strong>29</strong>. Governing language<strong>29</strong>.1 The contract shall be written in English. All correspondence and other documentspertaining to the contract that is exchanged by the parties shall also be written in English.30. Applicable law30.1 The contract shall be interpreted in accordance with South African laws, unlessotherwise specified.31. Notices31.1 Every written acceptance of a bid shall be posted to the supplier concerned byregistered or certified mail and any other notice to him shall be posted by ordinary mail to theaddress furnished in his bid or to the address notified later by him in writing and such postingshall be deemed to be proper service of such notice.31.2 The time mentioned in the contract documents for performing any act after suchaforesaid notice has been given, shall be reckoned from the date of posting of such notice.32. Taxes and duties32.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees,and other such levies imposed outside the purchaser’s country.GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACTTHE NATIONAL TREASURY: Republic of South Africa 1432.2 A local supplier shall be entirely responsible for all taxes, duties, license fees, etc.,incurred until delivery of the contracted goods to the purchaser.


32.3 No contract shall be concluded with any bidder whose tax matters are not in order. Priorto the award of a bid SARS must have certified that the tax matters of the preferred bidderare in order.32.4 No contract shall be concluded with any bidder whose municipal rates and taxes andmunicipal services charges are in arrears.33. Transfer of contracts33.1 The contractor shall not abandon, transfer, cede assign or sublet a contract or partthereof without the written permission of the purchaser34. Amendment of contracts34.1 No agreement to amend or vary a contract or order or the conditions, stipulations orprovisions thereof shall be valid and of any force unless such agreement to amend or vary isentered into in writing and signed by the contracting parties. Any waiver of the requirementthat the agreement to amend or vary shall be in writing, shall also be in writing.35. Prohibition of restrictive practices35.1 In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, anagreement between, or concerted practice by, firms, or a decision by an association of firms,is prohibited if it is between parties in a horizontal relationship and if a bidder(s) is/ are or acontractor(s) was / were involved in collusive bidding.35.2 If a bidder(s) or contractor(s) based on reasonable grounds or evidence obtained by thepurchaser has / have engaged in the restrictive practice referred to above, the purchasermay refer the matter to the Competition Commission for investigation and possible impositionof administrative penalties as contemplated in section 59 of the Competition Act No 89 0f1998.35.3 If a bidder(s) or contractor(s) has / have been found guilty by the CompetitionCommission of the restrictive practice referred to above, the purchaser may, in addition andwithout prejudice to any other remedy provided for, invalidate the bid(s) for such item(s)offered, and / or terminate the contract in whole or part, and / or restrict the bidder(s) orcontractor(s) from conducting business with the public sector for a period not exceeding ten(10) years and / or claim damages from the bidder(s) or contractor(s)concerned.Revised July 2010


INVITATION TO BIDYOU ARE HEREBY INVITED TO BID FORPAVING OF TSOMO MAIN STREET (R409)MBD 1RFQ: IYM SCMU <strong>29</strong> – <strong>12</strong>/<strong>13</strong>RFQNUMBER:IYMSCMU<strong>29</strong>-<strong>12</strong>/<strong>13</strong>CLOSINGDATE:05 October 20<strong>12</strong>CLOSINGTIME:16:00:00 PMDESCRIPTION:- The successful bidder will be required to fill in and sign a written Contract Form (MBD 7).- Bid documents must be deposited in the bid box situated at 201 Main Street, Cofimvaba- Bidders should ensure that bids are delivered on time to the correct address. If the bid is late, it will not beaccepted for consideration.- The bid box is generally open 24 hours a day, 7 days a week- All bids must be submitted on the official forms – (not to be re-typed)- This bid is subject to the preferential procurement policy framework act and the preferential procurementregulations, 2011, the general conditions of contract (GCC) and, if applicable, any other special conditionsof contract.- NB: No bids will be considered from persons in the service of the state (as defined in Regulation1 of the Local Government: Municipal Supply Chain Management Regulations)THE FOLLOWING PARTICULARS MUST BE FURNISHED(FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED)Name Of BidderPostal AddressStreet AddressTelephone Number Code: Number:


