Sie sind auf Seite 1von 68

ANNEXURE “B.

2”
REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM
Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)
(For publication on Ekurhuleni Metropolitan Municipality Website and Notice Board)

1. NAME AND ADDRESS OF QUOTATION NUMBER


SUPPLIER
BOQ.MI.02.13
FULL NAME
PROCUREMENT FORM WILL BE
OBTAINABLE FROM THE SUPPLY CHAIN
ADDRESS MANAGEMENT UNIT, CENTRAL
PROCUREMENT OFFICE, NO: 5 JUNCTION
ID NUMBER (SOLE RD DRIEHOEK, GERMISTON .
PROPRIETOR) COMPANY
OR CC NUMBER QUOTATIONS MUST BE DEPOSITED IN BID BOX

2. REGISTRATION NUMBER
NUMBER …11…. BEFORE…15H00 @
CENTRAL PROCUREMENT OFFICE, NO: 5 JUCTION
(PTY) LTD
RD, DRIEHOEK.

DATE OF 19 FEBRUARY 2016


ADVERTISEMENT
3. TAX REFERENCE NUMBER

4. VAT REGISTRATION
NUMBER (IF ANY)

5. CONTACT PERSON

6. ALTERNATIVE CONTACT
PERSON

7. TELEPHONE NUMBER

8. CELL PHONE NUMBER

9. FAX NUMBER

BIDDER: EMM: 1
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
SECTION 1

CLOSING DATE: 26 FEBRUARY 2016 CLOSING TIME: 15H00

Quotations are hereby invited for the following:


Appointment of a contractor for the MV
network upgrading in Vosloorus area on
an as and when required basis.
REF: EK 1286457
1. All quotations received will be evaluated on the 80/20 point scoring basis. The 80
points will be for Price and 20 points are for Broad Based Black Economic
Empowerment (BBBEE) for attaining the BBBEE Status level contribution in
accordance with the table below:
 MBD 4: Declaration of interest
 MBD 6.1: B-BBEE Status level of Contribution.
 MBD 6.3: Promotion of SMME
 MBD 8: Declaration of bidders past supply management practices
 MBD 9: Certificate of Independent bid determination
If the MBD forms are not completed & submitted, your quotation will be rejected.
 No quotation will be considered from persons in the service of the state (MBD4).

 As from the 7 December 2011, all Service providers/contractors other than EMEs must
submit valid, certified copies of their BEE certificate from an accredited BEE
verification agency with their bid submission. Failure to submit will lead to forfeiture (loss)
of the preference points.

 In the instance of Exempted Micro Enterprise (EME) (turn over less than R 10m) a letter from a
professional, registered accountant/ auditor in order to qualify for preference points.

 Electronic (e-mailed or faxed) quotations are not accepted.

 Failure to submit a BEE certificate will lead to forfeiture (loss) of the preference points. In the
instance of Exempted Micro Enterprise (EME) (turn over less than R 10m) a letter from a
professional, registered accountant/auditor in order to qualify for preference points.

2. A COMPULSORY BRIEFING SESSION IS NOT APPLICABLE.


EMM contact person: SIMON NKANYANI TEL NO: 011 999 6203

BIDDER: EMM: 2
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
SECTION 2

1. The Lowest or any bid will not necessarily be accepted and the EMM reserves the right not to
consider any bid not suitably endorsed or comprehensively completed as well as the right to
accept a bid in whole or part.
2. Brand names MUST be specified in MBD 3.1” attached hereto (Price Schedule document).
3. Where deliveries are quoted “ex-stock” the period of delivery must not exceed Five (5) maximum
working days after receipt of order. If this condition is not adhered to, the order could be
cancelled.
4. Quotations are to be completed in accordance with the conditions as set out in the quotation
document and must be sealed and externally endorsed with the quotation number and place in
the quotation box indicated above.
5. Payments will be made thirty (30) days after receipt of invoice by Council.
6. Quotations received after the closing date and time will not be considered.
7. Samples of the required items or goods are available for your perusal (when applicable.)
8. Should the above-mentioned conditions not be adhered to, the quotation will be considered
invalid.
9. Quotation to be valid for 60 days.

DECLARATION

I, the undersigned hereby confirm that the information herein is a true reflection of the facts presented,
and the person signing this document on behalf of the bidder duly authorised to do so. Should this not
be the fact, stipulations regarding this as contained in the EMM’s Policy applies. I accept that the EMM
may act against me in terms of paragraph 23 of the general conditions of contract should this
declaration prove to be false.

Signing of the quotation in the appropriate space, as well as the


initialling of each page and any amendments by the bidder mandatory.

________________________________ _____________________
MR K NGEMA SIGNATURE OF BIDDER
CITY MANAGER
EKURHULENI METROPOLITAN MUNICIPALITY

BIDDER: EMM: 3
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
VERY IMPORTANT NOTICE ON DISQUALIFICATIONS:

A bid not complying with the peremptory requirements stated hereunder will be regarded as not being
an “Acceptable bid”, and as such will be rejected.

“Acceptable bid” means any bid which, in all respects, complies with the conditions of bid and
specifications as set out in the bid documents, including conditions as specified in the Preferential
Procurement Policy Framework Act (Act 5 of 2000) and related legislation as published in
Government Gazette number 22549, dated 10 August 2001, in terms of which provision is made for
this policy.

1. If a VALID ORIGINAL TAX clearance certificate or copy thereof (or in the case of a joint
venture, of all the partners in the joint venture) has not been submitted with the bid document
on closing date of the bid.
2. If any pages have been removed from the bid document, and have therefore not been
submitted, or a copy of the original bid document has been submitted.
3. Failure to complete the schedule of quantities as required, i.e only lump sums provided.
4. Scratching out, writing over or painting out rates and or totals without initialling next to the
amended rates or information, affecting the evaluation of the bid.
5. The use of correction fluid (i.e. tippex) or any erasable ink, e.g. pencil.
6. Non-attendance of mandatory/compulsory:
- Site inspections or;
- Information/Clarification meetings
7. The Bid has not been properly signed by a party having the authority to do so, according to
the example of “Authority for Signatory”
8. If the MBD forms are not completed & submitted, your quotation will be rejected.
9. No quotation will be considered from persons in the service of the state (MBD4).
10. The bidder attempts to influence, or has in fact influenced the evaluation and/or awarding of
the contract
11. The bid has been submitted either in the wrong bid box or after the relevant closing date and
time
12. Failure to provide a valid certificate from the Department of Labour, or a declaration (Specific
goals – “Equity ownership”) by a designated employer that it complies with the Employment
Equity Act 55 of 1998.
13. If any municipal rates and taxes or municipal service charges owed by the bidder or any of
its directors to the municipality, or to any other municipality or municipal entity, are in arrears for
more than three months.
14. If any bidder who during the last five years has failed to perform satisfactorily on a previous
contract with the municipality, municipal entity or any other organ of state after written notice
was given to that bidder that performance was unsatisfactory.
15. The accounting officer must ensure that irrespective of the procurement process followed, no
award may be given to a person –

(a) who is in the service of the state, or;


(b) if that person is not a natural person, of which any director, manager, principal
shareholder or stakeholder, is a person in the service of the state; or; who is an
advisor or consultant contracted with the municipality in respect of contract that would
cause a conflict of interest.
16. Not attaching or submitting of required documentations.

BIDDER: EMM: 4
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
17. Price schedule on the advert must be completed even if you submit/attach a separate
quotation to the document.
18. Price schedule to be completed in full ie: Rates; unit prices; sub-totals; vat if applicable and
totals

OCCUPATIONAL HEALTH AND SAFETY INFORMATION FOR QUOTATIONS

THE CONTRACTOR SHALL/MUST SUBMIT THE FOLLOWING TO THE MANAGER OH&S TO OBTAIN A
CERTIFICATE OF COMPLIANCE FROM OH&S EKHURHULENI METROPOLITAN MUNICIPALITY BEFORE
ANY WORK MAY COMMENCE, only where applicable.

1. Proof of Registration with the Compensation Commissioner.


2. Letter of “Good Standing” with Compensation Commissioner.
3. Certified copy of first aid certificate.
4. Physical address where contract is taking place (on Company letterhead).
5. Detailed description of intended work (on Company letterhead).
6. List of all Personal Protective Equipment issued to employees (company letterhead).
7. List of ALL employees on site (on company letterhead).
8. Detailed Health and Safety Plan (on company letterhead).
9. Comprehensive Risk Assessment (Qualification and Contact details of Risk Assessor).
10. Public Liability and Commercial Insurance Certificate.
11. All related statutory appointments.
12. Certificates of relevant Training.

The above list represents the minimum content of a safety file In terms of the Construction Regulations (GNR
1010 of 18 July 2003).
OHS Act 85 of 1993.

Contact details: Mr. JJ van der Westhuizen


Contract Management Office
Alberton CCC - Occupational Health Clinic
Swartkoppies Complex
Tel: (011) 999 2400
Fax: (011) 861 2135
Cell: 082 7727748

BIDDER: EMM: 5
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
NAME OF BIDDERS:........................................................................................

FORM “E”

APPOINTMENT OF A CONTRACTOR FOR MV (MEDIUM VOLTAGE)


ELECTRICAL NETWORK UPGRADING IN VOSLOORUS AREA

SPECIFICATION:
General

Scope:
The appointment of a contractor for the installation of, medium voltage cable and
equipment reticulation projects for Germiston Area. The appointment calls for Medium
voltage Cables and equipment (i.e. Miniature substation, Bulk Metering Unit etc.) as
and when required.

Labour-intensive works comprise the activities described in SANS 1921-5/ Earthworks


activities which are to be performed by hand/labour-intensive specification (1) and its
associated specification data. Such works shall be constructed using local workers who
are temporarily employed in terms of this scope of work.

Bill of Quantity
Bidders are required to complete the bill of quantity IN FULL as. Bidder/s failing to
comply on any one item shall not be considered.