Cell phone NumberFacsimile Number Code: Number:E-mail AddressVat Registration NumberHas an original tax clearance certificate been submitted (MBD 2)?Has a B-BBEE status level verification certificate been submitted? (MBD 6.1)If yes, who issued the certificate?An accounting officer as contemplated in the close corporation act (CCA)A Verification Agency accredited by SANASA Registered Auditor(Tick applicable box)(A B-BBEE status level verification certificate must be submitted in order to qualifyfor preference points for B-BBEE)Are you the accredited representative in South Africa for the Goods/Servicesoffered by you?YES / NOYES/NO□□□YES / NO(IF YES ENCLOSE PROOF)SIGNATURE OF BIDDERDATECAPACITY UNDER WHICH THIS BID IS SIGNEDTOTAL BID PRICE (vat included)AMOUNT IN WORDS<strong>Intsika</strong> <strong>Yethu</strong> <strong>Municipality</strong>ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BEDIRECTED TO:Budget and Treasury Office- Supply Chain ManagementContact Person: SCM Officer - Bid AdministrationTel: 047 8740 364Fax: 047 8740 358ANY ENQUIRIES REGARDING THIS TENDER MAY BE DIRECTED TO:Contact Person:Ms N RolsTel: 047 874 8775Fax: 047 874 0226MBD 2


TAX CLEARANCE REQUIREMENTSIT IS A CONDITION OF BIDDING THAT –1. The taxes of the successful bidder must be in order, or that satisfactory arrangements havebeen made with the Receiver of Revenue to meet his /her tax obligations.2. The attached form “Application for Tax Clearance Certificates (in respect of bidders)”, mustbe completed in all respects and submitted to the Receiver of Revenue where the bidder isregistered for tax purposes. The Receiver of Revenue will then furnish the bidder with a TaxClearance Certificate that will be valid for a period of six (6) months from date of issue.Submitted Tax Clearance Certificate must be original and valid. Non submission of theabove may invalidate the bid.3. In bids where Consortia /Joint Ventures / Sub- contractors / Associations are involvedeach party must submit a separate Tax Clearance Certificates. Copies of the Application forTax Clearance Certificates are available at any Receiver’s Office.DECLARATION OF INTEREST


1. Any legal person, including persons employed by the State, or personswho act on behalf of the State or persons having a kinship with personsemployed by the State, including a blood relationship, may make relatingan offer/s in terms of this tender invitation. In view of possible allegationsof favouritism, should the resulting tender or part thereof, be awarded topersons who act on behalf of the State to persons connected with orrelated to them. It is required that the bidder or his authorizedrepresentative shall declare his position vis-a-vis the evaluating authorityand/or take an oath declaring his interest, where:-The bidder is employed by the state or acts on behalf of the State; and/orthe legal person on who's the behalf the tender document is signed, has arelationship with person/s who are involved with the evaluation of thetender(s), or where it is known that such relationship exists between theperson/s for on whose behalf the declaring acts and persons who areinvolved with the evaluation of the tender.In order to give effect to the above, the following questionnaire shallbe completed and submitted with the tender.2. Are you or any person connected with the bidder, employed by theState?Yes/ No2.1 If so state, state particulars...........................................................................................................................................................................................................................................................................................................................................3. Do you, or any person connectedDo you, or any person connected with the bidder, have any relationship(family, friend, other) with a person employed by the Departmentconcerned, State Tender Board or its administration and who mayinvolved with the evaluation or adjudication of this tender?YES / NO3.1 If so, state particular.............................................................................................................


......................................................................................................................................................................................................................................................................................................................................4. Are you, or any person connected with the bidder, have any relationship(family, friend, other) with a person employed by the Departmentconcerned, State Tender Board or its administration and who mayinvolved with the evaluation or adjudication of this tender?YES / NO4.1 If so state, state particulars...................................................................................................................................................................................................................................................................................................................................................................................... .............................. .....................SIGNATURE OF DECLARANT TENDER NO DATE.................................................. ............................................................POSITION OF DECLARANT NAME .OF COMPANY OR BIDDERBIDDER


1. I/We hereby tender to supply/deliver any supplies and/or render all or anyservices described in the attached documents to the State on the terms andconditions and in accordance with the specifications stipulated in the tenderdocuments at the prices and on the terms regarding time for delivery and/orexecution inserted therein.2. I/We agree that:-(a) the offer herein shall remain binding upon me/us and open for acceptanceby the Regional Tender Board during the validity period indicated and calculatedfrom the closing time of the tender:(b) this tender and its acceptance shall be subject to the terms and conditionscontained in the general conditions and procedures with which I am/we are fullyacquainted:(c)if I/we withdraw my/our tender within the period for which I/we have agreedthat the tender shall remain open for acceptance, or fail to fulfil the contract whencalled upon to do so, the State may, without prejudice to its other rights, agree tothe withdrawal of my/our tender or cancel the contract that may have beenentered into between me/us and the State and I/we will then pay to the State anyaddition expense incurred by the State having either to accept any lessfavourable tender or, if fresh tenders have been invited, the additionalexpenditure incurred by the invitation of fresh tenders and by subsequentacceptance of any less favourable tender; the State shall also have the right torecover such additional expenditure by set-off against moneys which may be dueor become due to me/us under this or any other tender or against any guaranteeor deposit that may have been furnished by me/us or on my/our behalf for thedue fulfilment of this or any other tender or contract and pending theascertainment of the amount of such additional expenditure to retain suchmoneys, guarantee or deposit as security for any loss the State may sustain byreason of my/our default;(d) if my/our tender is accepted and the acceptance may be communicated tome/us by letter or order by ordinary post or registered post and that the S.A PostOffice Ltd. Shall be regarded as my/our agent, and deliver of such acceptance tothe S.A Post Office Ltd. Shall be treated as delivery to me/us;(e) the law of the Republic of South Africa shall govern the contract createdby the acceptance of my/our tender that I/we choose domicilium citandi etexecutandi in the Republic at (full address of this place).


3. I/we furthermore confirm that I/we have satisfied myself/ourselves as tothe correctness and validity of my/our tender; that the price(s) and rate(s) quotedcover all the work/item(s) specified in the tender documents and that the price(s)and rate(s) cover all my/our obligations under a resulting contract and I/weaccepted that mistakes regarding price/s and calculations will be at my/our risk.4. I/we hereby accept full responsibility for the proper execution andfulfilment of all obligations and conditions devolving on me/us under thisagreement as the Principal(s) liable for the due fulfilment of this contract.5. I/we agree that any action arising from this contract may in all respects beinstituted against me/us and I/we hereby undertake to satisfy fully any sentenceor judgment which may be pronounced against me/us as a result of such action.6. I/we declare that I/we have participation/ no participation* in thesubmission of any other offer for the supplies or services described in theattached documents. If in the affirmative, state name/s of Bidder/s involved.7. Are you duly authorized to sign the bid? ......................................8. Has the Declaration of Interest been duly completed and included with theother tender forms? .................................................SIGNATURE/S TO TENDERER OR ASSIGNEE/S .........................................DATE: .............................Capacity and particulars of the authority under which this tender issigned............................................................Name of bidder: ............................................................Postal Address: ....................................................................................................................................................................................Telephone No: ............................................................Facsimile: ............................................................Bid No ............................................................


Name of contact person ............................................................Each bid shall be submitted in a separate, sealed envelope on which the NAMEAND ADDRESS OF THE BIDDDER, THE BID NUMBER AND THE CLOSINGDATE shall be clearly shown. The BID shall be deposited in tender box at <strong>Intsika</strong><strong>Yethu</strong> <strong>Municipality</strong>.COMPANY DETAILSREGISTERED COMPANY NAMECOMPANY REGISTRATION NOVAT REGISTRATION NONAME OF COMPANY DIRECTOR/S:…………….…………………………:………………….……………………:……………………………………….:……………………………………….……………………………………….CONTACT PERSON/SCONTACT NOFAX NOE-MAIL ADDRESSPHYICAL ADDRESS:……………………………………….:……………………………………….:……………………………………….:……………………………………….:……………………………………….……………………………………….POSTAL ADDRESS:……………………………………….……………………………………….MUNICIPAL CLEARANCE CERTIFICATE


Certified copy of the following must be inserted hereValid <strong>Intsika</strong> <strong>Yethu</strong> Municipal service/levies Clearance Certificate issued bythe directorate of Finance of <strong>Intsika</strong> <strong>Yethu</strong> <strong>Municipality</strong>, or any municipalitywhere business is operating or where directors are situated certifying that theirservice charges/levies are in order or that suitable arrangement has been madefor their payment.Clearance Certificate should not be more than three (3) months oldShould Clearance Certificate not be applicable, proper correspondenceshould be entered and attached to this page for adjudicationMBD 6.1


PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIALPROCUREMENT REGULATIONS 2011This preference form must form part of all bids invited. It contains general information andserves as a claim form for preference points for Broad-Based Black EconomicEmpowerment (B-BBEE) Status Level of ContributionNB:BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERALCONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OFB-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENTREGULATIONS, 2011.1. GENERAL CONDITIONS1.1 The following preference point systems are applicable to all bids:- the 80/20 system for requirements with a Rand value of up to R1 000 000 (all applicable taxesincluded); and- the 90/10 system for requirements with a Rand value above R1 000 000 (all applicable taxesincluded).1.2 The value of this bid is estimated not to exceed R1 000 000 (all applicable taxes included) andtherefore the 80/20 system shall be applicable.1.3 Preference points for this bid shall be awarded for:(a)(b)Price; andB-BBEE Status Level of Contribution.1.3.1 The maximum points for this bid are allocated as follows:1.3.1.1 PRICE 801.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 20Total points for Price and B-BBEE must not exceed 100POINTS1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE VerificationCertificate from a Verification Agency accredited by the South African Accreditation System(SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors(IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) togetherwith the bid, will be interpreted to mean that preference points for B-BBEE status level ofcontribution are not claimed.1.5. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at anytime subsequently, to substantiate any claim in regard to preferences, in any manner required by thepurchaser.2. DEFINITIONS