Normative references
SANS 1029 : Mini Sub
SANS1874 : Metal enclosed RMU
SANS1885 : Metal clad Electrical Switchgear
SANS 61958 : Voltage presence indicators
SANS 156 : 2007 MCB’s
SANS 62052 : Metering
SANS 10198 : The selection, handling and installation of power cables <33 kV
SANS 876 : Cable Terminations – MV
SABS 780 : Distribution transformers
NRS 076 : Earthing of distribution substation
NRS 002 : Graphical symbols For Electrical Diagrams
NRS 060 : Clearances
NRS 003-2 : Metal clad Switchgear
NRS 006 : Metal enclosed RMU
NRS 012 : Cable Terminations - MV
NRS 053 : Cable Accessories - MV
BIDDER: EMM: 6
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
NRS 074-1 : LV Systems for UG cables
NRS 003 : Labelling of high voltage equipment
NRS 013:1991 : Medium-voltage cables.

Extent of works
The Works to be carried out by the Contractor under this Contract comprise mainly the
following:
 Excavation of trenches, backfilling, compaction and re-establishment of site.
 Taking delivery of cable, cable accessories (free issue items) from a municipal
store, transportation to the installation sites, and laying of Medium Voltage cable.
 Supply and installation of sleeves.
 Taking delivery of equipment (e.g. miniature substations, Ring Main Units, Bulk
Metering Unit etc.), from any municipal stores in the Ekurhuleni Metropolitan
Municipality area.

Thus this contract then includes (but not limited to):


 Transportation
 Handling
 Storage (if applicable) also insurance
 Installation and
 Commissioning

 Provision of barricades with reflective material at night for demarcation of open


trenches.
 The issuing to the Council of a Completion Notice for each phase of the work
(E.g. trench completed and laying of cable).
 Correction of defects in the Works in accordance with the requirements specified
in the Contract Documents.
 The Contractor will assume full responsibility for all materials on site which are
supplied to him.

The Contractor shall provide adequate security measures to prevent the risk of
theft.
 The contractor shall take full responsibility for theft or loss of materials supplied
to him, and shall ensure that adequate insurance is in place to cover this risk. The
contractor to submit necessary all risk cover to council prior to commencement of
work. The Contractor shall, at his own expense, be responsible for safely and
hygienically dealing with and disposing of all human excrement and similar
matters generated on the Site during the course of the Contract, to the satisfaction
of the responsible health authorities in the area of the Site. All such excrement
shall be removed from the Site and shall not be disposed by the Contractor on the
Site.

BIDDER: EMM: 7
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
This description of the Works is not necessarily complete and shall not limit the work to
be carried out by the Contractor under this Contract.

Design
The Council will be responsible for each project design and will supply cable route
drawings and way-leaves.

Council’s design
The Council's plans will be given to the Contractor upon commencement of the
contract.

Contractor's design
The Contractor is not required to carry out any design work except when requested by
Planning Engineer responsible for that particular project within the contract.

Drawings
The Contractor shall use only the dimensions stated in figures on the Drawings in
setting out the Works, and dimensions shall not be scaled from the Drawings. The
Contractor will, on the request, in accordance with the provisions of the Conditions of
Contract, provide such dimensions as may have been omitted from the Drawings.

The Contractor shall ensure that accurate as-built records are kept of all infrastructure
installed or relocated during the contract. The position of sleeves, cable joints, cables,
plinths and all other infrastructure shall be clearly recorded on plan.

A marked-up set of drawings shall also be kept and updated by the Contractor. This
information shall be supplied to the Council on a regular basis.

All information in possession of the Contractor, required by the Council to complete the
as-built/record drawings, must be submitted to the Council before a Taking-Over Notice
will be issued.

The Council reserves the right to issue amended and/or additional drawings during the
Contract.

Close proximity of electrical energized equipment


Only competent personnel, as defined in the Occupational Health and Safety Act, may
be used for jointing cables which are in close proximity of electrically energized
equipment. This work must be carried out in compliance with the relevant section of the
Occupational Health and Safety Act and the Ekurhuleni General Instructions. For the
appointment by EMM to act as a competent person see section C3.4.6 of this document.

Jointing and terminating must be carried out strictly in accordance with the “jointing
and terminating instructions” issued by the material manufacturer and the
Municipality’s specific requirements.

BIDDER: EMM: 8
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
The contractor must ensure that the cable tests clear before making any joints in the
event of any possible further cable faults. The additional fault/faults must first be
located before jointing is carried out.

Requirements for Jointing and terminating of cables


Contractor to provide prove of qualifications and experience of all jointers.
To work on the EMM electrical distribution network as part of this contact verification
of the contractor’s experience and training is needed by EMM to grant authorisation to
work on the network.

Procurement of materials
The contractor(s) may also be requested to provide any required material detailing to the
specific completion of the project according to the Municipality’s specifications and
requirements, in terms of the Standard Procurement Policy, if required by the
Municipality.

Costing for such material must be market related and all invoices submitted for material
supplied, must be submitted separately and must be certified for payment by the Chief
Area Engineer: Energy Department or his authorised representative.

In the event of any dispute arising from whether such pricing is market related or not,
three quotations will be called for the same material from three different suppliers and
the cheapest of the three will be accepted by the contractor and Ekurhuleni as the
market related value.

Before any material is procured by the contractor an official instruction must be issued
to the contractor for that specific item. The instruction must stipulate the description,
type, quantity, unit price and expected delivery.

The stores where the contractor has to collect materials and/or equipment to be supplied
by the Council are located at different localities and will be supplied by the Engineer in
charge of the project.

General Technical details and requirements

System Detail
Description Value
System Voltage MV
11/6.6
kV
System Voltage LV
400 / 230
V
System Frequency
50
Hz
System Phases 3
System Power factor Above 0.8
Altitude Meter above sea level
1800
M
BIDDER: EMM: 9
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
Description Value
Minimum / Maximum ambient Temperature
-4 / 40
°C
Average Humidity
55 to 75
%
Pollution (Lighting and Mine Dust) Severe
System Fault level (reticulation)
20 (Typical)
kA
Lightning Impulse level required for equipment.
85
kV
Rated r.m.s short duration power frequency
withstand voltage 28
kV
Miniature substations

General
This contract calls for the following activities:
 Take delivery
 Transportation
 Storage (where applicable)
 Security/insurance
 Installation
 Prepare for testing (testing done by EMM personnel)
Earthing of miniature substation and other outdoor electrical installations
Where called upon to provide earthing to a miniature substation transformer, the
miniature substation shall be earthed by means of earth rods in addition to any trench
earth present.

The earth rods and method of installation shall comply with the following requirements:
i. The earth rods shall be copper clad steel or stainless steel.
ii. Copper clad earth rods shall comprise one piece, 16mm nominal diameter, 1,2m
long copper welded rods made by the molten welding process with a steel core
covered by a thick layer of copper thoroughly welded thereto so that an
interlocking crystalline union bonds the two metals.

BIDDER: EMM: 10
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
iii. The copper coating shall be continuous over the cylindrical portion of the rods
except that the ends need not be covered with copper. The thickness of the copper
on the cylindrical portion of the rod shall average not less than 0,5mm. The rod
when broken by successive bending shall show no seam, pits, slithers or
separation of the copper from the steel.
iv. The electrodes shall be supplied complete with a driving bolt for protecting the
ends of the coupling whilst the electrode is being driven into the ground.
v. The rod driving technique shall follow accepted good practice eliminating
excessive vibration and whipping.

As a provisional requirement, 6 pegs 2,2m deep (1 meter trench + 1.2m peg, 3 pegs on
either side of the minisub, spaced 5m from each other, shall be installed at the minisub.
They shall be installed as soon as the MV-trench is completed. Before the trench is
backfilled, the earth resistivity shall be measured, and extra pegs shall be installed 5m
apart until the required earthing resistance reading of 2 Ω or less is reached.

No payment will be made for extra excavations due to pegs having to be installed
after closing of the trench.

The top end of these pegs shall be min 800mm below ground level, and connected to
the minisub earth bar by means of dedicated 70mm² stranded bare copper earth wires

Connection at the rod shall be by means of the “Cadweld” process or by brazing.

The neutral busbar of the minisub shall be bonded to the minisub earth bar by means
of 70mm² stranded copper.

The Contractor shall conduct an earth resistivity test at the minisub location where
representatives of the Local Supply Authority and the consulting engineers are present
upon completion of all earthing. This shall be arranged at least 3 days in advance.

This reading should not exceed 2,0 Ω average measured by way of the 20 - 40m
method on either side of the minisub.
Trenching
This contract calls for the following activities:

General
 Site establishment.
 Liaison with land owners and people to be affected by this contract/project.
 Excavation of the trenches.
 Ensure safety at all times where open trenches exist.
 Importing bedding material where applicable.
 Back fill and compacting to satisfaction of EMM engineer.
 Re-establishment of the landscape and removal of all rubble and excess soil.

BIDDER: EMM: 11
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
All trenching and excavations form part of this contract. Excavation of trenches shall be
mainly by manual means especially in the vicinity of other services and cable. .
Trench dimensions:
Trenches for MV cables shall be 450mm wide and 1000mm deep;

For any deviation from these depths, written permission shall be obtained from the
Engineer before backfilling commences.
Trenching methods
Should large rocky or difficult areas be encountered, jackhammers or explosives may be
utilised, as necessary. Due care and attention shall be given to the correct use of such
methods to ensure the minimum danger to people and surrounding property. If
explosives are to be used, the Engineer shall be notified at least 3 days in advance.
Measurement
Measurement of trenching executed shall be based on a linear metre measurement only.
However, in the event of an exceptionally large excavation being necessary, the linear
metre measurement will be replaced by a cubic metre measurement, and shall be
decided upon by the EMM Engineer or his representative.
Cleaning and housekeeping
All excess large stones and rocks are to be removed and transported from the site, and
dumped at a location to be indicated, which will be within a distance from the
excavation site as stated in the Bill of Quantities.
Cable markers
Cable marker tape is to be supplied and laid with all medium voltage cables as
part of this contract at a depth of 300mm below the surface.
Cable marking tape shall be of yellow polyester material, 90mm wide, 0.25 mm thick,
with a minimum tensile strength of 350N/100mM² longitudinally and 500N/100mm²
laterally. Embossing referring to the presence of cables is required.