2.1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemploymentinsurance fund contributions and skills development levies;2.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entitybased on its overall performance using the relevant scorecard contained in the Codes of GoodPractice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based BlackEconomic Empowerment Act;2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by anorgan of state for the provision of services, works or goods, through price quotations, advertisedcompetitive bidding processes or proposals;2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black EconomicEmpowerment Act, 2003 (Act No. 53 of 2003);2.6 “comparative price” means the price after the factors of a non-firm price and all unconditionaldiscounts that can be utilized have been taken into consideration;2.7 “consortium or joint venture” means an association of persons for the purpose of combining theirexpertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract;2.8 “contract” means the agreement that results from the acceptance of a bid by an organ of state;2.9 “EME” means any enterprise with annual total revenue of R5 million or less.2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actualincrease or decrease resulting from the change, imposition, or abolition of customs or excise duty andany other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor anddemonstrably has an influence on the price of any supplies, or the rendering costs of any service, forthe execution of the contract;2.11 “functionality” means the measurement according to predetermined norms, as set out in the biddocuments, of a service or commodity that is designed to be practical and useful, working oroperating, taking into account, among other factors, the quality, reliability, viability and durability of aservice and the technical capacity and ability of a bidder;2.<strong>12</strong> “non-firm prices” means all prices other than “firm” prices;2.<strong>13</strong> “person” includes a juristic person;2.14 “rand value” means the total estimated value of a contract in South African currency, calculated atthe time of bid invitations, and includes all applicable taxes and excise duties;2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, oremploying, another person to support such primary contractor in the execution of part of a projectin terms of the contract;2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of GoodPractice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-BasedBlack Economic Empowerment Act and promulgated in the Government Gazette on 9 February2007;


2.17 “trust” means the arrangement through which the property of one person is made over orbequeathed to a trustee to administer such property for the benefit of another person; and2.18 “trustee” means any person, including the founder of a trust, to whom property is bequeathed inorder for such property to be administered for the benefit of another person.3. ADJUDICATION USING A POINT SYSTEM3.1 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 takinginto 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 bethe 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 havescored equal points including equal preference points for B-BBEE, the successful bid mustbe 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 drawingof lots.4. POINTS AWARDED FOR PRICE4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMSA maximum of 80 or 90 points is allocated for price on the following basis:80/20 or 90/10Where⎛ Pt − P min ⎞⎛ Pt − P min ⎞Ps = 80⎜1− ⎟ or Ps = 90⎜1− ⎟⎝ P min ⎠⎝ P min ⎠Ps = Points scored for comparative price of bid under considerationPt = Comparative price of bid under considerationPmin = Comparative price of lowest acceptable bid5. Points awarded for B-BBEE Status Level of Contribution5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preferencepoints must be awarded to a bidder for attaining the B-BBEE status level of contribution inaccordance with the table below:


B-BBEE Status Level ofContributorNumber of points(90/10 system)Number of points(80/20 system)1 10 202 9 183 8 164 5 <strong>12</strong>5 4 86 3 67 2 48 1 2Non-compliant contributor 0 05.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by anAccounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or aRegistered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’sapproval for the purpose of conducting verification and issuing EMEs with B-BBEE StatusLevel Certificates.5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verificationcertificate or a certified copy thereof, substantiating their B-BBEE rating issued by a RegisteredAuditor approved by IRBA or a Verification Agency accredited by SANAS.5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity,provided that the entity submits their B-BBEE status level certificate.5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as anunincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if theywere a group structure and that such a consolidated B-BBEE scorecard is prepared for every separatebid.5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates interms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents thatsuch a bidder intends sub-contracting more than 25% of the value of the contract to any otherenterprise that does not qualify for at least the points that such a bidder qualifies for, unless theintended sub- contractor is an EME that has the capability and ability to execute the sub-contract.5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to anyother enterprise that does not have an equal or higher B-BBEE status level than the person concerned,unless the contract is sub-contracted to an EME that has the capability and ability to execute the subcontract.