Cable markers are to be supplied and placed along all MV cable routes at an
approximate spacing of 150m, and, in any event, at all deviations in route, and at all MV
joints. These shall be clearly marked to indicate a joint, route change or straight run.
All road crossings shall also be marked with a cable marker.
Safety and damage and inconvenience
Contractors are to take note of and comply with the provisions of the Occupational
Health and Safety Act: 1993 regarding excavations. Refer to the Safety Specification
accompanying this document, and make proper allowance to comply with all its
provisions.

Excavations, cable laying and backfilling operations shall be programmed to minimise


damage and inconvenience to people due to open trenches, holes, dumped soil and
stones.
BIDDER: EMM: 12
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
The amount of trenching to be carried out on a day shall be carefully assessed taking the
availability of cable and workforce into account. No cable trenches may be open for
more than two consecutive days.

It is a requirement of this contract that written notice to occupants of properties


where the entrance needs to be closed off for excavations for cables be given at
least two working days in advance after arranging suitable times for such closures
that will cause the least inconvenience to the people affected. Any such excavation
must be backfilled to a trafficable condition before 17h00 on the day that it was
opened.

Furthermore, all vehicle access driveways shall be closed as soon as possible. Where
necessary, temporary bridges shall be placed over open trenches, where vehicles have to
cross whilst the trench is open.

It is a prime requirement of this contract that all open trenches be barricaded with
plastic warning mesh/tape at all times to alert people of the danger. At night these
measures shall be visible enough. These trenches shall be patrolled at night by
watchmen were necessary, deploying at least one person per 100m of open trench.

The Contractor’s insurance on this contract shall, apart from other requirements,
specifically cover the risks attached to excavations and open trenches.

Backfilling
All backfilling for trenches along sidewalks (pedestrian areas) shall be done in layers of
250mm, each layer dampened and compacted mechanically.

All backfilling for trenches along trafficable areas (roads and property entrances) shall
be done using stabilised material in layers of 250mm, each layer dampened and
compacted mechanically. A soil lab test shall be furnished for excavations at road
crossings to prove compliance with this requirement.

Trenches accommodating medium voltage or main low voltage or service cables are to
be initially backfilled with a layer of selected backfill covering the cables to a depth of
200mm, of which 75mm shall be below the cables. The remaining backfill is to be the
previously excavated material.

Cross Cuts
Where specified Contractor must make cross cuts to establish the existence of existing
services.
Any damage to existing services must be repaired by the contractor and at his cost, and
shall be repaired with 2 working days on non life threatening or be repaired
immediately on a life threatening situations.

BIDDER: EMM: 13
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
Survey of cable routes
The cables might have to be installed along routes where roads do not always exist, or
where its precise location cannot be referenced from fixed features visible on site. In
certain locations cable routes are in servitudes that may not be marked.

The contractor might be requested to acquire the services of a professional land


surveyor. Following is the requirements for such service:
 Be a registered professional land surveyor in terms of the Professional Land
Surveyor and Technical Surveyors Act 1984
 Obtain from the Ekurhuleni Metropolitan Municipality or such other sources as
may be available, all relevant information on the current location of roads and
servitudes (including the latest data on widening of roads) required to accurately
peg all the cable routes as required for this contract.
 Place a 12mm diameter steel peg 300mm long protruding 100mm above the
surface with a white 20mm diameter conduit marker 500mm long over it filled
with sand (for visibility to pedestrians, vehicle drivers etc) at least at 50m
intervals on straight routes and at all deviations, at a standard off-set of 1,0m
from the centre line of the cable route towards the road centre, which cable route
shall be a standard distance from the stand boundary (to be advised upon
commencement of contract works)
 Peg the boundaries of any new servitudes required for the purposes of this
contract and furnish servitude diagrams to the Ekurhuleni Metropolitan
Municipality who will arrange for the servitudes to be registered
 All environmental issue identified during this process must be immediately
reported to the engineer responsible for the Project

Works planning and site meetings


A detailed programme is to be prepared by the contractor, setting out the amount of
cable to be laid per project.

Site meetings will be held at such intervals as necessary, for liaison between all parties
concerned and for verification of the progress made. The Contractor will be required to
attend these meetings.
A set of drawings indicating the water, sewer and storm water reticulation routes as well
as other services will be made available on request after the contractor has been
appointed, to enable him to take appropriate precautions against damaging same.

Safety of personnel
It must be stressed that this contract may involve work within close proximity of
possible live high voltage equipment. Correct safety procedures must be adhered to at
all times and work must be carried out under control and supervision of an experienced
responsible person as detailed in the Occupational Health and Safety Act, 1993.

The name(s) of the appointed (by the contractor) competent person(s) must be
submitted for scrutiny to the EMM engineer with all his or her qualifications and

BIDDER: EMM: 14
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
experience. This is for scrutiny by the EMM engineer and appointment by EMM to
work in close proximity of live electrical equipment.

Due to constant vehicle and pedestrian activity, the following warning signs will be
required for the safety aspect of the project:
 Man at Work Sign boards.
 750mm Orange plastic Cones.
 Road narrow to one side sign boards (where applicable)
 Sign boards with company detail, contact number and the relevant electrical dept
details involved within the project.

Way leaves
EMM responsible for the issuing of Way-Leaves

It is an explicit condition of this contract that all stipulations contained in the way-
leaves are to be meticulously followed. The Contractor will be responsible for any
claims raised as a result of non-compliance with a stipulation in a way-leave, and
indemnifies the Council against any claim in this regard.

The contractor shall not proceed with any excavations in an area until he is in
possession of the way-leave covering that area.

Handing over procedure


Before presenting the works for handover, the contractor shall hand over the following:
 A marked-up plan showing the exact cable routes followed and exact location of
all joints, along with off-set distances from boundaries or other visible fixed
features.
 Earth resistivity test results, where this has been ordered

Community involvement
As this project is a labour intensive, especially in the low income area of the
Municipality, the Contractor shall familiarise himself with the existing Community
Leaders and Ward Councillors where the project is to be executed, prior to the
commencement thereof. Arrangements for Local labour assistance shall only be
negotiated with the relevant consent and assistance of the above mentioned.

MV Cables

Cables
 This specification calls for the loading of cable and material at the various
municipal stores
 All cables are to be transported, stored, handled and laid in accordance with the
manufacturer’s recommendations. Suitable cable drum handling vehicles,

BIDDER: EMM: 15
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
lifting apparatus and unreeling equipment is to be provided and utilised in
the execution of these works.
 Cable trench rollers of sufficient quantity are to be used for the laying of the
medium voltage and main low voltage cables. Cables shall not be dragged along
the ground to avoid damage to the outer sheath.
 Cognisance must be taken of the cable manufacturer’s recommended minimum
bending radius and no cable may be bent beyond this limit.
 Contractor to provide EMM with list of personnel to be in charge of the laying of
cable and their respective experience.
 All switching, spiking and phasing of cables will be done by the EMM personnel
(relevant to that particular project).

MV Cable terminations, joints and seals


 MV cables shall be terminated using termination kits supplied by the Ekurhuleni
Metropolitan Municipality, which will be air insulated dry type terminations.
 MV cables shall be jointed using the joint kits supplied by the Ekurhuleni
Metropolitan Municipality.
 The contractor shall supply such small termination materials that are not included
in the termination or joint kits, such as crimping ferrules, yellow passivated steel
nuts, bolts and washers.
 MV cables shall be phased out before terminating onto the terminals of MV
switchgear.

All MV joints shall be labelled by means of a plastic or non-corrosive metallic tag


which shall be wrapped and secured around the cable at the location of the joint.
The identification label shall clearly state the Contractor’s name, the jointer’s
initials and the date the joint was made. This shall be left visible for the Engineer
to inspect and approve.

The cores of the cables shall be jointed number to number or colour to colour. Phase
conductors shall be terminated to correspond with the associated switchgear phase
labelling as directed by the Engineer.

The direction of laying cable shall be such that jointing of the cables, colour to colour, is
facilitated to eliminate cross-over of cable cores within the joint.

Where it is for any reason necessary to cut an MV cable, both ends are to be capped
immediately with a waterproof heat-shrink boot, which the contractor shall supply.

Jointing shall not be carried out during inclement weather. Where unexpected rain is
imminent when a jointing operation is incomplete, the joint bay shall be adequately
covered by tents of waterproof material suitably supported. Where necessary a trench
shall be excavated around the bays to prevent the ingress of moisture.

The earth continuity conductor bridging the armouring at the joint shall be adequate to
carry the prospective earth faults and shall not be less than 70mm² cross sectional area.

BIDDER: EMM: 16
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
Joints shall not impair the anti-electrolysis characteristics of the cables. The insulation
between the various parts of the cable shall be preserved intact at joints. In view of the
possibility of electrolysis damage, the entire joint shall be fully insulated from earth, to
the same level as the insulation to earth of the cable armouring, by methods approved
by the Engineer.

The Contractor will be required to furnish proof that his cable terminating/jointing staff
is competent in the execution of this work.

Installation of cables
The unit rate (per metre) for the installation of cables includes the installation of the
cable (per three cores for single core cables) and the earth wire (where applicable), the
handling thereof in the excavations, pipes, sleeves or channels as well as the
straightening of the cables.
The cost to draw up the route plans for the cables must be included in the unit rates for
the installation of cables for scrutiny prior doing any work.
Operational Procedures and Policies

Test joint:
 It could be required from the contractor to make a test joint at his own cost before
he will be allowed to perform cable joints.
 Should a test joint be required, the contractor must supply the material for the
joint.