6. BID DECLARATION6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete thefollowing:7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OFPARAGRAPHS 1.3.1.2 AND 5.17.1 B-BBEE Status Level of Contribution …………. = …………… (Maximum of 10 or 20 points)(Points claimed in respect of paragraph 7.1 must be in accordance with thetable 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 aRegistered Auditor approved by IRBA or an Accounting Officer ascontemplated in the CCA).8 SUB-CONTRACTING8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is notapplicable)8.1.1 If yes, indicate:(i) what percentage of the contract will sub-contracted?............……………….…%(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? YES / NO9 DECLARATION WITH REGARD TO COMPANY/FIRM9.1 Name of firm : .......................................................................................................................9.2 VAT registration number :9.3 Company registration number……………………………………………………………………. :9.4 TYPE OF COMPANY/ FIRMPartnership/Joint Venture / ConsortiumOne person business/sole proprietyClose corporationCompany(Pty) Limited[TICK APPLICABLE BOX]9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES………….. ...........................................................................................................................................................................................……………… ....................................................................................................................................................................................…………….. .......................................................................................................................................................................................


9.6 COMPANY CLASSIFICATIONManufacturerSupplierProfessional service providerOther service providers, e.g. transporter, etc.[TICK APPLICABLE BOX]9.7 MUNICIPAL INFORMATION<strong>Municipality</strong> where business is situated…………………………………………………………………..Registered Account Number …………………………….Stand Number ……………………………………………….9.8 TOTAL NUMBER OF YEARS THE COMPANY/FIRM HAS BEEN IN BUSINESS?……………………………………9.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of thecompany/firm, certify that the points claimed, based on the B-BBE status level ofcontribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/firm for the preference(s) shown and I / we acknowledge that:(i)(ii)(iii)(iv)The information furnished is true and correct;The preference points claimed are in accordance with the General Conditions asindicated in paragraph 1 of this form.In the event of a contract being awarded as a result of points claimed as shownin paragraph 7, the contractor may be required to furnish documentary proof tothe satisfaction of the purchaser that the claims are correct;If the B-BBEE status level of contribution has been claimed or obtained on afraudulent basis or any of the conditions of contract have not been fulfilled, thepurchaser may, in addition to any other remedy it may have –(a)(b)(c)(d)(e)disqualify the person from the bidding process;recover costs, losses or damages it has incurred or suffered as a resultof that person’s conduct;cancel the contract and claim any damages which it has suffered as aresult of having to make less favourable arrangements due to suchcancellation;restrict the bidder or contractor, its shareholders and directors, or onlythe shareholders and directors who acted on a fraudulent basis, fromobtaining business from any organ of state for a period not exceeding10 years, after the audi alteram partem (hear the other side) rule hasbeen applied; andforward the matter for criminal prosecution


WITNESSES:1. ……………………………………………………………………………SIGNATURE OF BIDDER2. ………………………………………DATE: ..................................................................ADDRESS: ..............................................................................................................................................................................................................................................................


DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENTMBD 6.2This Municipal Bidding Document (MBD) must form part of all bids invited. It containsgeneral information and serves as a declaration form for local content (localproduction and local content are used interchangeably).Before completing this declaration, bidders must study the General Conditions,Definitions, Directives applicable in respect of Local Content as prescribed in thePreferential Procurement Regulations, 2011 and the South African Bureau ofStandards (SABS) approved technical specification number SATS <strong>12</strong>86:201x.1. General Conditions1.1. Preferential Procurement Regulations, 2011 (Regulation 9. (1) and 9. (3) makeprovision for the promotion of local production and content.1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in theaward of bids local production and content is of critical importance, such bidsmust be advertised with the specific bidding condition that only locally producedgoods, services or works or locally manufactured goods, with a stipulatedminimum threshold for local production and content will be considered.1.3. Regulation 9.(3) prescribes that where there is no designated sector, a specificbidding condition may be included, that only locally produced services, works orgoods or locally manufactured goods with a stipulated minimum threshold forlocal production and content, will be considered.1.4. Where necessary, for bids referred to in paragraphs 1.2 and 1.3 above, a twostage bidding process may be followed, where the first stage involves aminimum threshold for local production and content and the second stage priceand B-BBEE.1.5. A person awarded a contract in relation to a designated sector, may not subcontractin such a manner that the local production and content of the overallvalue of the contract is reduced to below the stipulated minimum threshold.1.6. The local content (LC) as a percentage of the bid price must be calculated inaccordance with the SABS approved technical specification number SATS <strong>12</strong>86:201x as follows:LC = 1 x 100Wherex imported contenty bid price excluding value added tax (VAT)Prices referred to in the determination of x must be converted to Rand (ZAR) byusing the exchange rate published by the South African Reserve Bank (SARB) at


<strong>12</strong>:00 on the date, one week (7 calendar days) prior to the closing date of the bidas required in paragraph 4.1 below.1.7. A bid will be disqualified if:2. Definitions• the bidder fails to achieve the stipulated minimum threshold for localproduction and content indicated in paragraph 3 below; and.• this declaration certificate is not submitted as part of the biddocumentation.2.1. “bid” includes advertised competitive bids, written price quotations or proposals;2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);2.3. “contract” means the agreement that results from the acceptance of a bid byan organ of state;2.4. “designated sector” means a sector, sub-sector or industry that has beendesignated by the Department of Trade and Industry in line with nationaldevelopment and industrial policies for local production, where only locallyproduced services, works or goods or locally manufactured goods meet thestipulated minimum threshold for local production and content;2.5. “duly sign”means a Declaration Certificate for Local Content that has beensigned by the Chief Financial Officer or other legally responsible personnominated in writing by the Chief Executive, or senior member / person withmanagement responsibility(close corporation, partnership or individual).2.6. “imported content” means that portion of the bid price represented by the costof components, parts or materials which have been or are still to be imported(whether by the supplier or its subcontractors) and which costs are inclusive ofthe costs abroad, plus freight and other direct importation costs, such as landingcosts, dock duties, import duty, sales duty or other similar tax or duty at theSouth African port of entry;2.7. “local content” means that portion of the bid price which is not included in theimported content, provided that local manufacture does take place;2.8. “stipulated minimum threshold” means that portion of local production andcontent as determined by the Department of Trade and Industry; and2.9. “sub-contract” means the primary contractor’s assigning, leasing, making outwork to, or employing another person to support such primary contractor in theexecution of part of a project in terms of the contract.3. The stipulated minimum threshold(s) for local production and content forthis bid is/are as follows:


Description of services, works or goods_____________________________________________________________________________________________Stipulated minimum threshold_______%_______%_______%4. Does any portion of the services, works or goods offeredhave any imported content? YES /NO4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local contentas prescribed in paragraph 1.6 of the general conditions must be the rate(s)published by the SARB for the specific currency at <strong>12</strong>:00 on the date, one week(7 calendar days) prior to the closing date of the bid.The relevant rates of exchange information is accessible onwww.reservebank.co.za.Indicate the rate(s )of exchange against the appropriate currency in the tablebelow:CurrencyUS DollarPound SterlingEuroYenOtherRates of exchangeNB: Bidders must submit proof of the SARB rate (s) of exchange used.LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHERLEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEFEXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENTRESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)IN RESPECT OF BID No. .................................................................................ISSUED BY: (<strong>Intsika</strong> <strong>Yethu</strong> <strong>Municipality</strong>):.........................................................................................................................NB The obligation to complete, duly sign and submit this declaration cannot betransferred to an external authorized representative, auditor or any other third partyacting on behalf of the bidder.I, the undersigned, …………………………….................................................. (full names),


do hereby declare, in my capacity as ……………………………………… ………..of ...............................................................................................................(name of bidderentity), the following:(a) The facts contained herein are within my own personal knowledge.(b) I have satisfied myself that the goods/services/works to be delivered in terms of theabove-specified bid comply with the minimum local content requirements as specified inthe bid, and as measured in terms of SATS <strong>12</strong>86.(c) The local content has been calculated using the formula given in clause 3of SATS <strong>12</strong>86, the rates of exchange indicated in paragraph 4.1 aboveand the following figures:Bid price, excluding VAT (y)Imported content (x)Stipulated minimum threshold for Local content (paragraph3 above)Local content % as calculated in terms of SATS <strong>12</strong>86RRIf the bid is for more than one product, a schedule of the local content by product shallbe attached.(d) I accept that the Procurement Authority / <strong>Municipality</strong> /Municipal Entity has the rightto request that the local content be verified in terms of the requirements of SATS <strong>12</strong>86.(e) I understand that the awarding of the bid is dependent on the accuracy of theinformation furnished in this application. I also understand that the submission ofincorrect data, or data that are not verifiable as described in SATS <strong>12</strong>86, mayresult in the Procurement Authority / Municipal / Municipal Entity imposing any or all ofthe remedies as provided for in Regulation <strong>13</strong> of the Preferential ProcurementRegulations, 2011 promulgated under the Policy Framework Act (PPPFA), 2000 (Act No.5 of 2000).SIGNATURE:WITNESS No. 1WITNESS No. 2DATE: ___________DATE: ___________DATE: ___________