Labels

The contractor shall be responsible for labelling the MV cable in the Minisub to and
from the dedicated BMU/RMU/mini

Experience

The contractor shall with this bid submit the referral letter of works performed in the local
authority of similar nature as signed by the Employer/or his nominee.
The letter shall indicate the nature of work performed and cost of works quoting relevant
order or contract numbers. The works shall not be older than 12 months. FAILURE TO
SUBMIT SHALL RENDER THE SUBMISSION NON-RESPONSIVE
Health and safety

This Health and Safety Specification is provided in terms of the requirements of


the Occupational Health and Safety Act, Act No. 85 of 1993 – Construction
Regulations. The Contractor shall comply with this act and also the
Occupational Health and Safety Manual for Construction Sites - BIFSA.

BIDDER: EMM: 17
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
The Contractor must also have a full time accredited safety officer in his
employment to supervise safety during working activities. In addition the
following items must take place:

 The requirements of the Occupational Health and safety Act 85 of 1993 (and all
regulations made there under) and the Construction regulations of 2014, is to be
explained to all contractors during the site hand-over meeting to the appointed
contractor.

 Minutes of this meeting is to be filed in the project safety file.

 The successful contractor must submit a Health and Safety plan that must be
approved and signed by the Project Manager.

 The Contractor shall submit with his tender proof of adherence to the
Compensation for Occupational Injury and Diseases Act. FAILURE TO
SUBMIT SHALL RENDER THE SUBMISSION NON-RESPONSIVE

 The contractor shall have a Project Health and Safety Specification file on site at
all times. This file shall contain the following minimum requirements:

o A list of all employees’ names on site, with their specific duties. Workers such
as crane operators, steel erectors, material handlers etc. shall be appointed
internally in writing for their specific duties.

o Legal documents such as the OHS act

o Construction Regulation Requirements

o Practical Health and Safety plan from the contractor

o Minutes of Safety meetings

o Risk Assessments (Daily Risk Assessment that has to be signed

o List of observed / identified risks in general

o Appointments of the Supervisor and Safety Representative

The Contractor shall submit with his Bid an Approval letter of the safety file
as issued by EMM. FAILURE TO SUBMIT SHALL RENDER THE
SUBMISSION NON-RESPONSIVE

 Safety meetings shall be held at least once a month.

 The Contractor acknowledges that he is fully aware of the requirements of all of


the above and undertakes to employ people who have been duly authorized in
terms thereof and who have received sufficient safety training to ensure that they
can comply therewith.
BIDDER: EMM: 18
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
 The Contractor undertakes not to do, or not to allow anything to be done which
will contravene any of the provisions of the Act, Regulations or Safety and
Operating Procedures

 The Contractor shall ensure that a team member of the Contractor is authorized as
a Responsible Person in terms of the ORHVS. This includes the completion of all
the pre-authorization training required for ORHVS Responsible Person (at the
Contractor’s expense). The Responsible Person shall supervise the works at all
times and be available to take permits where necessary.

 EMM may, at any stage during the currency of this agreement, be entitled to:

o Perform safety audits at the Contractor’s premises, its work-places and on its
employees;

o Refuse any employee, sub-contractor or agent of the Contractor access to its


premises if such person has been found to commit any unlawful act or any
unsafe working practice or is found to be not authorized or qualified in terms
of the Act

o Issue the Contractor with a work stop order or a compliance order should they
become aware of any unsafe working procedures or conditions or any non-
compliance with the Act, Regulations and Procedures referred to above by the
Contractor or any of its employees, sub-contractors or agents.

o No extension of time will be allowed as a result of any action taken by EMM


in terms of the above and the Contractor shall have no claim against EMM as a
result thereof.

 An authorized EMM representative will be on site for regular site visits to monitor
the Contractor’s implementation of health, safety and quality Standards.

 The Contractor shall be responsible for all expenses incurred to ensure adherence
to Health and Safety Regulations as stipulated above which includes but is not
restricted to ORHVS training courses, etc.

 The Contractor shall use a Fall Arrest System (FAS) as defined in the
Construction Regulations whenever a risk of falling exists.

 The Contractor shall be responsible for ensuring that all equipment supplied and
used and all work carried out under this contract shall be in accordance with the
Occupational Health and Safety Act (Act 85 of 1993) and regulations remaining in
force, as may be amended from time to time.

 In addition, the Contractor shall comply with other Safety application provisions
of Government, Provincial, Municipal Safety Laws, Building, Construction and
Electricity Regulations.

BIDDER: EMM: 19
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
 The Contractor shall accept full responsibility for the means, methods, sequence
or procedures of construction, for safety precautions or programs, incidental to the
work of the contractor.

 The Contractor is required to submit a working methodology statement with


regards to the Safety Standards while working within hazardous areas such as live
substations or in close proximity of energized apparatus.

 The Contractor shall indemnify the employer and the Engineer against
responsibility for safety on the site of the works.

 The Contractor shall enter into an agreement to complete the work required for
the construction of the works in accordance with the provisions of all pertinent
legislation and in particular with the provisions of the Occupational Health and
Safety Act (Act 85 of 1993) and the regulations promulgated there under.

 Reference of the Safety Methodology Statement can be found in the Government


Occupational Health and Safety Act (Act 85 of 1993) and Construction
Regulations Document, which is available publicly

The safety of the Contractors personnel and employees acquire precedence over the
construction works.

BIDDER: EMM: 20
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
MBD 2

TAX CLEARANCE REQUIREMENTS

IT IS A CONDITION OF BIDDING THAT –

1. The taxes of the successful bidder must be in order, or that satisfactory


arrangements have been made with the Receiver of Revenue to meet his / her tax obligations.

2. The attached form “Application for Tax Clearance Certificate (in respect of bidders) must be
completed in all respects and submitted to the Receiver of Revenue where the bidder is registered for
tax purposes. The Receiver of Revenue will then furnish the bidder with a Tax Clearance Certificate
that will be valid for a period of twelve (12) months from date of issue. This Tax Clearance
Certificate must be submitted in the original or copy thereof; together with the bid. Failure
to submit the original and valid Tax Clearance Certificate may invalidate the bid.

3. In bids where Consortia / Joint Ventures / Sub-contractors are involved each party must submit
a separate Tax Clearance Certificate. Copies of the Application for Tax Clearance Certificates
are available at any Receiver’s Office.

BIDDER: EMM: 21
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
MBD2/ Application for tax Certificate.

APPLIICATION FOR TAX CLEARANCE CERTIFICATE


(IN RESPECT OF BIDDERS)

1. Name of taxpayer / bidder:........................................................................................

2. Trade name: ...................................................................................................................

3. Identification number:

4 Company / Close Corporation registration number

5. Income tax reference number

6. VAT registration number (if applicable)

7. PAYE employer’s registration number (if applicable)

Signature of contact person requiring Tax Clearance Certificate: ............................................

Name: ......................................................................................................

Telephone number:…………………………………….

Address: ......................................................................................................

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

BIDDER: EMM: 22
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
..................................................................................................... Code:…………………

DATE: 20_____ / ______ / ______

PLEASE NOTE THAT THE COMMISSIONER FOR THE SOUTH AFRICAN REVENUE SERVICE (SARS) WILL NOT EXERCISE HIS DISCRETIONARY
POWERS IN
FAVOUR OF ANY PERSON WITH REGARD TO ANY INTEREST, PENALTIES AND / OR ADDITIONAL TAX LEVIABLE DUE TO THE LATE- OR
UNDERPAYMENT OF TAXES,
DUTIES OR LEVIES OR THE RENDITION RETURNS BY ANY PERSON AS A RESULT OF ANY SYSTEM NOT BEING YEAR 2000 COMPLIANT.

MBD 3.1

PRICING SCHEDULE – FIRM PRICES


(PURCHASES)

NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING


PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE
CONSIDERED IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE
PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH
DELIVERY POINT

Name of bidder……………………………………………………………………..

OFFER TO BE VALID FOR 60 DAYS FROM THE CLOSING DATE OF BID.

Bill of Quantity
Trenching

Note: The rate for trenching and excavation shall include all shoring necessary for support
and all pumping necessary to remove water from the trenches and excavations.

Item Description Per/Unit Material rate Labour Rate


1. Trenches in pickable/Rocky soil
1100mm deep x 600mm wide for m³
Medium voltage cable (i.e. 70mm up to
300mm sq PILC/XLPE Cu/Al cable).
2. Backfilling of trench and re-instate of
trench surface m³
3. Supply and install orange plastic
warning sheet in trench 500mm below m
ground level.
4. Supply and install 110mmᴓ X 6m each

BIDDER: EMM: 23
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
sleeves
5. Install Miniature Type B /RMU/BMU Item

6. Install Miniature Type B/RMU/BMU Item


Plinth
Load and transport the rumbles to
7. nearest dumping site. m³
8. Provision for cross cuts m³

Road crossing

Note: Trenching through Tar Surface and Repair to original quality.

Item Description Per/Unit Labour Rate


1. Cutting of the Tar
m
2. Re-in-state and Repair
Tar/Pavement/Walk ways to its m
original state.
3. Directional drilling- for 110mm &
160mm diameter m
4. Cleaning and levelling the site m

Cables and Tests


Note: Test shall include all necessary tests that has to be carried out before commissioning
(I.e. Earth test, pressure test.etc)

Item Description Per/Unit Labour Rate


1. Transport cable from the EMM
stores Medium voltage cable (i.e. item
70mm up to 300mm sq
PILC/XLPE Cu/Al cable).
2. Handling and Storage item

3. Utilizing of the crane Truck hour

4. Install Cable in trenches m

5. Terminate the Medium cable (i.e.


70mm up to 300mm sq item
PILC/XLPE Cu/Al cable).
6. Joint the Medium cable (i.e. item
70mm up to 300mm sq
PILC/XLPE Cu/Al cable).
7. Install Bare Stranded conductor
including all lugs and all related m
item
8. Tests and Commission the item
BIDDER: EMM: 24
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
installation

Sub Total Excl Vat

14% Vat

Total Incl Vat

Price schedule on the advert must be completed even if you submit/attach


a separate quotation to the document.
Price schedule to be completed in full IE: Rates; unit prices; sub-totals; vat
if applicable and totals
- Does the offer comply with the specification(s)? *YES/NO

- If not to specification, indicate deviation(s) ………………………………….

- Period required for delivery …………………………………………..…………..

- Name of Authorised Person:……………………………………………

-Signature:……………………………………………………… Date....................................................................

-Witness:………………………………………………………

Note: All delivery costs must be included in the bid price, for delivery at the prescribed destination.
** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment
insurance fund contributions and skills development levies.

BIDDER: EMM: 25
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
MBD 4
DECLARATION OF INTEREST

1. No bid will be accepted from persons in the service of the state¹.

2. Any person, having a kinship with persons in the service of the state, including a blood
relationship, may make an offer or offers in terms of this invitation to bid. In view of
possible allegations of favouritism, should the resulting bid, or part thereof, be awarded
to persons connected with or related to persons in service of the state, it is required
that the bidder or their authorised representative declare their position in relation to the
evaluating/adjudicating authority.

3 In order to give effect to the above, the following questionnaire must be


completed and submitted with the bid.

3.1 Full Name of Owner of the Bidding Entity: ……..…………………………………

3.2 Identity Number if applicable: ……………………………………………………….

3.3 Position occupied in the Company (director, trustee, shareholder²): ……………

3.4 Company Registration Number: …………………………………………………….

3.5 Tax Reference Number:………………………………………………………………

3.6 VAT Registration Number: …………………………………………………………

¹MSCM Regulations: “in the service of the state” means to be –


(a) a member of –
(i) any municipal council;
(ii) any provincial legislature; or
(iii) the national Assembly or the national Council of provinces;

(b) a member of the board of directors of any municipal entity;


(c) an official of any municipality or municipal entity;
(d) an employee of any national or provincial department, national or provincial public
entity or constitutional institution within the meaning of the Public Finance Management
Act, 1999 (Act No.1 of 1999);
(e) a member of the accounting authority of any national or provincial public entity; or

BIDDER: EMM: 26
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
(f) an employee of Parliament or a provincial legislature.

² Shareholder” means a person who owns shares in the company and is actively involved
in the management of the company or business and exercises control over the company.

3.7 The names of all directors / trustees / shareholders members, their individual
identity numbers and state employee numbers must be indicated in paragraph 4
below.

3.8 Are you presently in the service of the state? YES NO


(Tick applicable box)

3.8.1 If yes, furnish particulars. ….…………………………………………………


……………………………………………………………………………..
3.9 Have you been in the service of the state for the past twelve months?
(Tick applicable box) YES NO

3.9.1 If yes, furnish particulars.………………………...………..

………………………………………………………………………………

3.10 Do you have any relationship (close family member, partner or associate)
with persons in the service of the state and who may be involved
with the evaluation and or adjudication of this bid?
(Tick applicable box) YES NO

3.10.1 If yes, furnish particulars.


………………………………………………………………………………

………………………………………………………………………………

3.11 Are you aware of any relationship (close family member, partner or associate)
between any other bidder and any persons in the service of the state who may
be involved with the evaluation and or adjudication of this bid?
(Tick applicable box) YES NO

3.11.1 If yes, furnish particulars


………………………………………………………………………………

……………………………….……...........................................................

3.12 Are any of the company’s directors, trustees, managers,


principle shareholders or stakeholders in service of the state?
(Tick applicable box) YES NO

3.12.1 If yes, furnish particulars.


……………………………………………………………………………….

BIDDER: EMM: 27
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
……………………………………………………………………………….

3.13 Are any spouse, child or parent of the company’s directors


trustees, managers, principle shareholders or stakeholders
in service of the state?
(Tick applicable box) YES NO

3.13.1 If yes, furnish particulars.


……………………………………………………………………………….

……………………………………………………………………………….

3.14 Do you or any of the directors, trustees, managers,


principle shareholders, or stakeholders of this company
have any interest in any other related companies or YES NO
business whether or not they are bidding for this contract.
(Tick applicable box)
3.14.1 If yes, furnish particulars:
……………………………………………………………………………..

……………………………………………………………………………..

4. Full details of directors / trustees / members / shareholders.

Full Name Identity Number State Employee


Number

CERTIFICATION

I, THE UNDERSIGNED (NAME)


………………………………………………………………………………
BIDDER: EMM: 28
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS
CORRECT.

I ACCEPT THAT THE STATE AND/OR THE EMM MAY ACT AGAINST ME SHOULD THIS
DECLARATION PROVE TO BE FALSE.

………………………………….. ……………………………………..
Signature Date

…………………………………. ………………………………………
Capacity Name of Bidding Entity

MBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL


PROCUREMENT REGULATIONS 2011

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

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL
CONDITIONS,
DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS
PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011.
_________________________________________________________________________________

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids

- the 80/20 system for requirements with a Rand value of up to R1 000 000 (all
applicable taxes included); and
- the 90/10 system for requirements with a Rand value above R1 000 000 (all
applicable taxes included).

1.2 The value of this bid is estimated to exceed/not exceed R1 000 000 (all applicable taxes
included) and therefore the 80/20 system shall be applicable.

1.3 Preference points for this bid shall be awarded for:

(a) Price; and


(b) B-BBEE Status Level of Contribution.

BIDDER: EMM: 29
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
1.3.1 The maximum points for this bid are allocated as follows:

POINTS

1.3.1.1 PRICE 80

2.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 20

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

1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE
Verification Certificate 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) together with the
bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not
claimed.

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

2. DEFINITIONS

2..1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment
insurance 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
entity based on its overall performance using the relevant scorecard contained in the Codes of
Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the
Broad-Based Black Economic Empowerment Act;

2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by
an organ of state for the provision of services, works or goods, through price quotations,
advertised competitive bidding processes or proposals;

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

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

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

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 an annual total revenue of R5 million or less .

BIDDER: EMM: 30
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual
increase or decrease resulting from the change, imposition, or abolition of customs or excise
duty and any other duty,levy, or tax, which, in terms of the law or regulation, is binding on the
contractor and demonstrably has an influence on the price of any supplies, or the rendering
costs of any service, for the execution of the contract;

2.11 “functionality” means the measurement according to predetermined norms, as set out in the
bid documents, of a service or commodity that is designed to be practical and useful, working
o operating, taking into account, among other factors, the quality, reliability, viability and
durability of a service and the technical capacity and ability of a bidder;

2.12 “non-firm prices” means all prices other than “firm” prices;

2.13 “person” includes a juristic person;

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

2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or
employing, another person to support such primary contractor in the execution of part of a
project in terms of the contract;
2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good
Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-
Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9
February 2007;

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

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

3. ADJUDICATION USING A POINT SYSTEM

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

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

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

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

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

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

4. POINTS AWARDED FOR PRICE

4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

BIDDER: EMM: 31
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
A maximum of 80 or 90 points is allocated for price on the following basis:

80/20 or 90/10

 Pt  P min   Pt  P min 
Ps  801  orPs  901 
 P min   P min 

Where

Ps = Points scored for comparative price of bid under consideration

Pt = Comparative price of bid under consideration

Pmin = Comparative price of lowest acceptable bid

5. Points awarded for B-BBEE Status Level of Contribution

5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference
points must be awarded to a bidder for attaining the B-BBEE status level of contribution in
accordance with the table below:

B-BBEE Status Level Number of points Number of points


of (90/10 system) (80/20 system)
Contributor

1 10 20
2 9 18
3 8 16
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant 0 0
contributor

5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by
an Accounting Officer as contemplated in the CCA or a Verification Agency accredited by
SANAS or a Registered Auditor. Registered auditors do not need to meet the

BIDDER: EMM: 32
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
prerequisite for IRBA’s approval for the purpose of conducting verification and issuing
EMEs with B-BBEE Status Level Certificates.

5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification
certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a
Registered Auditor 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 an
unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as
if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for
every separate bid.

5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level
certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good
Practice.

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

6. BID DECLARATION

6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the
following:
7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS
1.3.1.2 AND 5.1

7.1 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 the table
reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE
certificate issued by a Verification Agency accredited by SANAS or a Registered
Auditor approved by IRBA or an Accounting Officer as contemplated in the
CCA).

8 SUB-CONTRACTING

8.1 Will any portion of the contract be sub-contracted? YES / NO

8.1.1 If yes, indicate:


(i) what percentage of the contract will be subcontracted? ............…………….…%
(ii) the name of the sub-contractor? ………………………………………………..
BIDDER: EMM: 33
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
(iii) the B-BBEE status level of the sub-contractor? …………………………..
(iv) whether the sub-contractor is an EME? YES / NO
(delete which is not applicable)

9. DECLARATION WITH REGARD TO COMPANY/FIRM

9.1 Name of company/firm :..........................................................................................

9.2 VAT registration number :.........................................................................................

9.3 Company registration number :……………………………………………………………….


:
9.4 TYPE OF COMPANY/ FIRM

 Partnership/Joint Venture / Consortium

 One person business/sole propriety

 Close corporation

 Company

 (Pty) Limited
[TICK APPLICABLE BOX]

9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES


…………....................................................................................................................................................

……………….............................................................................................................................................

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

9.6 COMPANY CLASSIFICATION

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

9.7 MUNICIPAL INFORMATION


Municipality 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 the company/firm,
certify that the points claimed, based on the B-BBE status level of contribution indicated in
paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s)
shown and I / we acknowledge that:

BIDDER: EMM: 34
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
(i) The information furnished is true and correct;
(ii) The preference points claimed are in accordance with the General Conditions as
indicated in paragraph 1 of this form.
(iii) In the event of a contract being awarded as a result of points claimed as shown in
paragraph 7, the contractor may be required to furnish documentary proof to the
satisfaction of the purchaser that the claims are correct;
(iv) If the B-BBEE status level of contribution has been claimed or obtained on a
fraudulent basis or any of the conditions of contract have not been fulfilled, the
purchaser may, in addition to any other remedy it may have –
(a) disqualify the person from the bidding process;
(b) recover costs, losses or damages it has incurred or suffered as a result of
that person’s conduct;
(c) cancel the contract and claim any damages which it has suffered as a result
of having to make less favorable arrangements due to such cancellation;
(d) restrict the bidder or contractor, its shareholders and directors, or only the
shareholders and directors who acted on a fraudulent basis, from obtaining
business from any organ of state for a period not exceeding 10 years, after
the audi alteram partem (hear the other side) rule has been applied; and
forward the matter for criminal prosecution

WITNESSES:

1. ………………………………………
......................................................
SIGNATURE (S) OF BIDDER(S)

NAME OF BIDDING ENTITY ……………………………………..