CONTRACT FORM - RENDERING OF SERVICESMB7.2THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE SERVICE PROVIDER (PART 1)AND THE PURCHASER (PART 2). BOTH FORMS MUST BE SIGNED IN THE ORIGINAL SOTHAT THE SERVICE PROVIDER AND THE PURCHASER WOULD BE IN POSSESSION OFORIGINALLY SIGNED CONTRACTS FOR THEIR RESPECTIVE RECORDS.PART 1 (TO BE FILLED IN BY THE SERVICE PROVIDER)1. I hereby undertake to render services described in the attached bidding documents to(name of the institution)……………………………………. in accordance with therequirements and task directives / proposals specifications stipulated in BidNumber………….……….. at the price/s quoted. My offer/s remains binding upon me andopen for acceptance by the Purchaser during the validity period indicated and calculatedfrom the closing date of the bid.2. The following documents shall be deemed to form and be read and construed as part ofthis agreement:(i)(ii)(iii)Bidding documents, viz- Invitation to bid- Tax clearance certificate- Pricing schedule(s)- Filled in task directive/proposal- Preference claims in terms of the Preferential Procurement Regulations2001- Declaration of interest- Special Conditions of Contract;General Conditions of Contract; andOther (specify)3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that theprice(s) and rate(s) quoted cover all the services specified in the bidding documents; thatthe price(s) and rate(s) cover all my obligations and I accept that any mistakes regardingprice(s) and rate(s) and calculations will be at my own risk.4. I accept full responsibility for the proper execution and fulfilment of all obligations andconditions devolving on me under this agreement as the principal liable for the duefulfilment of this contract.5. I declare that I have no participation in any collusive practices with any bidder or anyother person regarding this or any other bid.6. I confirm that I am duly authorised to sign this contract.NAME (PRINT)CAPACITYSIGNATURENAME OF FIRMDATE…………………………….…………………………….…………………………….…………………………….…………………………….WITNESSES1 …….………………………2 ……….……………………


MBD 7.2CONTRACT FORM - RENDERING OF SERVICESPART 2 (TO BE FILLED IN BY THE PURCHASER)1. I……………………………………………. in my capacityas……………………...………………………………..Accept your bid under reference number ………………dated………………………for therendering of services indicated hereunder and/or further specified in the annexure(s).2. An official order indicating service delivery instructions is forthcoming.3. I undertake to make payment for the services rendered in accordance with the terms andconditions of the contract, within 30 (thirty) days after receipt of an invoice.DESCRIPTION OFSERVICEPRICE (VATINCL)COMPLETIONDATEPREF POINTSCLAIMED FOR HDIsPREF POINTSCLAIMED FORRDP GOALS4. I confirm that I am duly authorized to sign this contract.SIGNED AT ……………………………………… ON ………………………………..NAME (PRINT) ………………………………………….SIGNATURE…………………………………………OFFICIAL STAMPWITNESSES1 ….…………………………2 …..………………………..MBD 9


MBD 8DECLARATION OF BIDDER’S PAST SUPPLY CHAINMANAGEMENT PRACTICES1 This Municipal Bidding Document must form part of all bids invited.2 It serves as a declaration to be used by municipalities and municipal entities inensuring that when goods and services are being procured, all reasonable stepsare taken to combat the abuse of the supply chain management system.3 The bid of any bidder may be rejected if that bidder, or any of its directors have:a. abused the municipality’s / municipal entity’s supply chain managementsystem or committed any improper conduct in relation to such system;b. been convicted for fraud or corruption during the past five years;c. willfully neglected, reneged on or failed to comply with any government,municipal or other public sector contract during the past five years; ord. been listed in the Register for Tender Defaulters in terms of section <strong>29</strong> of thePrevention and Combating of Corrupt Activities Act (No <strong>12</strong> of 2004).4 In order to give effect to the above, the following questionnaire must becompleted and submitted with the bid.Item Question Yes NoYes No4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of Restricted Suppliersas companies or persons prohibited from doing business with the public sector?ompanies or persons who are listed on this Database were informed inwriting of this restriction by the Accounting Officer/Authority of theinstitution that imposed the restriction after the nd can be accessed byclicking on its link at the bottom of the home page.4.1.1 If so, furnish particulars:4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters interms of section <strong>29</strong> of the Prevention and Combating of Corrupt Activities Act (No<strong>12</strong> of 2004)?Register for Tender Defaulters can be accessed on the National Treasury’swebsite (www.treasury.gov.za) by clicking on its link at the bottom ofthe home page.4.2.1 If so, furnish particulars:YesNo