EKURHULENI METROPOLITAN MUNICIPALITY


QUOTATION NUMBER: ....................................

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT


PRACTICES

1 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 in


ensuring that when goods and services are being procured, all reasonable steps are
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:

BIDDER: EMM: 35
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
a. abused the municipality’s / municipal entity’s supply chain management
system 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; or
d. been listed in the Register for Tender Defaulters in terms of section 29 of the
Prevention and Combating of Corrupt Activities Act (No 12 of 2004).

4 In order to give effect to the above, the following questionnaire must be


completed and submitted with the bid.

Item Question Yes No


4.1 Is the bidder or any of its directors listed on the National Yes No

Treasury’s database as a company or person prohibited

from doing business with the public sector?

(Companies or persons who are listed on this database were informed


in writing of this restriction by the National Treasury after the audi
alteram partem rule was applied).

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Yes No


Register for Tender Defaulters in terms of section 29 of the Prevention and
Combating of Corrupt Activities Act (No 12 of 2004)?
(To access this Register enter the National Treasury’s website,
www.treasury.gov.za, click on the icon “Register for Tender
Defaulters” or submit your written request for a hard copy of the
Register to facsimile number (012) 3265445).

4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law Yes No
(including a court of law outside the Republic of South Africa) for
fraud or corruption during the past five years?

4.3.1 If so, furnish particulars:

BIDDER: EMM: 36
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
Item Question Yes No
4.4 Does the bidder or any of its directors owe any Yes No
municipal rates and taxes or municipal charges to the municipality /
municipal entity, or to any other municipality / municipal entity, that is in
arrears for more than three months?

4.4.1 If so, furnish particulars:

4.5 Was any contract between the bidder and the municipality / municipal Yes No
entity or any other organ of state terminated during the past five years
on account of failure to perform on or comply with the contract?

4.7.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) …………..……………………………..…………………………


CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM TRUE AND
CORRECT.
I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN
AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………………... …………………………..
Signature Date

…………………………………… ………………………………………..………..
Position Name of Bidder

BIDDER: EMM: 37
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
MBD 9

NAME OF
BIDDER:.........................................................................................

EKURHULENI METROPOLITAN MUNICIPALITY


QUOTATION NUMBER: ...............................

CERTIFICATE OF INDEPENDENT BID DETERMINATION (MBD 9)

1 This Form “I“ 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

BIDDER: EMM: 38
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
agreement between, or concerted practice by, firms, or a decision by an association of
firms, if it is between parties in a horizontal relationship and if it involves collusive
bidding (or bid rigging).² Collusive bidding 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 provide measures for the combating of abuse of the supply chain management
system, and must enable the 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 chain management system of the municipality or municipal entity or has
committed any improper conduct in relation to such system; and

c. cancel a contract awarded to a person if the person committed any corrupt or


fraudulent act during the bidding process or the execution of the contract.

4 This Form “I“ serves as a certificate of declaration that would be used by institutions to
ensure that, when bids 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 must be completed 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 to compete, secretly conspire to raise prices
or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid
rigging is, therefore, an agreement between competitors not to compete.

NAME OF BIDDER:...........................................................................................................................

CERTIFICATE OF INDEPENDENT BID DETERMINATION (MBD 9)

I, the undersigned, in submitting the accompanying bid:

______________________________________________________________________
(Bid Number and Description)

in response to the invitation for the bid made by:

BIDDER: EMM: 39
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
EKURHULENI METROPOLITAN MUNICIPALITY
(Name of Municipality / 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;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to
be true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid,
on behalf of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by
the bidder to determine the terms of, and to sign, the bid, on behalf of the bidder;

5. 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
not affiliated 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 same
line of business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without
consultation, communication, agreement or arrangement with any competitor. However
communication between partners in a joint venture or consortium³ will not be construed as
collusive bidding.

³ Joint venture or Consortium means an association of persons for the purpose of


combining their expertise, property, capital, efforts, skill and knowledge in an activity
for the execution of a contract.
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 (market


allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;


BIDDER: EMM: 40
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
(e) the submission of a bid which does not meet the specifications and
conditions of the bid; or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or


arrangements with any competitor regarding the quality, quantity, specifications and conditions
or delivery 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 or indirectly, to any competitor, prior to the date and time of the official bid opening or
of the awarding of the contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat
any restrictive practices related to bids and contracts, bids that are suspicious will be
reported to the Competition Commission for investigation and possible imposition of
administrative penalties in terms of section 59 of the Competition Act No. 89 of 1998 and or
may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or
may be restricted from conducting business with the public sector for a period not exceeding
ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No. 12 of
2004 or any other applicable legislation.

………………………………………………… …………………………………
Signature Date

…………………………………………………. …………………………………
Position Name of Bidder

ANNEXURE “B”
EKURHULENI METROPOLITAN MUNICIPALITY (EMM)
QUOTATION PROCUREMENT FORM
ABOVE R30 000 UP TO R200 000 (VAT INCLUDED)
1. All quotations received will be evaluated on the 80/20 point scoring basis. The 80
points will be for Price and 20 points are for Broad Based Black Economic

BIDDER: EMM: 41
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
Empowerment (BBBEE) for attaining the BBBEE Status level contribution in
accordance with the table below:
 MBD 4: Declaration of interest
 MBD 6.1: B-BBEE Status level of Contribution.
 MBD 6.3: Promotion of SMME
 MBD 8: Declaration of bidders past supply management practices
 MBD 9: Certificate of Independent bid determination
If the MBD forms are not completed & submitted, your quotation will be rejected.
 No quotation will be considered from persons in the service of the state (MBD4).

 As from the 7 December 2011, all Service providers/contractors must submit valid,
certified copies of their BEE certificate from an accredited BEE verification agency
with their bid submission. Failure to submit will lead to forfeiture (loss) of the preference
points.

 In the instance of Exempted Micro Enterprise (EME) (turn over less than R 5m) a letter from a
professional, registered accountant/ auditor in order to qualify for preference points.

 Electronic (e-mailed or faxed) quotations are not accepted.

 Failure to submit a BEE certificate will lead to forfeiture (loss) of the preference points. In the
instance of Exempted Micro Enterprise (EME) (turn over less than R 5m) a letter from a
professional, registered accountant/auditor in order to qualify for preference points.

ADJUDICATION OF BIDS

Bids are adjudicated in terms of EMM Supply Chain Management Policy, and the following framework is provided
as a guideline in this regard.

1. Technical adjudication and General Criteria


Bids will be adjudicated in terms of inter alia:

 Compliance with bid conditions


 Technical specifications
If the bid does not comply with the bid conditions or technical specifications, the bid shall be rejected.
See page 3 for examples.

2. Infrastructure and resources available

Evaluation of the following in terms of the size, nature and complexity of goods and/or services
required:

 Physical facilities

BIDDER: EMM: 42
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
 Plant and equipment available for the contract owned by the bidder
 Plant and equipment the bidder intends renting, should the contract be awarded to him.

3. Size of enterprise, and current workload

Evaluation of the bid’s position in terms of:

 Previous and expected current annual turnover


 Current contractual obligations
 Capacity to execute the contract

4. Staffing profile

Evaluation of the bid’s position in terms of:

 Staff available for this contract being bidded for


 Qualifications and experience of key staff to be utilised on this contract.
5. Previous experience

Evaluation of the bid’s position in terms of his previous experience. Emphasis will be placed on
the following:

 Experience in the relevant technical field


 Experience of contracts of similar size
 Some or all of the references will be contacted to obtain their input.
6. Financial ability to execute the contract

Evaluation of the bid’s financial ability to execute the contract. Emphasis will be placed on the
following:

 Surety proposed
 Estimate cash flow
 Contact the bid’s bank manager to assess the bidder’s financial ability to execute the
contract and the bidder hereby grants his consent for this purpose.
7. Good standing with SA Revenue Service

Establish whether a valid original tax clearance certificate or copy thereof has been submitted with the Bid
document on closing date of the bid. If no such Certificate or copy thereof has been submitted, the bid
must be rejected. If a valid original tax clearance certificate has not been submitted, the bidder must be
requested in writing and in the standard format approved by the Executive Director: Legal &
Administration, to submit a valid original tax clearance certificate by a specific date and at a specific
venue.

The bidder must affix a valid original Tax Clearance Certificate or copy thereof, to the last page of
the bid document

BIDDER: EMM: 43
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
If the bid does not meet the requirements contained in the EMM Supply Chain Management

Policy, and the mentioned framework, it shall be rejected by the Municipality, and may not

subsequently be made acceptable by correction or withdrawal of the non-conforming deviation

or reservation.

8.3 Total Bid Adjudication Points

The total number of bid adjudication points awarded, is the sum of:

Bid price points + meeting specific goals points (not to exceed 100)

9. Penalties
The City Manager must act in terms of paragraph 15 of the Preferential Procurement Policy Regulations
2001, as published on 10 August 2001, against the person awarded the contract upon detecting that a
preference in terms of the Preferential Procurement Policy has been obtained on a fraudulent basis, or
any specified goals are not attained in the performance of the contract.

Regulation 15 of the Preferential Procurement Policy provides as follows:

“15 (1) An organ of state must, upon detecting that a preference in terms of the Act and these
regulations has been obtained on a fraudulent basis, or any specified goals are not attained
in the performance of the contract, act against the person awarded the contract.

(3) An organ of state may, in addition to any other remedy it may have against the person
contemplated in sub-regulations (1) –

(a) recover all costs, losses or damages it has incurred or suffered as a result of that
person’s conduct;
(b) cancel the contract and claim any damages which it has suffered as a result of
having to make less favourable arrangements due to such cancellation;

(c) impose a financial penalty more severe than the theoretical financial preference
associated with the claim which was made in the tender; and

(d) restrict the contractor, its shareholders and directors from obtaining business from
any organ of state for a period not exceeding 10 years.

BIDDER: EMM: 44
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
GENERAL INFORMATION TO BE SUPPLIED BY THE BIDDER:
(SHOULD THE INFORMATION REQUIRED ON THIS FORM NOT DULY BE SUPPLIED, THIS BID WILL BE
REJECTED)

1. Name of bidding entity: _____________________________________________________________

2. Contact details

Address : _____________________________________________________________

_____________________________________________________________

Tel no : (________)____________________________________________________

Fax no : (________)____________________________________________________

E-mail address : _____________________________________________________________

3. Legal entity: Mark with an X.

Sole proprietor

Partnership

Close corporation

Company (Pty) Ltd

Joint venture

In the case of a Joint venture, provide details on joint venture members:

Joint venture member Type of entity (as defined above)

BIDDER: EMM: 45
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
NAME OF BIDDER:.....................................................................................................

4. Income tax reference number: (COMPULSORY)


(In the case of a joint venture, provide for all joint venture members)

____________________________ _________________________

____________________________ _________________________

5. VAT registration number (COMPULSORY):


(In the case of a joint venture, provide for all joint venture members)

____________________________ _________________________

____________________________ _________________________

6. Company or closed corporation registration number (COMPULSORY):


(In the case of a joint venture, provide for all joint venture members)

____________________________ _________________________

____________________________ _________________________
7. Municipal rates and taxes or service charges account numbers of
bidding entities OR its directors / members (COMPULSORY) (ATTACH LATEST
STATEMENT/S)
(In the case of a joint venture, provide for all joint venture members)
ACCOUNT NUMBERS LOCAL AUTHORITY

___________________ __________________

8. Details of proprietor, partners, closed corporation members, or company directors, indicating


technical qualifications where applicable (Form on the next page).

9. For joint ventures the following must be attached:

 Written authority of each JV partner, for authorized signatory.


 The joint venture agreement.
 The major partner to satisfy at least 40 percent of the turnover and credit amount
criteria, and each other partner at least 25 percent of the criteria.

SIGNATURE OF AUTHORIZED PERSON : ………………………………………………………

DATE : ………………………………………………………
BIDDER: EMM: 46
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
BIDDER: EMM: 47
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
DETAILS OF PROPRIETOR, PARTNERS, CLOSED CORPORATION MEMBERS OR COMPANY DIRECTORS
(In the event of a joint venture, to be completed by all joint venture partners)

Identity Number Members or Directors Tax Reference HDI FEMALE DISABLE YOUTH EMM BASED
Name and Surname
Number % % % %
YES NO

BIDDER: EMM: 48
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
BIDDER: EMM: 49
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
DETAILS OF BIDDING ENTITY’S BANK

If the bidder is a Joint Venture or partnership, the information requested below is required for
each member / partner.

I/We hereby authorize the Employer/Engineer to approach all or any of the following banks for the
purposes of obtaining a financial reference:

DESCRIPTION OF BANK DETAILS APPLICABLE TO


BANK DETAIL BIDDER
Name of bank

Contact person
Branch name

Branch code

Street address

Postal address

Telephone number ( )

Fax number ( )

Account number

Type of account, (i.e.


cheque account)

BIDDER’S TAX DETAILS


Bidder’s VAT vendor registration number: ...............................................................................................

Bidder’s SARS tax reference number: .................................................................................................

BIDDER: EMM: 50
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
AUTHORITY FOR SIGNATORY

All signatories, excluding sole proprietors, shall confirm their authority by attaching to the last
page of this bid a duly signed and dated original or certified copy of the relevant resolution of their
meeting of members or their board of directors, as the case may be, or by completing one of the
following:

1: COMPANIES / CLOSE CORPORATIONS

EXAMPLE SHOWN BELOW

"By resolution of the board of directors or meeting of members passed on 15 January


2006________________,

Mr A. APPLE_____________ has been duly authorised to sign all documents in connection with the
Bid for

Contract number RTCW 10/2006 and any Contract, which may arise there from on behalf of the
Bidding

Entity, namely, “ABCD (PTY) LTD”

SIGNED ON BEHALF OF THE BIDDING ENTITY: NAME: B.J. JONES____________

SIGNATURE: _______________________

IN HIS/HERS CAPACITY AS: DIRECTOR / MEMBER

DATE: 15 January 2006

AUTHORISED PERSON’S SPECIMEN SIGNATURE: _SIGNATURE OF A. APPLE___

AUTHORISED PERSON’S SPECIMEN INITIAL __INITIAL OF A. APPLE______

*AND/OR __________________(SIGNATURE)__________(INITIAL)

*AND/OR__________________ (SIGNATURE)__________(INITIAL)

* DELETE WHICH IS NOT APPLICABLE

AS WITNESS: 1. B. XABA

BIDDER: EMM: 51
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
NAME OF
BIDDER:..............................................................................................................................
....

PLEASE TURN OVER FOR FORM TO BE COMPLETED


AUTHORITY FOR SIGNATORY

1: COMPANIES / CLOSE CORPORATIONS

FORM TO BE COMPLETED

"By resolution of the board of directors or meeting of members passed on


____________________________________________ ,

(Mr/Me.).____________________________________ has been duly authorised to sign all documents


in connection

with the Bid for Contract number______________________ and any Contract, which may arise there
from

on behalf of the Bidding Entity,


namely,______________________________________________________

SIGNED ON BEHALF OF THE BIDDING ENTITY: NAME: ______________________

SIGNATURE: _______________________

IN HIS/HERS CAPACITY AS: _____________________________

DATE: _____________________________

AUTHORISED PERSON’S SPECIMEN SIGNATURE: ___________________________

AUTHORISED PERSON’S SPECIMEN INITIAL ___________________________

*AND/OR __________________(SIGNATURE)__________(INITIAL)

*AND/OR__________________ (SIGNATURE)__________(INITIAL)

*AND/OR____________________

* DELETE WHICH IS NOT APPLICABLE

BIDDER: EMM: 52
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
AS WITNESS: 1. ______________________

2: JOINT VENTURE / CONSORTIUM / PARTNESHIP :

EXAMPLE SHOWN BELOW

We, the undersigned are submitting this bid and hereby authorize Mr. B. BROOK,

to sign all documents in connection with the

bid for Contract number RTCW 10/2006 and any contract resulting from it on our behalf.

NAME OF FIRMS ADDRESS, TEL. NO., FAX. DULY AUTHORIZED SIGNATORY


NO.

Name of Firm no1 P.O. Box 111 Signature:……………………………..…….


Springs
1560 Name:………………………........................

Designation:…………………………………

Name of Firm no 2 Address of 2nd Firm Signature:……………………………..……


.
Name:……………………….......................
.
Designation:…………………………………

Name of Firm no 3 Address of 3rd Firm Signature:……………………………..…….

Name:……………………….......................
.
Designation:…………………………………

Name of Firm no 4 Address of 4TH Firm Signature:……………………………..……

Name:……………………….......................

Designation:…………………………………

Name of Firm no 5 Address of 5TH Firm Signature:……………………………..…….

Name:………………………........................

Designation:…………………………………

SPECIMEN SIGNATURES AND INITIALS OF PERSON AUTHORIZED TO SIGN ALL DOCUMENTATION

1.___________________________(SIGNITURE)__________________(INITIAL)

2.___________________________(SIGNITURE)__________________(INITIAL)

BIDDER: EMM: 53
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
DATE: _______________________

AS WITNESS: 1. ______________________

_____________________________________________________________
PLEASE TURN OVER FOR FORM TO BE COMPLETED
AUTHORITY FOR SIGNATORY

2: JOINT VENTURE / CONSORTIUM / PARTNERSHIP

FORM TO BE COMPLETED

We, the undersigned are submitting this bid and hereby authorize 1)____________________,

2)_________________________, 3)_____________________________

to sign all documents in connection with the bid for Contract number ______________________________ and any contract

resulting from it on our behalf.

NAME OF FIRMS ADDRESS, TEL. NO.,FAX. DULY AUTHORIZED SIGNATORY


NO.
ADDRESS__________________
__________________________ Signature:……………………………..…….
__________________________
__________________________ Name:………………………........................
TEL. NO. __________________
FAX. NO.__________________ Designation:…………………………………
ADDRESS__________________
__________________________ Signature:……………………………..……
__________________________ .
__________________________ Name:……………………….......................
TEL. NO. __________________ .
FAX. NO.__________________ Designation:…………………………………
ADDRESS__________________
__________________________ Signature:……………………………..…….
__________________________
__________________________ Name:……………………….......................
TEL. NO. __________________ .
FAX. NO.__________________ Designation:…………………………………
ADDRESS__________________
__________________________ Signature:……………………………..……
__________________________
__________________________ Name:……………………….......................
TEL. NO. __________________
FAX. NO.__________________ Designation:…………………………………
ADDRESS__________________
__________________________ Signature:……………………………..…….
__________________________
__________________________ Name:………………………........................
TEL. NO. __________________
FAX. NO.__________________ Designation:…………………………………

SPECIMEN SIGNATURES AND INITIALS OF PERSON AUTHORIZED TO SIGN ALL DOCUMENTATION

BIDDER: EMM: 54
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
1.___________________________(SIGNITURE)__________________(INITIAL)

2.___________________________(SIGNITURE)__________________(INITIAL)

3.___________________________(SIGNITURE)__________________(INITIAL)

DATE: _______________________

AS WITNESS: 1. ______________________

JOINT VENTURE INFORMATION


(Complete only if applicable)

The parties hereto form a Joint Venture for the purpose of jointly bidding and obtaining the award of
contract
for………………………………………………………………………………………………………………
………
…………………………………………………………… ………………………………………
……… \ (hereinafter called the “Project”) and of jointly
performing such contract under joint and several responsibility .