4.3 Was the bidder or any of its directors convicted by a court of law (including a courtof law outside the Republic of South Africa) for fraud or corruption during the pastfive years?4.3.1 If so, furnish particulars:YesNoItem Question Yes NoDoes the 4.4 bidder or any of its directors owe any municipal rates and taxes or municipalcharges to the municipality / municipal entity, or to any other municipality/ municipal entity, that is in arrears for more than three months?Yes No4.4.1 If so, furnish particulars:4.5 Was any contract between the bidder and the municipality / municipal entity or anyother organ of state terminated during the past five years on account of failure toperform on or comply with the contract?4.7.1 If so, furnish particulars:YesNoCERTIFICATIONI, THE UNDERSIGNED (FULL NAME) …………..……………………………..……CERTIFY THAT THE INFORMATION FURNISHED ON THISDECLARATION FORM IS TRUE AND CORRECT.I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT,ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATIONPROVE TO BE FALSE.………………………………………...Signature…………………………..Date……………………………………….Position…………………………..Name of Bidder


CERTIFICATE OF INDEPENDENT BID DETERMINATIONMBD 91 This Municipal Bidding Document (MBD) must form part of all bids¹ invited.2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreementbetween, or concerted practice by, firms, or a decision by an association of firms, if it is betweenparties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusivebidding is a pe se prohibition meaning that it cannot be justified under any grounds.3 Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must providemeasures for the combating of abuse of the supply chain management system, and must enablethe accounting officer, among others, to:a. take all reasonable steps to prevent such abuse;b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chainmanagement system of the municipality or municipal entity or has committed any improperconduct in relation to such system; andc. cancel a contract awarded to a person if the person committed any corrupt or fraudulent actduring the bidding process or the execution of the contract.4 This MBD serves as a certificate of declaration that would be used by institutions to ensure that, whenbids are considered, reasonable steps are taken to prevent any form of bid-rigging.5 In order to give effect to the above, the attached Certificate of Bid Determination (MBD 9) must becompleted and submitted with the bid:¹ Includes price quotations, advertised competitive bids, limited bids and proposals.² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected tocompete, secretly conspire to raise prices or lower the quality of goods and / or services for purchaserswho wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, anagreement between competitors not to compete.


CERTIFICATE OF INDEPENDENT BID DETERMINATIONI, the undersigned, in submitting the accompanying bid:________________________________________________________________(Bid Number and Description)MBD 9in response to the invitation for the bid made by:________________________________________________________________(Name of <strong>Municipality</strong> / Municipal Entity)do hereby make the following statements that I certify to be true and complete in every respect:I certify, on behalf of: ______________________________________________that:(Name of Bidder)1. I have read and I understand the contents of this Certificate;1 I understand that the accompanying bid will be disqualified if this Certificate is found no to be trueand complete in every respect;2 I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalfof the bidder;3 Each person whose signature appears on the accompanying bid has been authorized by the bidder todetermine the terms of, and to sign, the bid, on behalf of the bidder;4 For the purposes of this Certificate and the accompanying bid, I understand that the word“competitor” shall include any individual or organization, other than the bidder, whether or notaffiliated with the bidder, who:(a) has been requested to submit a bid in response to this bid invitation;(b) could potentially submit a bid in response to this bid invitation, based on their qualifications,abilities or experience; and(c) provides the same goods and services as the bidder and/or is in the sameline of business as the bidder


MBD 96. The bidder has arrived at the accompanying bid independently from, and withoutconsultation, communication, agreement or arrangement with any competitor. Howevercommunication between partners in a joint venture or consortium³ will not be construed as collusivebidding.7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation,communication, agreement or arrangement with any competitor regarding:(a) prices;(b) geographical area where product or service will be rendered (marketallocation)(c) methods, factors or formulas used to calculate prices;(d) the intention or decision to submit or not to submit, a bid;(e) the submission of a bid which does not meet the specifications andconditions of the bid; or(f) bidding with the intention not to win the bid.8. In addition, there have been no consultations, communications, agreements orarrangements with any competitor regarding the quality, quantity, specifications and conditions ordelivery particulars of the products or services to which this bid invitation relates.9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly orindirectly, to any competitor, prior to the date and time of the official bid opening or of the awardingof the contract.³ Joint venture or Consortium means an association of persons for the purpose of combining theirexpertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.10. I am aware that, in addition and without prejudice to any other remedy provided to combat anyrestrictive practices related to bids and contracts, bids that are suspicious will be reported to theCompetition Commission for investigation and possible imposition of administrative penalties interms of section 59 of the Competition Act No. 89 of 1998 and or may be reported to the NationalProsecuting Authority (NPA) for criminal investigation and or may be restricted from conductingbusiness with the public sector for a period not exceeding ten (10) years in terms of the Preventionand Combating of Corrupt Activities Act No. <strong>12</strong> of 2004 or any other applicable legislation.…………………………………………………Signature…………………………………Date………………………………………………….Position…………………………………Name of Bidder

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!