The share of the partners in the Joint Venture shall be :

Full Name and address of Lead enterprise

…………………………………………………………….. ………%

………………………………………………………………

Full Name and address of 2nd enterprise

……………………………………………………………. ………..%

……………………………………………………………..
Full Name and address of 3rd enterprise

……………………………………………………………. ………..%

……………………………………………………………..

The Lead Partner is hereby authorised to incur liabilities, receive instructions, payments, sign all
documents in connection with the bid, and to be responsible for the entire execution and
administration of the contract for and on behalf of the partners.

The parties hereto shall make available to the Joint Venture the technical advice and benefit of
their individual experience and shall, in all other respects, endeavour to share the responsibility
and burden of the performance of the Joint Venture.

To this end the parties hereto shall share, in the above proportions, in all risks and obligations
arising out of or in connection with the Contract, especially in the provisions of all necessary
working capital and guarantees, in profit and loss and personnel.

BIDDER: EMM: 55
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
The Lead Partners shall supply, in its name, Professional Liability Insurance for the amount and
period as stated in the Contract Data.

The Joint Venture may not be terminated by any of the parties hereto until either:

The contract has been awarded to another bidder

or

The work undertaken by the Joint Venture under the contract has been completed and all
liabilities and claims incurred by and made by the Joint Venture have been settled, the bid is
cancelled or the period of validity of bid extended.

No party to the Agreement shall be entitled to sell, assign or in any manner encumber or transfer
its interest or any part thereof in the Joint Venture without obtaining the prior written consent of
the other party hereto.

The Parties of the Joint Venture shall cooperate on an exclusive basis. No Party shall during the
validity period of the bid submit a bid to or enter into a Contract with the EMM or any other party
for the Project, either alone or in collaboration with a third party.

Authorised Signature Lead Partner…………………………………………….

Name ……………………………………………..

Designation …………………………………………….

Signed at……………………………………… on ………………………………………..

Authorised Signature of 2nd Partner…………………………………………….

Name ……………………………………………..

Designation …………………………………………….

Signed at……………………………………… on ………………………………………..

Authorised Signature of 3rd Partner…………………………………………….

Name ……………………………………………..

Designation …………………………………………….

Signed at……………………………………… on ………………………………………..

ALL SIGNATORIES SHALL CONFIRM THEIR AUTHORITY BY ATTACHING TO THE LAST


PAGE OF THE BID, ORIGINAL OR CERTIFIED COPIES OF DATED AND SIGNED
RESOLUTIONS OF THE MEMBERS/DIRECTORS/PARTNERS AS THE CASE MAY BE.)

BIDDER: EMM: 56
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
GENERAL CRITERIA
Provide information on the following:

Infrastructure and resources available

Physical facilities

Description Address Area (m²)

Plant / Equipment

Provide information on plant / equipment that you have available for this project. Attach details if the space
provided is not enough.

Description : Owned Plant / Equipment Number of units

BIDDER: EMM: 57
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
Description : Owned Plant / Equipment (continued) Number of units

Description : Hired Plant / Equipment Number of units

Description : Plant / Equipment to be purchased Number of units

BIDDER: EMM: 58
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
BIDDER: EMM: 59
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
Size of enterprise and current workload

What was your turnover in the previous financial year? R


What is the estimated turnover for your current financial year? R
List your current contracts and obligations

Expected
Description Value (R) Start date Duration completion
date

Do you have the capacity to supply the goods and services described in this bid, should the contract be

awarded to you? ____________________________________________________________________________

BIDDER: EMM: 60
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
Staffing Profile

Provide information on the staff that you have available to execute this contract (attach a separate list if the space
provided is insufficient)

Own staff : gender and race Number of staff

Staff to be employed for the project : gender and race Number of staff

BIDDER: EMM: 61
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
Proposed Key Personnel

Provide information on key staff you intend utilising on this contract, should it be awarded to you. (In case of
engineering construction projects key staff is defined as staff of foreman level and above)

HDI
Name and Position in your Qualification
Experience status
Surname organisation s
(Y/N)

BIDDER: EMM: 62
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
Previous experience

Provide the following information on relevant previous experience (indicate specifically projects of similar or
larger size and/or which is similar with regard to type of work.
No points will be awarded if reference cannot be reached or if it refuses to supply
information.

Reference
Value (R, VAT Year(s)
Description Organisatio
excluded) executed Name Tel no
n

BIDDER: EMM: 63
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
COMPULSORY SITE INSPECTIONS / INFORMATION / CLARIFICATION MEETINGS

Where Compulsory Site Inspections and Compulsory Information, Briefing or Clarification


Meetings are to be held, it shall be subject to the following conditions:

1. Necessity for Compulsory Site Inspection and Compulsory Information / Briefing /


Clarification Meetings
Compulsory Inspections / Meetings must only be held where the nature of the contract is
such that it requires either an inspection of a site or a briefing session. The Bid
Specification Committee should indicate to the Tender Office that such a compulsory
inspection or briefing is regarded as a necessity.

2. Attendance Register
An attendance register of potential bidders and the firms they represent shall be kept and
signed by attendees. A copy of such Attendance Register shall immediately after the
inspection/briefing be sent to the Tender Office.

3. Confirmation Notes of Inspection/Briefing Sessions


Confirmation Notes of the Compulsory Inspection or Briefing Session shall be held by or
on behalf of the contact person of the Department for whom the Bid is being advertised.
A copy of the notes shall be sent to each firm that was represented at the
inspection/meeting as soon as possible after the inspection or meeting and before the
closing date of the bid. A copy of the notes shall also be sent to the Tender Office. The
relevant Department will ensure that the notes are submitted to the Bid Evaluation
Committee and to the Bid Adjudication Committee.

BIDDER: EMM: 64
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
4. Bid Documents
The bid documentation shall clearly state that where the inspection of a site or the
attendance of a briefing session is compulsory, non-attendance thereof will lead to the
disqualification of the bidder in question. The bid documentation shall further clearly state
that if bid documents are obtained after the compulsory briefing session or site inspection,
it will only be made available to firms that were represented at the meeting. The mere fact
that a firm that was not represented at a compulsory meeting, but nevertheless submitted
to the municipality a set of bidding documents, should not be construed as creating any
expectations that a bid will be considered by the Municipality.

NAME OF BIDDING ENTITY ……………………………………………………….

FORM “G”
EKURHULENI METROPOLITAN MUNICIPALITY
CONTRACT NUMBER ……………..
(DESCRIPTION)

DECLARATION FOR MUNICIPAL ACCOUNTS

MUST BE COMPLETED FOR THIS BID


Declaration in terms of paragraph 38(1)(d)(i) of the Supply Chain Management Policy of the
EMM, irrespective of the contract value of the bid:

NB: Please note that this declaration must be completed by ALL bidders

(i). I, the undersigned hereby declare that the signatory to this tender document; is duly authorised
and further declare:

(ii) that at the closing date of the bid, no municipal rates and taxes or municipal service charges
owed by the bidder or any of its directors/members to the EMM, or to any other municipality or
municipal entity, are in arrears for more than three (3) months.

(iii). I acknowledge that should it be found that any municipal rates and taxes or municipal charges as
set out in (i) above are in arrears for more than three (3) months, the bid will be rejected and the

BIDDER: EMM: 65
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
EMM may take such remedial action as is required, including the rejection of the bid and/or
termination of the contract.

(iv) I further declare that copies of any rates and taxes or municipal service charges account/s, will be
submitted to the EMM to its satisfaction, PRIOR to the commencement with the service/work but
not later than 14 days after having been informed of the acceptance of the bid; and that

(v) I declare that if the bid is awarded to the bidding entity, any moneys due to the bidding entity for
services/goods rendered shall be utilised to offset any monies due to a municipality or a municipal
entity.

(vi) The following account/s of the bidding entity has reference:

Municipality Account number

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

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

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

(NB: If insufficient space above, please submit on a separate page)

PLEASE NOTE further that if no municipal rates and taxes or municipal charges are payable by the
bidding entity, indicate the reason/s for that in the space below by means of a tick next in the relevant
block,

Bidding entities who operate from informal settlements

Bidding entities who operate from a property owned by a director / member / partner

Bidding entities who operate from somebody else’s property

Bidding entities who rent premises from a landlord

Other (Please specify)

BIDDER: EMM: 66
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
Signed at.............................……this..............day of………………............... 20…

Name of Duly Authorised Signatory: (Please print)................................................

Authorised Signature: ....................................................

As witness: 1. …...............................................................

2. ..................................................................

Government Gazette, 26 November 2003

PLEASE REMEMBER:
 TO ATTACH A VALID ORIGINAL TAX CLEARANCE CERTIFICATE OR COPY
THEREOF
 TO ATTACH A VALID ORIGINAL BEE CERTIFICATE OR EXEMPTED MICRO
ENTERPRISE LETTER FROM ACCOUNTING FIRM OR COPY THEREOF

 IN THE CASE OF A JOINT VENTURE, THE VALID ORIGINAL TAX CLEARANCE


CERTIFICATE OR COPY/IES THEREOF, OF EACH PARTNER, MUST BE
SUBMITTED WITH THE BID DOCUMENT

BIDDER: EMM: 67
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………
 IN THE CASE OF A JOINT VENTURE, COPIES OF MUNICIPAL ACCOUNTS NOT
OLDER THAN THREE (03) MONTHS OF EACH PARTNER, MUST BE SUBMITTED
WITH THE BID DOCUMENT

ATTACH ALL REQUIRED DOCUMENTS TO THE LAST PAGE OF YOUR BID DOCUMENT

BIDDER: EMM: 68
Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..……….

2)…………………..
Witness: ……………………

Das könnte Ihnen auch gefallen